Data Center Tenders

DEPT OF THE NAVY USA Tender

Telecommunication Services...+1Aerospace and Defence
United States
Closing Date4 Mar 2025
Tender AmountRefer Documents 
Details: Request For Information (rfi) network Radio Gateways (nrgs) naval Air Warfare Center Aircraft Division webster Outlying Field ______________________________________________________________________________ rfi Number: N68335-25-rfi-0365 classification Code: 7g20 – Network, It And Telecom - Network: Analog Voice Products naics Code(s): 334290 – Other Communication Equipment Manufacturing request For Information pursuant To Far 15.201(e) - This Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Rfp That May Be Issued. background/purpose/technical Requirements the Naval Air Warfare Center Aircraft Division (nawcad) Webster Outlying Field (wolf) Division Is Soliciting Information And Comments From Industry On Its Ability To Provide Non-developmental Or Commercial Off The Shelf (cots) Network Radio Gateways (nrg) For Integration Into Full Scale Deployable And Scalable Transit Case Systems. The Nrgs Will Function As A Voice And Data Conferencing Center For Tactical And Commercial Radios, Internet Protocol Based Systems, And Cellular Phones. responses requested Information section 1 Of The Response Shall Provide Administrative Information, And Shall Include The Following As A Minimum: organization Name, Mailing Address, Overnight Delivery Address (if Different From Mailing Address), Phone Number, Fax Number, And Name And E-mail Of Designated Point Of Contact. business Type (large Business, Small Business, Small Disadvantaged Business, 8(a)-certified Small Disadvantaged Business, Hub Zone Small Business, Woman-owned Small Business, Very Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business). country Of Origin For Main Component(s) section 2 Of The Response Shall Provide Technical Information, And Shall Include The Following As A Minimum: interested Parties Shall Respond With Existing Capabilities Or Products That Meet All Or A Subset Of The Aforementioned Attributes. Reponses That Include Information Detailing Potential Tradeoffs Or Alternative Solutions Is Encouraged. respondents Should Provide A Detailed Description Of The Following Characteristics Of Their Solution In Their Submission: product Specification, Sketches, Or Listings Of Authorized Distributors Are Not To Count As Part Of The Page Count. list Of Certifications/standards/compliances (military Standards, Etc.) operation minimum And Maximum Operating And Storage Temperatures (in Fahrenheit) humidity Range In Relative Humidity (operating & Non-operating) features dimensions (height X Width X Depth) environmental Conditions ruggedization (if Any) connectors power other radio Types Supported radio Interfaces Supported licensing Structure disa Approved Products List Integrated Tracking System (aplits) Tracking Number (tn) client Interface Description input/output Interfaces fault Reporting power operating System Required/recommended/supported other Information total Quantity Of Units Sold To Date date Of Delivery Of The First Unit date Of Delivery Of Most Recent Unit basic And Extended Warranty Information time To Production if Applicable And Able, Respondents Shall Include A List Of Department Of Defense (dod), Department Of Justice (doj) Or Department Of Homeland Security (dohs) Programs Of Record That Currently Employ Their Solution. It Would Be Helpful If A Sponsor Poc For Each Program, With Email Address And Phone Number Could Be Identified. the Government Is Interested In Receiving Vendors’ Price Lists For Items They Believe Meet The Need In This Rfi. Supplying Price Data Does Not Imply A Contractual Obligation And Must Be Provided And Marked As Price Data. respondents Should Include A List Of Authorized Distributors. additional Information in Response To This Rfi, Respondents Shall Submit Written Responses, Not-to-exceed Ten (10) Pages In Length Via Electronic Mail. Product Specification, Sketches, Or Listings Of Authorized Distributors Will Not Count Toward The Page Limitation. The Government Is Interested In Identification Of Long Lead Items(s), Sub-systems(s), Or Systems(s). the Government Does Not Intend To Award A Contract On The Basis Of This Request Or To Otherwise Pay For The Information Solicited. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. All Information Received In Response To The Rfi That Is Marked Proprietary Will Be Handled Accordingly. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Rfp That May Be Issued. Information Provided In No Way Binds The Government To Solicit Or Award A Contract. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam) Website: Www.sam.gov. It Is The Potential Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information. how To Respond interested Parties Are Requested To Respond To This Rfi With A Pdf Document Format. Responses Shall Be Limited To 10 Pages And Submitted Via E-mail Only To Lauren.a.clemmens.civ@us.navy.mil. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. Responses Are Due No Later Than 04 March 2025, 5:00 P.m. Est. responses To This Rfi May Not Be Returned. Respondents May Not Be Notified Of The Result Of The Review. If A Solicitation Is Released, It Will Be Synopsized On The Sam Website: Www.sam.gov. It Is The Potential Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date9 May 2025
Tender AmountRefer Documents 
Details: Introduction: the United States Army Corps Of Engineers (usace), Seattle District Is Issuing This Source Sought As A Means Of Conducting Market Research To Identify Vendors Having An Interest In And The Resources To Support The Following Project: construction Activities To Repair Existing Power And Communications Cables To An Existing Small Arms Range To Accept The New Army Fasit (future Army System Integrated Targets). This Project Will Include Modifications Of Existing Target Emplacements To Provide A New Data Panel, Load Center And New Power Outlets For The Future Installation Of Target And Thermal Blankets. The Target Mechanisms, Thermal Blankets, And Tracr (targetry Range Automated Control System) Are Not Included In This Scope Of Work. the Magnitude Of Construction For This Anticipated Contract Is Estimated To Be Between $1,500,000.00 And $3,000,000.00. the North American Industry Classification System (naics) Code For This Requirement Is 238210, “electrical Wiring, Equipment, And Systems,” With A Small Business Size Standard Of $19 Million. the Estimated Period Of Performance Is 365 Days From The Date Of Issuance Of Notice To Proceed. the Contract Type Is Anticipated To Be Firm Fixed Price. place Of Performance Is On Joint Base Lewis Mcchord, Wa 98433 based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. disclaimer: “this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. 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. Respponses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Informmation Pertaining To This Requirement.” submission Details: interested Parties Are Requested To Submit: organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization. sam- Unique Entity Identifier: a Capabilities Statement Of No More Than Five (five) Pages In Length. please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, A Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. interested Parties May Submit Questions; However, The Government Will Not Be Providing Responses. the Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought. your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist, In Either Microsoft Word Or Portable Document Format (pdf), Via Email. The Deadline For Response To This Sources Sought Is No Later Than 4 Pm (pdt) 9 May 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Alfonso.nolasco@usace.army.mil no Phone Calls Will Be Accepted. the Supporting Small Business Professional For This Project Is: enshane’ Nomoto enshane.nomoto@usace.army.mil small Business Professional - Office Of Small Business Programs us Army Corps Of Engineers, Seattle District 4735 East Marginal Way South Bldg 1202 seattle, Wa 98134 office: 206-316-3990 mobile: 253-900-9184

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Environmental Service
United States
Closing Date5 May 2025
Tender AmountRefer Documents 
Details: Updated On 5/5/2025 To Post Questions And Answers To The Rfi a. Disclaimer this Request For Information (rfi) Is For Information And Planning Purposes Only. This Rfi Does Not Constitute A Formal Solicitation For Proposals And Responses To This Notice Will Be Treated As Information Only. No Solicitation Exists; Therefore, Do Not Request A Copy Of A Solicitation. No Award Will Be Made As A Result Of This Request And Responses To This Notice Are Not Offers. Respondents Are Advised That The Government Is Not Under Any Obligation To Provide Feedback To Respondents With Respect To Any Information Submitted Under This Rfi, Nor Is The Government Bound To Any Further Actions Related To This Matter. Those Who Respond To This Rfi May Not Receive Feedback With Regard To Their Submissions Other Than Acknowledgment Of Receipt If A Request For An Acknowledgement Is Requested By The Submitter. Noaa May Request Rfi Respondents To Participate In One-on-one Market Research Sessions Either In Person Or Via Teleconference. All Costs Associated With Responding To This Rfi Will Solely Be At The Respondents’ Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitations, Request For Proposals (rfp), Or Request For Quotations (rfq). The Information Provided In This Rfi Is Subject To Change And Is Not Binding On The Government. All Submissions Become The Property Of The Government And Will Not Be Returned. information Provided To The Government Will Be Treated As Business Sensitive If Appropriately Marked. Any Confidential, Proprietary, Or Privileged Information Should Be Clearly Labeled. To The Full Extent That It Is Protected Pursuant To The Freedom Of Information Act And Other Laws And Regulations, Information Identified By A Respondent As Confidential, Proprietary, Or Privileged Will Be Appropriately Controlled. No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Rfi Or Government Use Of Any Information Provided b. Introduction the National Oceanic And Atmospheric Administration (noaa), National Environmental Satellite, Data, And Information Service (nesdis), Office Of Satellite And Product Operations (ospo) Is Conducting Market Research To Gather Feedback From Industry And To Assess The Capabilities Of The Marketplace To Provide Consolidated Antenna And Ground Systems Services (ncagss). Noaa Is Interested In Vendors Providing Experiences, Insights, Feedback, Lessons Learned, And/or Case Studies On The Following: providing Consolidated Antenna Sustainment And Maintenance Services For Legacy Assets. building Out New Capabilities And Capacity As Directed In Leo, Geo And Swo Ground System Domains supporting Antenna-as-a-service (naaas) Transformation Initiatives, And new And Emerging Antenna And Ground System Technologies. through The Naaas Transformation Initiatives, Nesdis Seeks To Achieve Cost Savings And Efficiencies By Consolidating And Managing Existing And New Antennas As Non-mission Unique Assets; To Enable Multi-mission, Multi-orbit Use; And When Necessary, To Leverage Use Of Commercial Ground Segment As A Service (gsaas) Providers For Additional Coverage And/or Capacity. To Accomplish These Objectives, Noaa Is Seeking Information To Determine The Feasibility Of A Requirement To Deliver Commercial Products, Services, Solutions To Perform Antenna And Ground System Upgrades; Build New Antennas When Required; Decommission And Remove Existing Antennas; And As Needed, Install A Common Service Antenna Infrastructure That Supports The Latest Services Including Maintenance And Sustainment Services To Ensure Extensibility, Reliability, And Continued Information Technology Security Policy Compliance. c. Background the Mission Of Noaa/nesdis Is To Provide Timely Access To Global Environmental Data From Satellites And Other Sources To Promote, Protect, And Enhance The Nation's Economy, Security, Environment, And Quality Of Life. To Meet Its Mission Responsibilities, Nesdis Acquires And Manages The Ground System For The Nation's Operational Environmental Satellites And Provides Ground System Services To Partner Missions. The Noaa/nesdis Antenna Enterprise Is Comprised Of Antennas At The Wallops Command And Data Acquisition Station (wcdas) In Wallops Island, Va; The Fairbanks Command And Data Acquisition Station (fcdas) In Fairbanks, Ak; The Consolidated Backup (cbu) Facility In Fairmont, Wv; And The Noaa Satellite Operations Facility (nsof) In Suitland, Md. The Ground System Supports Spacecraft In Various Orbital Regimes Including Geostationary Earth Orbit (geo), Polar And Low Earth Orbit (leo), And Lagrange Point Orbit. The Noaa/nesdis Antenna Enterprise Network Simultaneously Supports Satellites Actively Collecting Weather Data As Well As Satellites In A Backup On-orbit Storage Mode And Satellites In Transfer Phase. Spacecraft Include Those Owned/operated By Noaa, Non-noaa Us Partner Missions, And Foreign Owned Partner Missions. c.1 Commercially Provided Antenna Services the Recently Established Naaas Program Will Provide Services To Support Current Programs (as Identified Above) And Future Programs, Including: leo: Near Earth Orbit Network (neon) And International Partner Missions. geo: Geostationary Extended Observations (geoxo) And International Partner Missions. swo (space Weather Observations): Swo Sol - A & B And International Partner Missions. the Naaas Infrastructure Is Envisioned As A Common Service Platform That Will Operate In The Cloud, Utilize Multi-mission Tools And Network-centric Standardized Equipment, And Will Strive For Increased Operator Efficiency. In Support Of These Objectives, Commercially Provided Antenna And Ground System Services May Support The Development, Sustainment, And Maintenance Of The Following Common Service Attributes: transition Of Legacy Antennas To Multi-mission Common Service Assets. common Service Tri-band Frequency Antennas For Leo Missions. phased Array Antennas To Support Telemetry, Command, And Control (tt&c) For Multiple Missions. establish Digital Ground Capabilities (e.g. Software Defined Radios, Digital Intermediate Frequency (if). cybersecurity (common Federal Information Security Modernization Act (fisma) Boundary, National Institute Of Standards And Technology (nist) Compliance). enterprise Level, Cloud-based Services: antenna And Ground System Health And Status, Monitoring And Control. mission Management, Planning And Scheduling. mission Operations (tt&c). artificial Intelligence/machine Learning (ai/ml), Trending And Analysis. c.2 Government Furnished Property the Government Currently Has Existing Functionality Available And Can Provide Specific Capabilities As Government Furnished Property (gfp), Upon Noaa Acquiring Services. For The Rfi, Respondents Are Encouraged To Identify Additional Government Resources That Could Be Supplied To Reduce Cost And/or Increase Operational Efficiency. c.3 Naics Codes potential North American Industry Classification System (naics) Codes That May Apply Include Engineering Services (naics 541330), Industrial Design Services (naics 541420), Computer Facilities Management Services (naics 541513), Radio And Television Broadcasting And Wireless Communications Equipment Manufacturing (naics 334220), And Power And Communication Line And Related Structures Construction (naics 237130). Other Computer Related Services (541519), All Other Telecommunications (517919), Custom Computer Programming Services (541511), Other Communications Equipment Manufacturing (334290) c.4 Cyber Security fisma/nist Cybersecurity And Privacy Requirements From Special Publication 800-53 Are Needed To Support All Nesdis And Noaa Partner Missions, Including But Not Limited To Zero Trust, Cybersecurity And Infrastructure Security Agency (cisa) Binding Operational Directives, Phishing Resistant Multifactor Authentication (mfa), Federal Information Processing Standards (fips) 140-3 Encryption At Rest And In Transit, And An Ipv6 Network. The Requirements Include The Following: noaa Current Networking Capabilities And Interfaces To Mission Operations Including Transition To Ipv6. fisma/nist 800-53 Cybersecurity And Privacy Requirements For A New Naaas Fisma Boundary Categorized As High For Integrity And Availability, Including But Not Limited To Zero Trust, Cisa Binding Operational Directives, Phishing Resistant Mfa, Fips 140-3 Encryption At Rest And In Transit. supports The Latest Fisma/nist Special Publication 800-53 Cybersecurity And Privacy Requirements To Support All Nesdis And Noaa Partner Missions, Including But Not Limited To Zero Trust, Cisa Binding Operational Directives, Phishing Resistant Mfa, Fips 140-3 Encryption At Rest And In Transit, And An Ipv6 Network To Support All Nesdis And Noaa Partner Missions. d. Requested Information all Interested Organizations Are Invited To Respond, Regardless Of Size Or Market Share. Responses Are Requested To Include A Brief Summary Of Your Business' Relevant Experience In Providing The Same Or Similar Services Offered To The General Public, Non-government Entities, Or Government Agencies. the Government Is Not Requesting Generic Capability Statements, But Specific Responses Tailored To The Stated Objectives And Questions Below. Responses To This Rfi Should Be Concise And Include Only The Most Relevant Material. Respondents Are Encouraged To Address All Or As Many Questions As Possible. Respondents Should Feel Free To Address Only Questions Related To Their Individual Areas Of Expertise And Address As Many, Or As Few, Questions As Desired. All Responses Shall Only Contain Unclassified Material. has Your Company Been Involved In The Development Of Critical Components Of An Antennas High Power Amplifier (hpa), Low Noise Amplifier (lna), Multiband Feeds, Antenna Motor Control, Monitoring And Control (m&c), Etc.), The Integration And Installation Of Complete Antenna Systems, And/or Providing Sustainment And Maintenance Services For Antennas? If So, What Feedback Would You Have For Noaa As It Relates To This Rfi’s Stated Objectives. what Sustainment And Maintenance Approaches Would You Employ To Allow For Rapid And Cost-effective Technology Refresh/tech Insertion/modernization While Minimizing Operational Impact To Ongoing Missions? how Would Your Company Minimize The Sustainment And Maintenance Burden (e.g., Minimize Accrual Of Technical Debt, Labor Cost And Required Skillsets)? what Insights Has Your Company Gained From Implementing Or Providing Antenna-as-a-service? Please Share Key Takeaways And Lessons Learned From Recent Projects. what Systems, Services, Capabilities, Equipment, Or Technologies (present, Developing, Or Future) Would Enable The Desired Evolution Path Toward The Naaas Architecture? what Feedback Can You Provide To Help Noaa Better Understand How New And Emerging Technologies, Such As Flat Panel Antennas (fpa, Also Called Phased Array Antennas Or Electronically Steered Antennas), Optical Communications, Signal Digitization, Software-defined Radios, Artificial Intelligence, And Machine Learning, Can Be Effectively Implemented To Meet Its Requirements? provide Feedback On How A Common Service Antenna Infrastructure Can Be Installed To Support The Latest Fisma/nist Special Publication 800-53 Cybersecurity And Privacy Requirements For All Nesdis And Noaa Partner Missions, Including But Not Limited To Zero Trust, Cisa Binding Operational Directives, Phishing-resistant Mfa, Fips 140-3 Encryption At Rest And In Transit, And An Ipv6 Network. what Anticipated Naics Codes Would Be Appropriate For The Proposed Services And Is Your Company Listed Under These Codes? Is Your Company Registered In The System For Award Management (sam) Database? What Is Your Business Size Under The Naics Code(s) Identified? does Your Company Currently Have A Governmentwide Acquisition Contract Related To The Proposed Services (i.e., General Services Administration (gsa) Multiple Award Schedule (mas), Nasa Solutions For Enterprise-wide Procurement (sewp), Nih Information Technology Acquisition And Assessment Center (nitaac) Contract, Etc.)? If So, Please Provide The Contract Number And Description. what Percentage Of The Total Value Of Effort Would Include Small Business Participation? Please Provide A Rough Estimate Of The Total/annual Costs As Well. please Provide Information Regarding The Utilization Of Globally Dispersed Optical Communications And Information Regarding The Advantageous Utilization Of Hybrid Data Centers. e. Questions, Comments, Concerns after Reviewing This Rfi, Please Include Any Questions, Comments, Or Concerns No Later Than 15 Days Prior To The Submission Deadline. All Questions Received Will Be Gathered, Reviewed, And May Be Answered In A Future Posting Or Amendment To This Rfi. f. Submission Instructions submissions Are Requested To Be Limited To No More Than 20 Pages With A Minimum Font Of 12 Point On 8.5 X 11-inch Paper In Pdf Format And To Be Submitted No Later Than 3:00 Pm Est By May 5, 2025. All Responses Shall Be Emailed To The Point Of Contact. The Subject Line Of The Submission Email Shall Be Formatted As Follows: “[company Name] Rfi Submission For Noaa Ncagss” submissions Are Requested To Also Include: a. Contact Information. Provide Company Name, Mailing Address, Phone Number, Fax Number, Company Website, Cage Code, Unique Entity Identifier (uei) Number, And Contact Information For Designated Points Of Contact. b. Business Type. Identify Your Business Type And Any Socioeconomic Categories Such As Small Businesses, Small Disadvantaged Businesses, Service Disabled-veteran Owned Small Business, Woman-owned Small Business, Hubzone Small Business, And 8(a).

Baao Water District Tender

Software and IT Solutions
Philippines
Closing Date27 Mar 2025
Tender AmountPHP 5.1 Million (USD 89.1 K)
Details: Description Baao Water District La Medalla, Baao, Camarines Sur, Philippines, 4432 Mobile Nos. (+63) 927 209 1820 / (+63) 920 231 3453 Email: Baao_wd@yahoo.com Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Software As A Service (saas) Cloud-hosted Subscription For Baao Water District Geographical Information System (gis)-based Billing And Collection System With Integrated Service Request Management System 1. The Baao Water District, Intends To Procure Procurement Of Software As A Service (saas) Cloud-hosted Subscription For Baao Water District Geographical Information System (gis)-based Billing And Collection System With Integrated Service Request Management System With An Approved Budget For The Contract (abc) Of Five Million One Hundred Thousand Pesos (php 5,100,000.00). 2. The Baao Water District Bids And Awards Committee Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. The Interested Bidder May Obtain Further Information From The Bac Secretariat At The Given Address Given Below From 21 March 2025 To 26 March 2025, Monday To Friday, At 9:00am To 4:00pm. 5. Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Required Forms. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail On Or Before March 26, 2025. 6. Two (2) Copies Of The Proposals (one Original And One Copy) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 8:30 Am Of 27 March 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidder Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement, Name Of The Bidder, Address, The Contact Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contracts Shall Refer To Contracts With The Same Nature As Software As A Service (saas) Cloud-hosted Subscription For Geographical Information System (gis)-based Billing And Collection System With Integrated Service Request Management System, Entered Into With Water Districts Within The Last 5 Years Prior To The Date Of Submission Of The Best And Final Offer. C) Bid Security In Any Of The Following Form As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc Or Php 102,000.00) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc Or Php 255,000.00) Iii. Bid Securing Declaration. D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule   8. In Case Of The Award, The Successful Bidder Shall Furnish The Performance Security In The Following Form As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (5% Of The Contract Price) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission (30% Of The Contract Price) 9. The Head Of The Procuring Entity Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Not Award The Contract In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations. For Further Information, Please Refer To: Ms. Mishelle P. Abundabar Bac Secretary Baao Water District La Medalla, Baao, Camarines Sur Mobile No. (+63) 969-417-9074 Email Address: Baaowdbac@gmail.com You May Visit The Following Websites: For Downloading Of Bidding Documents: • Philgeps Website At Https://philgeps.gov.ph/ Issued This 20th Day Of March 2025 Dayward L. Borja, Rn Chairperson, Bids And Awards Committee   Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Software As A Service (saas) Cloud-hosted Subscription For Baao Water District Geographical Information System (gis)-based Billing And Collection System With Integrated Service Request Management System 1lot 1 Cloud Service Contract For Baaowd Is Thirty-four (34) Months Which Will Commence Upon Issuance Of The Notice To Proceed (ntp). I Hereby Verify To Comply With All The Above Requirements. Signature Over Printed Name Of The Authorized Representative Company Name Date   Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Scope Of Work And Technical Specification (see Attached Annex “b”, Item Iii) Service Level Agreement (see Attached Annex “b”, Item Iv) Security (see Attached Annex “b”, Item V) Data Ownership, Retrieval And Interoperability (see Attached Annex “b”, Item Vi) Confidentiality Clause (see Attached Annex “b”, Item Vii) Scheme Of Payment (see Attached Annex “b”, Item Xi) Subscription Duration (see Attached Annex “b”, Item X) Terms Of Reference For The Procurement Of Software As A Service (saas) Cloud-hosted Subscription For Baao Water District Geographical Information System (gis)-based Billing And Collection System With Integrated Service Request Management System I. Background Baao Water District (bwd) Is A Public Utility Entity Established To Provide Potable Water To The Residents Of Baao And Nearby Municipalities Of Camarines Sur. As Part Of Its Continuous Effort To Improve Service Delivery, Optimize Operations, And Enhance Customer Experience, Bwd Recognizes The Need For The Modernization Of Its Billing And Collection System, As Well As The Need To Effectively Manage Customer Service Requests. In Line With This, Bwd Aims To Implement A Geographical Information System (gis)-based Billing And Collection System Integrated With A Service Request Management System. The Solution Is Intended To Automate, Integrate Seamlessly With Bwd’s Existing Billing And Collection Systems, Enhance The Current Manual Processes And Provide A Secure, User-friendly Interface For Both Internal Users And External Customers Resulting In Better Data Accuracy, Improved Operational Efficiency, And More Accessible And Responsive Customer Service. The Integration Of A Service Request Management System Will Ensure That Customer Complaints, Inquiries, And Maintenance Requests Are Tracked, Managed, And Resolved In A Timely Manner. Additionally, The Solution Will Improve The Customer Experience By Providing Better Communication, Transparency, And Ease Of Access To Account Information And Service Status. Ii. Objective The Main Objective Is To Acquire A Cloud Service Subscription Service Which Will Ensure The Existing Management Of A Cloud-hosted Gis-bcs’s Platform Requirements And Provide The Necessary Application And Hosting Licensing Services, Technical Support Services, Operation And Maintenance Services Of The Gis-bcs.   Iii. Scope Of Work And Technical Requirements The Cloud Service Provider (csp) Technical Support Will Be Responsible For Provisioning The Required Cloud Platforms, Services, And Associated Licenses With The Following Specifications: Service Features Requirements Cloud-hosted Billing And Collection System (bcs) Csp Will Implement, Manage And Maintain Cloud-hosted Billing And Collection System (bcs) Integrative To Cloud-native Geographical Information System (gis); At The Minimum, It Should Be Capable Of Performing The Following: A. Reading/billing • Integrated With 100% Compatible Of Existing Mobile Application For Reading And Billing • Real-time Read And Bill Integration With Utility Billing And Customer Information System • Real-time Printing Of Statement Of Account (soa) In The Field Via Mobile Application For Reading And Billing • Sms Broadcast Features For Bill Notifications • Analytics Dashboard For Tracking, Management And Reporting B. Collection • Integration Of On-site Bill Payment Via Mobile Application • Over-the-counter Bill Payments • Online Contactless Collection (pay-anywhere Capability) • Analytics Dashboard For Tracking, Management And Reporting C. Customer Service Request • Real-time Integration Of Management System For The District’s Service Requests • Access Billing Data In The Field For Completing Service Request • User-friendly, Public Facing System To Save Customer Time And Streamlines Back-office Procedures • Sms Broadcast Features For District’s Announcements • Analytics Dashboards For The Service Request Tracking, Management And Reporting D. Gis • Integrative Bcs Solutions To Gis, Which Provides Access To Customer Usage, Account Status, And Billing Information In Mapping Environment • Ability To Point And Click On Meter Assets To Quickly And Easily • Analyze Billing Data With Gis Mapping • Tracking Of Field Crew Via Gps • Analytics Dashboard For Tracking, Management And Reporting E. Security And Compliance • 24/7 Security With State-of-the-art Pci Certified Solutions • Maintenance Of Required Ledgers And Books For Customers, Transactions And Reports. • Ability To Generate Required Reports • Analytics Dashboard For Tracking, Management And Reporting Cloud-hosted Geographical Information System (gis) The Csp Will Develop, Implement, Manage And Maintain Integrative Gis Application For Billing And Collection System With Tools To Visualize, Analyze, And Interpret Spatial Data For Better Decision-making, Improved Communications, And Greater Efficiency. At A Minimum, The Software Should Be Capable Of Performing The Following: • Ability For Non-gis Staff To Use The System Effectively With Less Than Four Hours Of Training. • Provide Access To Interactive Water Atlas Maps From Staff Desktops Through Web Browser. • Locate And View An Area Of Interest Anywhere Within The Water System Service Area. • Provide Secured Access To Only Authorized Users. • Map Updates Are Seamlessly Delivered To System Users Without Any Lag Time. • Provide An Extensible System That Can Be Enhanced To Provide Broader Functionality And Adapt To Future Software And Functionality Enhancements. • Enable Direct Integration With Geographic Data Repositories, Asset Management Information, Linked Image Libraries, And Other Information Associated With Water System Infrastructures. The Standard Features To Be Provided Should Include: • Pan, Zoom In And Zoom Out, Full Extent. • Layer Legend Display. • Creation Of Spatial Bookmark. • Google Street View. • Valve Isolation. • Vicinity Map That Can Be Used To Set The Extent Of Main Map, Pan The Main Map, And Display The Current Extent Of The Main Map. • Property Search. Search By Parcel Number, Situs Address, Or Owner Name. • Also, Supports A Wide Variety Of Images. • Intuitive Select Toolbar. • Select Multiple Features In Multiple Themes. • Find Features Within A Specified Distance, And Generate Mailing Labels. • Measure Area And Length. • Display Contents Of The Selected Set In A Table Format. • Print Map With A Title, Scale, And Neat Line. • Link Any Number Of Layers To Unlimited Number Of External Databases. • Hyperlink Scanned Documents To Features For Easy Retrieval. Reportorial Requirements – Printed In Pdf, Exportable In Ms Excel Format A. Customer • Master List Of Service Connections • List Of Name Changes Report • List Of Changed Meters • List Of Classification Change Report • List Of Account With Senior Citizen Discount • List Of Account With Expiring Senior Citizen Discount • Master List Of Service Connections Per Classification • Customer Ledger Report (per Individual/per Zone/all) B. Billing • Daily Billing Report • Daily Billing Summary • Monthly Billing Register • Consumption Pattern Report • Daily Penalty List • Monthly Penalty List • List Of Disconnected Accounts • List Of Reconnected Accounts C. Collection • Daily Collector’s Report • Daily Collection Summary • Monthly Collection Report D. Service Request • Summary Of New Connections – For Inspection • Summary Of New Connections – For Installation (pending/closed Or Installed) • Summary Of Service Requests Per Type (pending/closed With Amount When Necessary) E. Compliance • Aging Of Accounts Receivables (per Type – Water Bill & Non-water Bill) • Quarterly Aging Of Accounts Receivables (per Type – Water Bill & Non-water Bill) • Monthly/on-demand Audit Trail Report (for Bir Compliance) • Billing Adjustment Memo Report • Monthly Billing Adjustment Summary • List Of Zones Per Barangay • Water Rates Table Report • List Of Cancelled Payments (daily/monthly Per Teller/all) • Monthly Summary Of Accounts With Staggered Payment (water Or Non-water Bill) • List Of Service Accounts With Wtax Withheld (daily/monthly Per Teller/all) Service Requests A. New Meter Installation • Inspection Request • Installation Request • Cluster Meter Mapping • Residence Mapping B. General Inspection Request C. Change Of Account Classification D. Change Water Meter (replacement) E. Change Of Account Name F. Relocation (same Zone) G. Relocation – Change Zone H. Senior Citizen Discount Application And Discontinuation I. Recheck Read J. Main Line Leak Repair K. Lateral Line Leak Repair L. Service Line Leak Repair M. Line Flushing N. Water Meter Testing O. Transfer Tapping P. Change Ball Valve Q. Disconnection – Voluntary R. Disconnection – Involuntary S. Pull-out Water Meter T. Others – Commercial U. Others – Engineering Dashboards A. Administrator • All Other Dashboards In Tabs (finance, Commercial, Engineering) • User Access Management • Security And Backup B. Finance • Collection And Revenue C. Commercial • Billing And Reading • Service Request D. Engineering • New Meter Installation • Service Request Disaster Recovery And Business Continuity Automate The Recovery Of Services (gis-bcs) When A Site Outage Happens At The Primary Data Center. Make The System Available In-premise / Offline In An Orchestrated Way To Help Restore Services Quickly; Data Management And Backup Capability Sql Database, Data Storage, Import/export Capabilities And File Services – Incorporate This At Administrator’s Dashboard; The Solution Must Have Monitoring Tool/s For Application Performance, Analytics, System Health, And Diagnostic Logs. Must Include Automated Back-ups And Database Replication And Redundancy Capabilities Provision Of Daily, Monthly, Quarterly And Annual All Data Backup (in Sql Or User-friendly Format) Security And Compliance All Data At Rest And In Transit Must Be Encrypted. Inclusion Of Unified 24/7 Platform Security Management That Includes The Following Features: • Security Health Monitoring For Both Cloud And On-premise Workloads • Security Threat Blocking Through Access And Application Controls • Adjustable Security Policies For Maintaining Regulatory And Standards Compliance • Security Vulnerability Discovery Tools And Patches • Advanced Threat Detection • Audit Trail And Bureau Of Internal Revenue (bir) System Registration Assistance. Privacy Resiliency From Attacks – Able To Safeguard User Access To The Cloud Environment, And Keep Customer Data Secure; Must Offer Continuous Security-health Monitoring For The Entire Environment And Across Public Cloud And On-premise Infrastructure Must Be Compliant With Data Privacy Act Provision Of Monthly Reports Relative To Data Security-health Monitoring Of The System Scalable Resources Currently Hosting Exact Saas System For Multiple Water Districts. Can Provide Seamless Future-proof Expansions To The System As The Need Arise. Software Licenses Requirements Csp Will Be Responsible For Licensing, Including But Not Limited To Servers, Databases And Related Applications Period Of Service The Total Period Of Performance For This Subscription Is Thirty-four (34) Months, Subject To Renewal Upon Satisfactory Delivery Of The Provider And Management Evaluation Csp Support And Services Csp Shall Migrate All Resources To Their Cloud Computing Platform In Coordination And Collaboration Of The Baaowd Point-persons; For Technical Assistance, The Contact Person Would Be Designated By The Csp And Support Through Email/online/phone For The Entire Duration Of The Subscription With Complete End-to-end Customer Management Such As Value-added Services, Provisioning, Management, Billing, And Technical Support From The Service Provider. The Contact Person May Be Required To Visit Baaowd If Deemed Necessary. Csp Shall Provide Counterpart Technical Support In Configuring And Setting-up The Required On-premise Infrastructure; Csp Shall: • Guarantee 99.99% Connectivity To The Cloud System; • Provide Unlimited Online, Telephone, Email, Chat And Onsite Support As Agreed To Cloud Service Contract. • Provide Immediate Onsite/online Support Within One (1hr) After Downtime. Knowledge Transfer Csp Must Provide Knowledge Transfer, Hand-over Technical Sessions And Trainings For Key Baaowd Personnel For The Following, But Not Limited To: • Basic Troubleshooting Of Related Cloud Applications • Front-end Installation, Management And Operations Documentation The Csp Must Provide One (1) Softcopy (preferably Ms Word) And Two (2) Hardcopies Of The Following Documents Or Its Equivalent: A. Project Management • Project Plan • Risk Management Plan • Business Continuity Plan • Project Responsibility Assignment Matrix • Project Gantt Chart And Schedules B. Application System • Business Requirements Document (brd) Or Blueprint Or Solution Provider’s Product Technical Document • Entity Relationship Diagram (erd) • Test Plan, Test Scripts/procedures • Test Cases And Test Scenarios • Installation Configuration Manual • System Architecture C. Technical Support • Technical Support And Software Manual (e.g. Workflow Diagram, Details On Technical Support And Software Requirements, Details On Technical Support And Software Security Mechanism) • Database Manual (e.g. Database Structure/ Application Process Flowchart, Dependency Flowchart) • Migration Procedure Manual • Backup/ Disaster/ Recovery Manual • Contingency Plan / Business Continuity Manual • Operation Manual (e.g. Workflow Diagram, Details On Computer Operation Requirements, Details On Computer Operation Security Mechanism) • Technical Administration Manual D. End-user • User Manual (e.g. Systems Procedure, Systems Menus, Systems Screens, Systems Reports, Systems Function Keys, Systems Error Messages And Handling) Deliverables • Week 1: Configured Saas Solution (system Configuration And Set-up) • Core Functionalities Demo (initial System Demo; Data Access) • Week 2: Uat Report (uat Testing) • Final Configuration (bug Fixes) • End-user Training Plan (prepare Training Materials) • Week 3-4: Go-live Confirmation (deploy System To Live Environment) • Live Saas System (end-user Training) • Post-go-live Support Plan (go-live) Iv. Service Level Agreement Service Commitment Cloud Service Provider And Its Technical Support Will Use Commercially Efforts To Make The Cloud Subscription Available With A Monthly Uptime Percentage (see Below) Of At Least 99.90% In Each Case During Any Monthly Billing Cycle (“service Commitment”). In The Event The Csp Does Not Meet The Service Commitment, Baaowd Will Be Eligible To Receive A Service Credit As Described Below: Service Commitments And Service Credits Service Credits Are Calculated As A Percentage Of The Total Charges Paid By The District For Cloud Subscription Affected For The Monthly Billing Cycle In Which Unavailability Occurred In Accordance With Schedule Below: Monthly Uptime Percentage Service Credit Percentage Less Than 99.90% But Equal To Or Greater Than 99.0% 10% Less Than 99.0% 30% V. Security The Csp Should Meet International Security Standards And Should Abide By All Relevant Philippine Laws And Industry Standards. Data That Can Be Migrated To The Public Cloud Will Need To Meet Security Requirements For Accreditation And Verified By Internationally Recognized Security Assurance Frameworks. Accepted International Security Assurance Controls Include Iso/iec 27001 And 2708. Data Will Be Encrypted Using Industry-tested And Accepted Standards And Algorithms. Data Privacy Law Will Apply In The Processing Of Personal Information.   Vi. Data Ownership, Retrieval And Interoperability Ownership Baaowd Will Retain Full Control And Ownership Over Their Data, With Csp Identity And Access Controls Available To Restrict Access To Customer Infrastructure And Data. All Materials, Processes, Data, Proprietary Information And Other Related Data And Information Provided To The Csp And Which Have Been Derived In Relation To And As A Consequence Of The Implementation Of The Contract, Shall Be Owned By Baaowd With Full And Exclusive Rights On Future Use Thereof Both In The Philippines And Internationally. Service Contracts And Other Slas Related To Provisioning Of Cloud Services For Government Agencies Shall Clearly Provide That Any Data Migrated To The Cloud Remains The Property Of Agency Regardless Of Who Owns, Manages Or Operates The Cloud. Baaowd Will Retain Rights Of Data Access, Retrieval, Modification And Deletion Regardless Of The Physical Location Of The Cloud Services, Including The Right To Approve, Deny And Revoke Access By Third Parties. Access Access, Retrieval Modifications And Deletion Of Data Remains The Right Of The Baaowd And Will Be Reflected In The Relevant Service Contracts. The Policies And Data Processes Pertaining To Data Access Will Be Defined According To The Needs Of The Agency And Specified In The Agreement Between The Baaowd And The Csp. Interoperability Csp Shall Allow Baaowd To Move Data On And Off The Cloud Platforms As Needed. Interoperability Of All Cloud Workload Shall Consider The Philippine Egovernment Interoperability Framework. Vii. Confidentiality Clause The Csp Shall Hold And Maintain Confidential All Materials, Processes, Data, Proprietary Information And Other Related Information Which Shall Come Into Its Possession, Or Knowledge In Connection With The Contract Or Its Performance, And Not To Make Use Thereof Other Than For The Purpose Of The Contract. After The Completion Or Termination Of The Contract, All Materials, Processes, Data, Proprietary Information And Other Related Data And Information Provided To The Csp And Which Have Been Derived In Relation To And As A Consequence Of The Implementation Of The Contract, Shall Be Immediately Turned-over To Baaowd Without Need Of Demand. The Csp Undertakes That It Shall Make Appropriate Instructions To Its Employees, Agents, And Supplier/service Providers Who Need To Have Access To Such Materials, Processes, Data, Proprietary Information And Other Related Data And Information To Strictly Observe The Confidentiality Of The Said Information. The Obligation Of The Csp Under This Article Shall Remain In Effect Even After The Termination Of This Contract. Viii. Approved District Budget The Cloud Service Contract For The Baao Water District Is Five Million One Hundred Thousand Pesos (p5, 100,000.00) Inclusive Of Vat. Ix. Scheme Of Payment Cloud Service Subscription Will Be Paid On A Monthly Basis Subject To Issuance Of Statement Of Account (soa) By The Csp On The Basis Of The Pre-computed Rate Under Cloud Subscription Program For Baaowd Or Equivalent. X. Subscription Duration The Duration Of The Cloud Service Contract For Baaowd Is Thirty-four (34) Months Which Will Commence Upon Issuance Of The Notice To Proceed (ntp).

City Of General Santos , South Cotabato Tender

Others
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 4 Million (USD 68.9 K)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Transponder Device For Vessel Monitoring Systems (vms) Features/specifications: • Communication System: Utilizes Iridium For Reliable Global Coverage. • Size: Compact And Lightweight, Making It Easy To Install On Various Vessels. • Power Consumption: Efficient Power Usage With Low Average Consumption. • Operating Temperature: Suitable For A Wide Range Of Environmental Conditions • Allows For Real Time Tracking, Reporting, And Communication Between Vessels And Shore Based Monitoring CentersData Transmission: Supports Various Data Transmission Formats, Including Gps Position Reports, Vessel Status, And Other Relevant Information. Inclusions: • With Onsite Unit Installation, Activation & Training • Nfc Tag Bundles (10 Pcs.) • Monitoring Services Plan (motion Based):30 Minute Position Reporting When In Motion, 12 Hour Position Reporting When Stationary, Legitimate Sos Beacons. • Sky Tracker Shore Side Monitoring Dashboard: Webapp Access To Monitor Fleet • Messaging Plan: 100 Monthly Vessel To Shore Or Shore To Vessel Messages, Unlimited Bt5 Lr Vessel To Vessel Messages, For Near Vessel Communications (<1.5km), Plan Includes 200 Messages Per Month, "in And Out" Over The Satellite Connection. • Provinence Traceability Plan: 240 Monthly Nfc Tag Read Fish Data Sent To Shore. All Tagged Fish Will Carry A Record Of When, Where And By Whom They Are Caught. (control No. ) 4,000,000.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Transponder Device For City Agri.. Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Page 2 Of 3 25cb Gsc 106 *25cb Gsc 106* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting February 12, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On 02/20/2025 2:00:00pm At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 4, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 4, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Request For Information description department Of Veterans Affairs request For Information (rfi) production Web Application Protection this Is A Request For Information (rfi) Only. Do Not Submit A Quote. This Rfi Is For Planning Purposes Only And Shall Not Be Considered A Request For Quotation. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Rfi. Your Response To This Rfi Will Be Treated Only As Information For The Government To Consider. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Rfi. This Request Does Not Constitute A Solicitation For Quotes Or The Authority To Enter Into Negotiations To Award A Task Order. No Funds Have Been Authorized, Appropriated Or Received For This Effort. The Information Provided May Be Used By The Department Of Veterans Affairs (va) In Developing Its Acquisition Strategy. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Pay For The Information Submitted In Response To This Rfi. the Government Requests Industry To Review And Provide Commentary On The Governments Requirement Detailed Below. The Government Intends To Review Rfi Responses To Exchange Information And Improve Industry S Understanding Of The Government Requirement And The Government S Understanding Of Industry Capabilities. This Will Allow Potentialâ offerorsâ to Judge Whether Or How They Can Satisfy The Government S Requirements And Enhance The Government S Ability To Obtain Qualityâ suppliesâ and Services. submittal Information: all Responsible Sources May Submit A Response In Accordance With The Below Information. As Part Of Your Market Research Response, Please Provide A 10-page Submission Detailing Similar Work Experience To That Of The Governments Requirement Detailed Below. interested Vendors Shall Provide Constructive Comments And/or Feedback Regarding The Following Elements Of The Proposed Procurement: proposed Contract Type: Firm Fixed Price schedule: Base Year Plus Four (4) Option Years industry To Propose A Contract Line-item Numberâ (clin)/price Structure And Deliverables; industry To Propose The Team Level Of Effort And Labor Categories feasibility Of The Requirement, Including Performance Requirements any Other Industry Concerns, Comments, Or Questions interested Vendors Shall Provide The Following Information In The Initial Paragraph Of The Submission: name Of Company address point Of Contact phone Number email Address company Business Size And Status Under The Following North American Industry Classification System (naics) Code: 541519 Other Computer Related Services With A Size Standard Of $34 Million. existing Contractual Vehicles (gwac, Fss, Mac, Sewp) To Include The Contract And Schedule Numbers. socioeconomic Data (for Veteran-owned Small Business (vosb) And Service-disabled Veteran-owned Small Business (sdvosb)s, Proof Of Verification In Small Business Administration (sba) Veteran Small Business Certification (vetcert)) indicate Whether You Can Comply With The Limitations On Subcontracting At Va Acquisition Regulation (vaar) 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses Or Vaar 852.219-74 Va Notice Of Total Set-aside For Certified Veteran-owned Small Businesses system For Award Management Unique Identity Identification Number while Not Required, Artifacts Supporting Your Submission May Be Submitted To Better Demonstrate The Above. The Artifacts Can Be In Addition To The Page Limit. there Are No Specific Submission Requirements Other Than The Page Limit, But The Government Requests That It Not Be Inundated With Marketing Materials Or Peripheral Content, And That The Submission Be Readable. contractor Response: all Contractor Questions Are Required To Be Submitted Via Email No Later Than 12:00 Pm Et, February 28, 2025 To Michael Berberich, Contract Specialist At Michael.berberich@va.gov And Contracting Officer David Long At David.long4@va.gov. Once All Of The Questions Have Been Received, The Government Will Provide A Response And Extend The Rfi An Additional Four Business Days To Allow Industry Time To Provide Their Formal Response. government Requirement: va Requires A Comprehensive Application Security Solution To Protect Applications From Exploitation By Threat Actors, Unauthorized System Access, Data Breaches, And Service Disruptions. The Solution Address Vulnerabilities As Defined By Open Worldwide Application Security Project (owasp) That May Not Be Caught During Static Scanning In Software Development. key Challenges This Solution Address Include: protection Against Known Owasp Vulnerabilities. defense Against Zero-day Attacks Through Runtime Protection. support For Both Modern And Legacy Applications Across Diverse Operating Systems. integration With Existing Va Security Infrastructure Including Palo Alto Next Generation Firewalls (ngfw). enterprise Scalability While Starting With Initial Deployment Of 100 Systems. minimal Performance Impact On Protected Applications. comprehensive Logging And Security Analytics Capabilities. the Vendor Shall Provide Details On The Solution Including: hardware And Software Required. hardware, Software And/or Cloud Requirements. installation Requirements. licensing (including Type Of Licensing, I.e., Annual, Perpetual, Etc.) And Maintenance Requirements. what Is Included With Licensing And Maintenance. description Of Warranty. adapter Requirements. description Of Training For Government Full-time Equivalents (ftes) Employees. operation/customization Capabilities Of The Solution virtual Lab Usage And Materials description Of Professional Services Provided. any Features Not Specifically Mentioned, But Which May Be Required And Necessary For The Completeness And Efficient Performance Of The Proposed Solution As An Operating Entity. appendix A-detailed Operating And Capability List (see Below), Includes A Full List Of Requirements That The Vendor Is Requested To Provide A Response To. For Each Line A Response Shall Be Provided About Whether The Solution Can Fully Meet The Requirement Or Not As Shown With The Check Boxes. parameters Include: the Solution Shall Provide Both Web Application Firewall (waf) And Runtime Applications Self-protection (rasp) Capabilities, Either As An Integrated Platform Or As Compatible, Interoperable Components With The Existing Next Generation Firewalls (ngfw). the Solution Shall Be Scalable To Protect At Least 1,000 Web Applications Across The Va's Infrastructure, With The Capability To Expand To 1,500 Applications Within Two Years. the Solution Shall Support Both On-premises And Cloud-based Deployments, Including Hybrid Environments, Aligning With The Va's Cloud Migration Strategy. the Solution Shall Offer Centralized Management And Monitoring Capabilities For All Protected Applications, Providing A Single Pane Of Glass View For Security Operations. the Solution Shall Be A Comprehensive, Vendor-managed System That Includes Ongoing Support, Maintenance, Updates, Performance Monitoring, And Reporting. The Reporting Must Feature Metrics And Benchmarks To Demonstrate The Effectiveness Of The Solution. the Solution Shall Interface And Provide Integrations To Va Security Information And Event Management (siem) , Continuous Monitoring (conmon), And Incident Response Platforms (e.g. Splunk, Servicenow) the Solution Must Comply With Relevant Government Security Standards, Including Federal Information Security Management Act Of 2002â (fisma), Federal Risk And Authorization Management Program (fedramp), Federal Information Security Management Act Of 2002â (fisma), And Federal Information Processing Standard Publication 140-2, (fips Pub 140-2), While Maintaining Compliance With Evolving Regulations And Emerging Federal Standards Such As The Latest National Institute Of Standards And Technologyâ (nist) Updates. additional Questions To Be Answered By Industry In The Rfi Response: licensing - What Is Included As Part Of The Licensing Model? (i.e., Perpetual, Concurrent, Subscription-based, Proprietary, Network, Other)? Is Support Included As A Part Of Licensing? Does The License Have The Flexibility To Increase Licenses To Your Current Configurations Over Time? Do The Licenses Need To Be Installed Or Can Va Install? please Describe What Is Included In Ongoing Support, Maintenance, Updates, And Performance Monitoring. what Metrics And Benchmarks Do You Provide That Measure And Proves The Effectiveness Of The Solution In Protecting Application? maintenance - Will The Maintenance Renewal Be Annual, Or Can You Provide A Quote To Estimate For 4 (four) Years Of Maintenance? What Does The Maintenance Renewal Cover (updates, Patches, Support, Etc.)? training - What Type Of Software Training Is Offered (i.e., User Training, Technical Training/knowledge Transfer, Etc.)? How Many Days Does Software Training Consist Of? Is The Training On-site, Remote, Or Virtual? What Is The Cost Of Training? please Provide A Pricing Estimate For An Enterprise License To Include A Proof Of Concept Funding Scenario For 6 Months, Annual Maintenance Costs Or Annual Licensing Costs, Any Additional Support Costs, Any Additional Service Costs, Training Costs, And Any Costs Not Otherwise Specified Or Identified. how Is The Effectiveness Of The Proposed Solution Measured? appendix A detailed Operating And Capability List the Contractor Shall Provide A Response To Each Line In The List. Responses Requested For Each Line Are Fully Capable Or Not Capable. item # requirement fully Compliant not Compliant 1 runtime Threat Detection And Prevention provide Real-time Threat Detection And Prevention At The Application Runtime, With A Response Time Of Less Than 10 Milliseconds. protect Against Zero-day Vulnerabilities And Novel Attack Vectors, With The Demonstrated Ability To Prevent Previously Unknown Attacks. 2 application Compatibility And Performance Impact support Major Programming Languages And Frameworks Used By The Va, Including But Not Limited To Java, .net, Python, Node.js be Fully Compatible With Both Legacy And Modern Va Applications, Enabling Protection Without Requiring Extensive Modifications To Existing Systems. Maintain Less Than 5% Overhead In Application Response Times, Even Under High-load Transaction Scenarios, To Ensure Negligible Impact On End-user Experience And Application Functionality. 3 traffic Inspection And Filtering (waf/ngfw) inspect And Filter All Incoming Hypertext Transfer Protocol (http)/hypertext Transfer Protocol Secure (https) Traffic, With The Capacity To Process At Least 100,000 Requests Per Second During Peak Usage Without Compromising Performance. support Both Positive Security Models (allowlisting) And Negative Security Models (blocklisting), With The Flexibility To Switch Or Combine Models Based On Application-specific Requirements. provide Robust Protection Against The Owasp Top 10 Vulnerabilities, With Regular Signature And Behavior-based Updates To Address Emerging Threats And Attack Techniques. achieve A 50% Reduction In Successful Web Application Attacks Within The First Year Of Full Implementation, As Verified Through Periodic Security Incident Reports And Analytics. 4 protocol Validation And Bot Mitigation must Validate Http/https Protocols To Prevent Protocol-based Attacks, Including Http Desync Attacks. offer Transport Layer Security (tls)/secure Sockets Layer (ssl) Termination And Inspection Capabilities, Supporting Tls 1.2 And 1.3. include Advanced Bot Detection And Mitigation Capabilities Using Artificial General Intelligence (ai) And Machine Learning, With A False Positive Rate Of Less Than 0.1%. To 1% 5 distributed Denial-of-service (ddos) Protection And Performance provide Protection Against Application Layer (layer 7) Ddos Attacks, Capable Of Mitigating Attacks Of Up To 10 Gbps. offer Integration With Network-layer Ddos Protection Solutions Already In Use By The Va, Including The Ngfw. 6 cross-system Integration integrate With Existing Va Security Information And Event Management (siem) Systems, Including [specific Siem Solution Used By Va], With Bi-directional Data Flow From Ngfw, Waf, And Rasp. provide Apis For Custom Integrations With Other Va Security Tools, Including [list Of Specific Tools Used By Va], With Comprehensive Documentation And Support. 7 identity And Access Management integrate With The Va's Identity And Access Management Systems, Including Okta And Active Directory, Ensuring Role-based Access Control Across Ngfw, Waf, And Rasp. offer Unified Threat Intelligence Across All Components, With The Ability To Share Threat Data Across The Entire Va Network. 8 compatibility And Configuration integrate Seamlessly With The Va S Existing Palo Alto Ngfw Solution, Ensuring No Disruption To Existing Configurations. the Solution Synchronize Security Policies Across Ngfw, Waf, And Rasp To Prevent Conflicts And Ensure A Unified Approach To Traffic Inspection And Filtering. the Ngfw Must Retain Its Role In Network-layer Protection While Delegating Application-layer Protection To Waf And Runtime Threat Prevention To Rasp. 9 data Flow And Protocols the Integration Support Bi-directional Data Flow Between Ngfw, Waf, And Rasp, Allowing Threat Intelligence And Logs To Be Shared Across Systems. the Solution Support Standard Communication Protocols Such As Http, Https, Tls 1.2/1.3, And Integration With Siem Systems Already Used By The Va. 10 performance And Monitoring the Integrated Solution Maintain Optimal Performance With Minimal Impact On Network Latency, Ensuring That Traffic Inspection Remains Efficient Across All Three Systems. monitoring Occur Through A Centralized Dashboard That Aggregates Logs And Performance Metrics From Ngfw, Waf, And Rasp. 11 centralized Monitoring And Reporting provide A Unified Dashboard For Monitoring Ngfw, Waf, And Rasp Security Events, With Real-time Updates And Customizable Alerts. offer Customizable Views For Different Stakeholders (e.g., Security Teams, Application Owners, Executives), With Role-based Access Control. provide Detailed Logging Of Security Events From Ngfw, Waf, And Rasp, With Log Retention For At Least One Year To Support Forensic Analysis. 12 performance Scalability maintain High Availability And Fault Tolerance Across All Systems, With 99.99% Uptime Guaranteed. support Active-active Configurations For High Traffic Volumes, Capable Of Load Balancing Across Multiple Data Centers. 13 unified Deployment And Management support Various Deployment Options (e.g., Agent-based, Container-based For Rasp; Appliance-based, Cloud-based For Waf), Compatible With Va's Existing Infrastructure. provide Centralized Policy Management, Allowing For Consistent Policy Enforcement Across All Va Facilities. support Policy Version Control And Rollback Capabilities Across All Systems, With The Ability To Track Changes And Revert To Previous Configurations If Needed. 14 compliance aid In Meeting And Demonstrating Compliance With Fisma, Hipaa, And Fedramp Requirements, Providing Necessary Documentation And Audit Support. provide Data Masking Capabilities To Protect Sensitive Veteran Information, Including Social Security Numbers, Health Records, And Personal Identifiers. 15 security support Encryption Of Data In Transit And At Rest, Using Fips 140-2 Validated Cryptographic Modules Across All Integrated Systems. provide Audit Trails For All Administrative Actions And Policy Changes, With Tamper-evident Logging For Ngfw, Waf, And Rasp. provide A Fedramp Authorization If Cloud Deployed, And Support For An Authority To Operate (ato) In The Va Risk Management Framework (rmf). 16 interfaces provide Integrations To Va S Siem, Conmon, And Incident Response Platforms.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Closing Date15 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 541519 (exception), Information Technology Value Added Resellers With A Size Standard 150 Employees. The Department Of Veterans Affairs (va), Office Of Information And Technology (oi&t), Is Seeking To Identify Any Vendor Capable Of Providing Oracle Hardware/software Supportâ per The Product Description (pd)â below And Pd Attachment A. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Encouraged To Submit Information Relative To Their Capabilities To Fulfill This Requirement, In The Form Of A Statement That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy. submission Instructions: Interested Parties Who Consider Themselves Qualified Are To Adhere To The Pd And Are Invited To Submit A Response To This Sources Sought Notice By 4:00pm Est, April 15, 2024. All Responses Under This Sources Sought Notice Must Be Emailed To Harold.nice@va.gov And Kimberly.geran@va.gov With Sources Sought # 36c10b25q0209 In The Subject Line. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format. attachment 1 sources Sought Worksheet qualification Information: company / Institute Name: _______________________________________________________ address: ______________________________________________________________________ phone Number: ________________________________________________________________ point Of Contact: _______________________________________________________________ e-mail Address: ________________________________________________________________ unique Entity Identifier (uei) #:â ___________________________________________________ cage Code: __________________________________________________________________ sam Registered: (y / N) ___________________________________________________ list The North American Industry Classification System (naics) Code(s) Are You Considered A Small Business (as Stated In The System For Award Management (sam) Database) _________________ other Available Contract Vehicles Applicable To This Sources Sought (gsa/fss/nasa Sewp/etc): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ socio-economic Status: vip Verified Sdvosb: (y / N) vip Verified Vosb: (y / N) 8(a): (y / N) hubzone: (y / N) economically Disadvantaged Women-owned Small Business: (y / N) women-owned Small Business: (y / N) small Business: (y / N) state The Percentage Of Savings/discount To Be Offered For Providing 1 Quote For A Consolidated Contract Listed In Pd Attachment A, As Opposed To 3 Separate Quotes For 3 Separate Renewals In Reference To The Following 3 Current Contracts: 36c10b23f0298 36c10b23f0032 36c10a21f0285 state Your Ability To Provide The Certification Iaw Vaar Clause 852.219-75. state Your Ability To Provide The Oem Authorization Letter Iaw Vaar 852.212-71 And The Additional Items Section Of The Pd. note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered And Veteran Small Business Certification Https://veterans.certify.sba.gov/. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition. capability Statement: provide A Brief Capability And Interest In Providing The (requested Item) As Listed In Attachment 1 With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal, Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Items Outlined In The Pd. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. product Description (pd) Department Of Veterans Affairs office Of Information & Technology infrastructure Operations oracle Hardware/software Support Services date: April 2, 2025 va-25-00041873 pd Version Number: 1.1 contents 1.0 Product Requirements 7 1.1 Period Of Performance 8 2.0 Schedule 8 3.0 Notice Of The Federal Accessibility Law Affecting All Information And Communication Technology (ict) Procurementsâ (section 508) 12 4.0 Section 508 Information And Communication Technology (ict) Standards 13 5.0 Compatability With Assistive Technology 13 6.0 Acceptance And Acceptance Testing 13 7.0 Information Technology Using Energy-efficient Products 14 7.1 Epeat 14 7.2 Energy Star 14 7.3 Femp 14 8.0 Shipment Of Hardware Or Equipment 14 9.0 Special Shipping Instructions 15 10.0 General Requirements 15 10.1 Va Technical Reference Model 15 10.2 Social Security Number (ssn) Reduction 15 10.3 Internet Protocol Version 6 (ipv6) 16 10.4 Software And Licensing Requirements 16 position/task Risk Designation Level(s) N/a 16 1.0 Product Requirements the Department Of Veterans Affairs (va), Office Of Information And Technology (oi&t), Information Technology (it) Operations And Services, Infrastructure Operations (io) Has A Requirement For Brand Name Oracle Hardware And Oracle Operating System (os) Software Maintenance And Technical Support Via Telephone, E-mail, Or Internet To Troubleshoot Malfunctioning Equipment/components Or Provide Replacement Equipment/components That Restore Full Operation And Accessibility To The Original Redundant Component Configuration. Initial Response To All Requests For Maintenance Shall Be Initiated Within One Hour Of The Initial Notification From Va. Additionally, Software Maintenance Shall Consist Of Firmware Upgrades, Updates To Include Major Releases, Point Releases, Service Releases And Security Releases Of Applicable Firmware On A Quarterly Basis, And/or Within 48 Hours In Cases Where A High-risk Vulnerability Fix Becomes Available. The Maintenance Is Required To Ensure The Hardware/software Remains Operational. support Coverage Will Be 24 Hours A Day, 7 Days A Week, 365 Days Per Year Including Federal Holidays, With A 4 Hour Response Time. Further, The Contractor Shall Repair Or Replace System S Equipment Components To Restore Full Operation And Accessibility To The Original Redundant Component Configuration As Identified Below In The Attachement A - Io Oracle Hardware And Software Asset List. The Contractor Shall Provide All Parts And Labor. Only Brand Name Oracle Certified Replacement Parts/components Shall Be Used To Restore The Va Local Area Network (lan) Equipment To Its Highly Redundant And Fully Operational State. In The Event That Oracle Certified Replacement Parts Are No Longer Commercially Available, The Contractor Shall Provide Compatible Substitute Parts That Meet Or Exceed Original Brand Name Specifications At No Additional Cost To The Government. All Problem Resolution Shall Be Performed On A Continuous Effort. Continuous Effort Means That Once Notified The Problem Exists, The Contractor Shall Give The Highest Priority To Resolution Of The Problem And Work Uninterrupted Until The Problem Is Resolved. Replacement Components May Be Shipped Via Carrier To The Va Site For Local It System Administrator Installation For Such Plug-and-play Failed Items Such As Hard Drives No Later Than Next Business Day, At The Discretion Of Va. Only Va System Administrators Are Allowed Control To Perform Keyboarding Tasks Under The Guidance Of The Contractor, If Necessary. Contractors Shall Not Be Granted Administrative Privileges, Control Or Access To Va Systems. all Support Performed Under Any Resulting Order Shall Provide Va With Defective Media Retention Of All Hard Disk Drives And Magnetic Media. Therefore, Va Shall Retain All Hard Drives And Recordable Media. Under No Circumstances Shall The Contractor Remove Hard Drives And Magnetic Tape Media From A Va Site. Other Defective Parts Become Property Of The Contractor. the Contractor Shall Provide Oracle Advance Customer Support (acs) Services. The Support Shall Include: access To Oracle Proprietary Information That Can Troubleshoot Interoperability Between Oracle Hardware, Oracle Solaris Os, And Other Oracle Software Products Such As Oracle Database, Weblogic, Etc. access To Oracle Support To Provide Ticket Status, Escalation, And Assignment Of Additional Oracle Support Resources When Needed priority Handling And Guided Assistance On Production Critical Service Requests By An Assigned Oracle Acs Technical Account Manager preferred Access To Oracle Acs Technical Resources installation Of Replacement Parts When Necessary By An Oracle Field Engineer quarterly Reviews Of Support Activity And Review Of Oracle Best Practices block Of 30 Days Of Acs Advanced Support Engineer (ase)/data Center Engineer (dce) Support Hours (to Be Used As Needed Throughout The Year) fixed Scope Services oracle Patch Review And Installation oracle High Availability Review And Recommendations oracle Production Diagnostics Review And Recommendations oracle Performance Review And Recommendations 1.1 Period Of Performance the Period Of Performance Shall Be A Base Period Of 12-months From The Date Of Award, Plus 2, 12-month Option Periods. 1.2 Schedule specifically, The Contractor Shall Provide The Following: base Year period Of Performance Shall Be For 12 Months After Receipt Of Order. clin description qty unit 0001 control No: Hw0874.hwm Description: Oracle Premier Support For Systems support Identifier: See Attachment A for Pop 1 lt 0002 control No: Hw0876.hdr description: Oracle Customer Data And Device Retention support Identifier: See Attachment A for Pop 1 lt 0003 control No: Hw0342.swmhw0912.swm description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A for Pop 1 lt 0004 control No: Hw0733.svc Description: Priority Support For Systems Service Acs support Identifier: See Attachment A for Pop 1 lt 0005 deliverable Support Information (proof Of Entitlement): the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses. the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov nsp 1 nsp option Period One this Option May Be Exercised In Accordance With Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). Work Shall Not Commence Until, And Unless, A Formal Modification Is Issued By The Contracting Officer. If Exercised, This Option Period Shall Commence Immediately After Expiration Of The Base Year. clin description qty unit 1001 control No: Hw0874.hwm Description: Oracle Premier Support For Systems support Identifier: See Attachment A for Pop 1 lt 1002 control No: Hw0876.hdr description: Oracle Customer Data And Device Retention support Identifier: See Attachment A for Pop 1 lt 1003 control No: Hw0342.swm, Hw0912.swm description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A for Pop 1 lt 1004 control No: Hw0733.svc Description: Priority Support For Systems Service Acs support Identifier: See Attachment A for Pop 1 lt 1005 control No: Hw0912.swm Description: Software Update License & Support support Identifier: See Attachment A for Pop 1 lt 1005 deliverable Support Information (proof Of Entitlement): the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses. the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov nsp 1 nsp option Period Two this Option May Be Exercised In Accordance With Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). Work Shall Not Commence Until, And Unless, A Formal Modification Is Issued By The Contracting Officer. If Exercised, This Option Period Shall Commence Immediately After Expiration Of Option Period 1. clin description qty unit 2001 control No: Hw0874.hwm Description: Oracle Premier Support For Systems support Identifier: See Attachment A for Pop 1 lt 2002 control No: Hw0876.hdr description: Oracle Customer Data And Device Retention support Identifier: See Attachment A for Pop 1 lt 2003 control No: Hw0342.swm, Hw0912.swm description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A for Pop 1 lt 2004 control No: Hw0733.svc Description: Priority Support For Systems Service Acs support Identifier: See Attachment A for Pop 1 lt 2005 deliverable Support Information (proof Of Entitlement): the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses. the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov nsp 1 nsp 2.0 Notice Of The Federal Accessibility Law Affecting All Information And Communication Technology (ict) Procurementsâ (section 508) on January 18, 2017, The Architectural And Transportation Barriers Compliance Board (access Board) Revised And Updated, In A Single Rulemaking, Standards For Electronic And Information Technology Developed, Procured, Maintained, Or Used By Federal Agencies Covered By Section 508 Of The Rehabilitation Act Of 1973, As Well As Our Guidelines For Telecommunications Equipment And Customer Premises Equipment Covered By Section 255 Of The Communications Act Of 1934. The Revisions And Updates To The Section 508-based Standards And Section 255-based Guidelines Are Intended To Ensure That Information And Communication Technology (ict) Covered By The Respective Statutes Is Accessible To And Usable By Individuals With Disabilities. 2.1 Section 508 Information And Communication Technology (ict) Standards the Section 508 Standards Established By The Access Board Are Incorporated Into, And Made Part Of All Va Orders, Solicitations And Purchase Orders Developed To Procure Ict. These Standards Are Found In Their Entirety At: Https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A Printed Copy Of The Standards Will Be Supplied Upon Request.â  federal Agencies Must Comply With The Updated Section 508 Standards Beginning On January 18, 2018. The Final Rule As Published In The Federal Register Is Available From The Access Board: Https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. the Contractor Shall Comply With 508 Chapter 2: Scoping Requirements For All Electronic Ict And Content Delivered Under This Contract. Specifically, As Appropriate For The Technology And Its Functionality, The Contractor Shall Comply With The Technical Standards Marked Here: E205 Electronic Content (accessibility Standard -wcag 2.0 Level A And Aa Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation And Services Requirements 2.2 Compatability With Assistive Technology the Standards Do Not Require Installation Of Specific Accessibility-related Software Or Attachment Of An Assistive Technology Device. Section 508 Requires That Ict Be Compatible With Such Software And Devices So That Ict Can Be Accessible To And Usable By Individuals Using Assistive Technology, Including But Not Limited To Screen Readers, Screen Magnifiers, And Speech Recognition Software. 2.3 Acceptance And Acceptance Testing deliverables Resulting From This Solicitation Will Be Accepted Based In Part On Satisfaction Of The Section 508 Chapter 2: Scoping Requirements Standards Identified Above. the Government Reserves The Right To Test For Section 508 Compliance Before Delivery. The Contractor Shall Be Able To Demonstrate Section 508 Compliance Upon Delivery. 3.0 Information Technology Using Energy-efficient Products the Contractor Shall Comply With Sections 524 And Sections 525 Of The Energy Independence And Security Act Of 2007; Section 104 Of The Energy Policy Act Of 2005; Executive Order 13834, Efficient Federal Operations , Dated May 17, 2018; Executive Order 13221, Energy-efficient Standby Power Devices, Dated August 2, 2001; And The Federal Acquisition Regulation (far) To Provide Energy Starâ®, Federal Energy Management Program (femp) Designated, Low Standby Power, And Electronic Product Environmental Assessment Tool (epeat) Registered Products In Providing Information Technology Products And/or Services. 3.1 Epeat epeat Product Compliance Is Not Required In This Acquisition. 3.2 Energy Star energy Star Compliance Is Not Required In This Acquisition. 3.3 Femp femp Or Femp Low Standby Power Product Compliance Is Not Required In This Acquisition. 4.0 Shipment Of Hardware Or Equipment inspection: Destination acceptance: Destination free On Board (fob): Destination ship To And Mark For: aitc hitc name: gregg Kestranek name: troy Wilson address: 1615 Woodward St, Austin Tx 78741 address: 5000 5th Ave, Hines, Il 60141 voice: 512-608-3759 voice: 708-483-5072 email: gregg.kestranek@va.gov email: troy.wilson1@va.gov 4.1 Special Shipping Instructions prior To Shipping, Contractor Shall Notify Site Pocs, By Phone Followed By Email, Of All Incoming Deliveries Including Line-by-line Details For Review Of Requirements.â  The Contractor Shall Not Make Any Changes To The Delivery Schedule At The Request Of Site Poc. contractors Shall Coordinate Deliveries With Site Pocs Before Shipment Of Hardware To Ensure Sites Have Adequate Storage Space. all Shipments, Either Single Or Multiple Container Deliveries, Shall Bear The Va Task Order Number On External Shipping Labels And Associated Manifests Or Packing Lists.â  In The Case Of Multiple Container Deliveries, A Statement Readable Near The Va Task Order Number Shall Indicate Total Number Of Containers For The Complete Shipment (e.g. Package 1 Of 2 ), Clearly Readable On Manifests And External Shipping Labels. packing Slips/labels And Lists Shall Also Include The Following: va Task Order Number : ____________ (e.g., 36c (the Ifcap Po Number Is Located In Block #20 Of The Sf 1449)) project Description: (e.g. Oracle Hardware/software Maintenance Consoldation) total Number Of Containers:â  Package ___ Of ___.â  (e.g., Package 1 Of 3) 5.0 General Requirements 5.1 Va Technical Reference Model the Contractor Shall Support The Va Enterprise Management Framework. In Association With The Framework, The Contractor Shall Comply With Oit Technical Reference Model (va Trm). The Va Trm Is One Component Within The Overall Enterprise Architecture (ea) That Establishes A Common Vocabulary And Structure For Describing The Information Technology Used To Develop, Operate, And Maintain Enterprise Applications. Moreover, The Va Trm, Which Includes The Standards Profile And Product List, Serves As A Technology Roadmap And Tool For Supporting Oit. Architecture & Engineering Services (aes) Has Overall Responsibility For The Va Trm. 5.2 Social Security Number (ssn) Reduction the Contractor Solution Shall Support The Social Security Number (ssn) Fraud Prevention Act (fpa) Of 2017 Which Prohibits The Inclusion Of Ssns On Any Document Sent By Mail. The Contractor Support Shall Also Be Performed In Accordance With Section 240 Of The Consolidated Appropriations Act (caa) 2018, Enacted March 23, 2018, Which Mandates Va To Discontinue Using Ssns To Identify Individuals In All Va Information Systems As The Primary Identifier. The Contractor Shall Ensure That Any New It Solution Discontinues The Use Of Ssn As The Primary Identifier To Replace The Ssn With The Integrated Control Number (icn) In All Va Information Systems For All Individuals. The Contractor Shall Ensure That All Contractor Delivered Applications And Systems Integrate With The Va Master Person Index (mpi) For Identity Traits To Include The Use Of The Icn As The Primary Identifier. The Contractor Solution May Only Use A Social Security Number To Identify An Individual In An Information System If And Only If The Use Of Such Number Is Required To Obtain Information Va Requires From An Information System That Is Not Under The Jurisdiction Of Va. 5.3 Internet Protocol Version 6 (ipv6) the Contractor Solution Shall Support Internet Protocol Version 6 (ipv6) Based Upon The Memo Issued By The Office Of Management And Budget (omb) On November 19, 2020 (https://www.whitehouse.gov/wp-content/uploads/2020/11/m-21-07.pdf). Ipv6 Technology, In Accordance With The Usgv6 Program (https://www.nist.gov/programs-projects/usgv6-program/usgv6-revision-1), Nist Special Publication (sp) 500-267b Revision 1 Usgv6 Profile (https://doi.org/10.6028/nist.sp.500-267br1), And Nist Sp 800-119 Guidelines For The Secure Deployment Of Ipv6 (https://doi.org/10.6028/nist.sp.800-119), Compliance Shall Be Included In All It Infrastructures, Application Designs, Application Development, Operational Systems And Sub-systems, And Their Integration. In Addition To The Above Requirements, All Devices Shall Support Native Ipv6 And Dual Stack (ipv6 / Ipv4) Connectivity Without Additional Memory Or Other Resources Being Provided By The Government, So That They Can Function In A Mixed Environment. All Public/external Facing Servers And Services (e.g. Web, Email, Dns, Isp Services, Etc.) Shall Support Native Ipv6 And Dual Stack (ipv6 / Ipv4) Users And All Internal Infrastructure And Applications Shall Communicate Using Native Ipv6 And Dual Stack (ipv6 / Ipv4) Operations. 5.4 Software And Licensing Requirements the Contractor Shall Be Responsible For The Provision Of All Software Licenses And Any Associated Licensing Maintenance Required For Any Development, Delivery, Integration, Operation, And/or Maintenance Associated With Its Proposed Application(s), Software Products, Software Solution, And/or System Including, But Not Limited To, Any And All Application(s), Software And/or Software Products That Comprise, Are A Part Of, Or Integrate With The Contractor S Proposed Application(s), Software Products, Software Solution, And/or System For The Life Of Any Resulting Contract. 5.5 Position/task Risk Designation Level(s) N/a points Of Contact: va Program Manager: name: Andrew Creamer voice: 727-260-2724 email: Andrew.creamer@va.gov contracting Officer S Representative: name: Joel Arellano voice: 512-326-6684 email: Joel.arellano@va.gov contracting Officer: name: Kim Geran voice: 848-377-5228 email: Kimberly.geran@va.gov contract Specialist: name: Harold Nice voice: 848-377-5265 email: Harlod.nice@va.gov additional Items special Instructions/remarks response Instructions: Offerors Shall State Their Ability To Provide An Authorization Letter Or Other Means Of Verification From The Original Equipment Manufacturer (oem) Confirming It Is An Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system In Accordance With Va Acquisition Regulation (vaar) 852.212-72 And 852.212-73. Additionally, At The Time Of Solicitation Announced At A Later Date, The Offeror S Shall Explicitly Self-certify That It Will Not Provide Gray Market Goods And/or Counterfeit Items, As Defined By Va Acquisition Regulation (vaar) 852.212-72 And 852.212-73, And That It Has The Level Of Certification/specialization, As Required By The Oem(s). At The Time Quote Submission To The Solicitation Announced At A Later Date, Failure To Include The Requisite Oem Letter(s)/documentation And Offeror Self-certification May Render The Offeror S Quote Unacceptable And Thus, Ineligible For Award.

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date28 May 2025
Tender AmountRefer Documents 
Details: Please Read Attached Document. frequently Asked Questions (faq) From Request For Information (rfi) q: Is There An Incumbent Tied To This Requirement? a: There Is No Incumbent. This Is A New Acquisition. q: Is This An Evolution Of The 2020 Integrated Military Satellite System Rfi? a: Yes. q: Would The Partner Nation (pn) Consider Government-owned, Contractor Operated (goco) Or Contractor-owned, Contractor-operated (coco) Options? a: What You See In The Rfi Represents The Extent Of What We Know About The Pn Requirements. From The Limited Discussions We’ve Had With Pn It Is Clear They Are Very Interested In Sovereign Control/ownership Of Whatever Architecture Results Here. There Are Certainly Goco Paths To That Depending On The Architecture. Coco Seems Less Suited To That Sovereign Control Desire. q: Does The Coverage Need To Be Restricted To The Region Of Interest (roi) Only? For Example, Is Overlap With Other Regions A Concern? a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. q: Can You Confirm That Submissions Are To Be Written To A United States Government (usg) Entity Vs. The Partner Nation (pn), And That Usg Is Responsible For Any Export Control/ International Traffic In Arms Regulation (itar) Filtering? a: This Is A Potential Foreign Military Sales (fms) Case. The License Export Is The Fms Case. q: Is Nudet And Hardening (hemp) A Desire For The Pn? a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. If It Is Not Stated, Then It Is Not Requested At This Time. q: Is There An Acquisition Timeline That Can Be Shared With Industry? a: As With Any Fms Case, After Market Research Usg Plans To Submit A Letter Of Offer And Acceptance (loa) And Upon Pn Acceptance Will Release A Solicitation, All Of Which May Take A Year Or More. q: Is There An Indication Of The Pn’s Priorities Between Technical Capability, Cost, And Schedule? a: At This Time, There Is No Indication Of Priorities Among Technical Capability, Cost, And Schedule. The Top Priority Is Adhering To The Requirements As They Are Stated In The Rfi. q: Rfi Section 6.4.13 & 6.4.15 Are Duplicated Statements. a: Noted. q: Rfi Section 6.7 Asks For Two Fixed And One Mobile User Terminal. Is This Request Distinct From Rfi Section 6.3? a: Yes. Q: Also, Does The "transportable Terminal" Imply A Full Relocatable Ground System, Or Just The Ability To Receive/transmit To Space Vehicles (svs) From Satellite Operation Centers (satocs)? A: We Have Provided All Of The Information Currently Available. If Assumptions Are Made, Please State Them In Your Response. q: Rfi Section 6.1.4 Implies A Conops That Prescribes The Mission Payload To Be A Staring Sensor. Is Usg Opposed To Alternative Solutions Such As A Scanner If It Satisfies Sensitivity, Line Of Sight, Revisit Requirements, And Other Key Performance Indicators? a: So Long The Sensor Adheres To The Requirements As They Are Stated In The Rfi., This Would Be Acceptable. q: Are There Any Implied Expectations To Satisfy Technical Intelligence Or Battlespace Characterization Missions? a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. If Any Additional Features/capabilities Are Recommended Please Ensure That An Associated Cost Is Also Included. q: Rfi Section 6.1.5 Implies High Fidelity Sensing And A Sufficient Track Quality Messaging As Defined In Milstd 6016 (link 16). Is Expectation That This Sensor Will Satisfy A Kill Chain For Cued Engagement Absent Of Any Other Sensor Input (tpy2, Other Sensors Etc.). Or Is Cueing Referring To The Action To Cue Other Sensors To Achieve Fire Control? a: The Pn Has Other Ground-based Capabilities, Like Interceptors And Fire Radars, Which Will Be Queued By The Bmew Capability In The Requirements. q: Sipr / Nipr Email Address Not Provided For Classified Portion Of Rfi Response, Please Provide. a: For Classified Responses, Please Email At Zayd.j.al-marayati.civ@mail.smil.mil. For Unclassified Responses, Please Email At Ssc.iaf.marketresearch@spaceforce.mil. q: The Requirements For Ground Facilities (remote Tracking Stations (rts), Satellite Operation Centers (satoc), Mission Data Processing Centers (mdc), Presentation Center) All State That A System Design Is Required. Is The Contractor/system Integrator Responsible For All These Ground Facilities Design And Buildup? Or Is There A Desire For The Contractor/system Integrator To Oversee The Construction Of These Facilities If The Facility Is Customer Furnished? a: Contractor/si Is Responsible For Ground Facilities Design And Build Up. q: Are There Specific Frequencies, Parameters Pn Has In Mind For Compatibility? Does The Pn Have Specific Standards In Mind? Can Those Be Provided? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Who Is Responsible For The Cloud-based Services, Is It Customer Furnished? Is This Proprietary Cloud Or Commercial Cloud? What Is The Interface? a: The Lor Did Not Specify Who Would Be Responsible, Merely That The Data Should Be Compatible With Cloud-based Services. Pn Does Not Want A Proprietary Data Format That Cannot Be Uploaded To Common Cloud Services. q: Section 6.16 Talks About "the Network", "the Network Provider", Etc. Who Is Responsible For Acquiring "the Network Services", Is It Customer Furnished? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Should Contractor Assume That Pn Will Provide The "networking Services"? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Should Contractor Assume The Edge Devices "firewalls, Security, And Controls" Will Be Provided By The "network Provider"? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Will Pn Provide More Info Regarding To What "localization" Means? a: Localization In This Context Refers To The Use Of Labor Sourced From Within The Pn. q: Should Contractor Assume That Foreign Cross Domain Solution (fcds) Is Customer Furnished? a: Yes. q: Will Pn Be Providing The Interface Control Documents (icds) Between Satoc And "other" Satellite Systems? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Can The Customer Provide Guidance On Reference Terminal Sizing And/or Identify Any Size, Weight, And Power (swap) Constraints? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: The Rfi Requests A System Design For At Least Two Fixed And One Transportable Terminal And Identifies Multiple Frequency Bands That Must Be Supported (ku, Ka, X, L And Uhf). These Capabilities Are Not Commonly Combined Into A Single Terminal Solution. Would It Be Acceptable To Propose Separate Reference Terminal Solutions To Address The Narrowband And Wideband Frequency Requirements? a: Yes. q: Can You Provide Some Additional Information/references Regarding Interface And Interoperability Requirements (ref. C4i Modernization Systems Using Mutually Agreed On Common Standards, Interoperable With Mod And Joint Multi-national Space Operations, Networking Services Compatible And Interoperable With Nato Standards)? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Can Pn Elaborate On What "limited Protected Tactical Waveforms" Entails? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Is The Requirement Simply Stating That Satoc Software Shall Be Able To Command The Collision Avoidance Maneuver? Or, Will The Collision Avoidance Info Be Provided By Contractor Furnished Equipment (cfe) External Entity Or Satoc Contractor Needs To Provide This? What Is The Performance Requirement For The Collision Avoidance Maneuver? a: The Satoc Software Shall Be Able To Command Collision Avoidance Maneuvers, Using Data From The Contractor Provided System. No Specific Performance Requirements Are Given For The Maneuvers Or The Origin Of The Data Alerting Operators To A Future Collision. q: What Are These Data Format From Existing Satellite System And Interface To Command, Control, Communications, Computers, And Intelligence (c4i)? Will These Be Provided To Contractor In Rfp? a: All Available Information Was Provided In The Rfi; Document Any Assumptions.

Landkreis Potsdam Mittelmark Tender

Education And Training Services
Germany
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: The Potsdam-Mittelmark district intends to implement an e-learning platform for the area of information security and data protection. This contract is to be awarded by way of a negotiated award without a prior competition. An e-learning platform for the subject area of information security and data protection is to be made available, the training content of which is to be regularly supplemented and updated. In addition to training our employees, the focus is also on raising their awareness. Current security measures, vulnerabilities and attack patterns, including phishing and social engineering, are to be taught in a learning environment prepared according to learning psychology aspects. Phishing campaigns are also to be sent out by email on a regular basis. Optionally, the platform should be expanded to include the subject areas of occupational safety, equal opportunities and anti-corruption. As part of the application management of the e-learning platform, it should be possible to activate different modules simultaneously and at different times. The activation of individual modules should be possible in the classification according to the corresponding fields of activity. Heterogeneous learning formats should guarantee that different learning types are addressed and that individual knowledge transfer takes place. A corresponding platform should therefore enable the following learning forms: gamification, videos, reading texts, voice notes (audios) and multiple-choice questions. The system should be compatible with AD connections and mobile use. The system must be able to transfer and update/synchronize the required data from the district administration's directory service via a secure interface in accordance with the state of the art. The system must also offer the option of implementing your own training units. The e-learning platform should either be operated "on premise" in the district administration's data center or as a cloud solution by the provider or a hosting service provider, whereby in the latter case the servers must be hosted within the European Union or the European Economic Area. In addition, it should be guaranteed that with a cloud solution there is a very high level of system availability (at least 99%) on the part of the provider. In addition, the provider should take technical and organizational measures appropriate to the risk to ensure the confidentiality, integrity and availability of the processed data.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
Details: Request For Information national Teleradiology Program (ntp) Nextgen Picture Archive & Communications System (pacs) 1. Introduction this Rfi Is For Planning Purposes Only And Shall Not Be Considered An Invitation For Bid, Request For Task Execution Plan, Request For Quotation Or A Request For Proposal. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Rfi. Your Response To This Rfi Will Be Treated Only As Information For The Government To Consider. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Rfi. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Into Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated Or Received For This Effort. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Pay For The Information Submitted In Response To This Rfi. any Information Received From A Contractor In Response To This Rfi May Be Used In Creating A Solicitation. Any Information Received Which Is Marked With A Statement, Such As Proprietary Or Confidential, Intended To Restrict Distribution Will Not Be Distributed Outside Of The Government, Except As Required By Law. this Rfi Is Issued For The Purpose Of Collecting Information About Several Components Of A Next Generation Teleradiology Pacs To Integrate With The Existing Ntp Nextgen Pacs As Described Below. (1) Vha Ntp Is Va S In-house Teleradiology Service And Has Been Providing 24x7 Service To Va Facilities For The Past Decade. Ntp Is Currently Supporting Over 120 Sites Across All Visns And Is Projected To Interpret 1.4 Million Studies Annually. Ntp Presently Has Small Reading Centers Located In The Following Cities: Durham, Nc; New York, Ny; Dallas, Tx; Menlo Park, Ca; Sacramento, Ca; Los Angeles, Ca; Portland Or; And Honolulu, Hi And Has Approximately 150 Radiologists Working Remotely. Seventy-five Percent Of The Ntp Workload Is Stat With A 1-hour Turn-around Time, So Every Component Of The Nextgen Pacs Must Integrate Seamlessly With A Common Goal Of Optimizing Workflow, Improving Quality And Minimizing Turn-around Time. The Vendor Must Be Committed To Initial And Ongoing Software Development To Customize Their Application To Meet The Evolving Needs Of Ntp. (2) Ntp Is Currently Surveying Industry To Identify Potential Components Of A Best In Breed, Next Generation Modular Pacs That Is Currently Being Deployed In The Va Enterprise Cloud (vaec). The System Must Incorporate At A Minimum The Following Features: workflow/assignment Engine For Subspecialty Assignment, Image Routing And Turn-around Time Optimization real-time Productivity Tracking For Each Radiologist workflow Tools Such As Integrated Ad-hoc And Assigned Peer Review tech/image Quality Feedback, Critical Result Notification/callback ntp Pacs Assistant Image Intake Portal For Pre-read Qc (optional) hl7 Integration To All Instances From Vista And Cerner the System Must Be Scalable Such That Visns Could Elect To Deploy The System And Would Have Their Worklist, User Database, And Workflow Tools Separate And Distinct From Ntp. 2. Submittal Information: all Responsible Sources May Submit A Response In Accordance With The Below Information. no Marketing Materials Are Allowed As Part Of This Rfi. Generic Capability Statements Will Not Be Accepted Or Reviewed. Your Response Must Address Capabilities Specific To The Services Required In The Attached General Requirements And Must Include The Following: (a) Interested Vendors Shall At A Minimum, Provide The Following Information In The Initial Paragraph Of The Submission: name Of Company address point Of Contact phone Number fax Number email Address company Business Size And Status for Vosb And Sdvosbs, Proof Of Verification In Vip. naics Code(s) socioeconomic Data data Universal Numbering System (duns) Number existing Contractual Vehicles (gwac, Fss, Or Mac) (b) Provide A Summary Of Your Capability To Meet The Requirements Contained Within The Draft General Requirements For The Following Areas: provide A Summary Of Your Technical Capability To Meet The General Requirements As Well As Responses To Specific Questions At The End Of The General Requirements. corporate Experience Or Expertise In Performing These Services And Specific Examples Or References. Specific Examples Or References Provided Must Include The Agency, Point Of Contact, Dollar Value, And Contract Number. questions: what Is Your Current Market Share For Deployments Over 500,000 Annual Cases? how Many Pacs Deployments Do You Currently Have In Production That Handle Annual Volumes In Excess Of 1m, 5m Annual Cases? what Is The Current Yearly Volume Of Your Largest Deployment? What Is Your 2nd Largest? do You Have Any Multi-site Deployments Hosted In A Fedramp Certified Data Center? system Monitoring Of Critical Servers And Services Is Required To Ensure 99.99% Uptime. How Is This Accomplished? Is The System Status Data Periodically Transmitted Back To The Vendor? What Data Is In The Message? Note That The Message Cannot Include Patient Identifiers. what Does Your High Availability Deployment Look Like? Can Multiple Virtual Machines Be Active At The Same Time? Is Active/passive Only? What Steps Are Required To Failover To The Passive Server(s)? Service Stop And Starts? File Copies? the Ntp Microsoft Sql Cluster Is Configured Using Ag, Multi-subnet, And Synchronous Replication. If Product Requires Microsoft Sql Please Describe Any Concerns With These Settings? What Are The Processor And Memory Requirements For Any Sql Databases? responses Are Due No Later Than 10:00am Est, Friday, March 7, 2025, Via Email To Heera Polanco, Contract Specialist At Heera.polanco@va.gov And Kathryn Pantages, Contracting Officer At Kathryn.pantages@va.gov. Please Note Ntp Nextgen Pacs Components ( In The Subject Line Of Your Response. Mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive. The Email File Size Shall Not Exceed 10 Mb. 3. General Requirements the Ntp System Will Have The Following Major Characteristics: intuitive, Stable And Easy To Use User Interface For The System, Designed To Optimize Radiologist And Pacs Assistant Productivity And Quality. system Should Be Designed With A Focus On Human Factors To Optimize Efficiency, While Minimizing Viewer Fatigue And The Incidence Of Repetitive Motion Injuries. the Contractor Shall Design, Deploy, And Support The System To Handle Receiving All Vha Radiology Hl7 Messages, Covering 12 To 15 Million Annual Exams. Of Those, Up To 2 Million Exams/studies Will Be Read By The Ntp Team. The Additional Hl7 Messages Are Used For Patient History. Full Activation To Be Completed No Later Than September 1, 2025. Phase 2/optional Task 1 Shall Include Expansion Of Up To 7 Visns And Up To 9 Million Annual Exams Total Will Be Read Within The Ntp Nextgen Pacs (combined Ntp And Visns). 50-100 Million Reports Are Available In The Ntp Legacy Pacs System. Product Must Be Capable Of Either Importing The Legacy Studies For The Patient Jacket Or Receiving The Historical Studies Using Just In Time Delivery Via Hl7. system Must Be Optimized For Wan Use. system Shall Have An Integrated Radiologist Worklist With Study Locking Across The Application In Less Than 0.5 Seconds To Prevent Duplicate Reading. Ntp Shall Have A Distinct Worklist With Designated Assignment Engine/workflow Tools, While Visn Pacs Shall Have The Option To Set Up Unique Visn-based Or Site-based Worklists For Their Use. system Provides An Integrated Tool For Instant Messaging (im) Communication Within The System Between Radiologists And/or Support Staff With The Ability To Send Embedded Study Links In The Messages. Im Tool Will Have The Ability To Broadcast Messages To Online Users With Individual And Group Responses. upon Receipt Of A Preliminary Or Final Hl7v2 Encoded Report Generated By A Va Customer Site, The Study Shall Automatically Be Removed From The Ntp Unread Worklist And The System Shall Prevent Ntp Interpretation Of The Study. For Sites Using Nextgen Pacs, Their Worklist Shall Include A Designation That The Study Was Assigned To Ntp, But The Hl7 Message Shall Still Be Broadcast To Vista Or Cerner For Study Tracking Purposes. integrated Acr Compliant Peer Review Functionality With On Demand And Assigned Workflows. Peer Review Will Incorporate Separate Workflow And Scoring Methodologies For Internal Ntp Peer Reviews And Separately Focused/ongoing Peer Reviews That Ntp Performs For Va Customer Facilities. worklist Options To Include Community/shared Worklist, Subspecialty Group Worklist, And User Specific Worklist Assigned Via Assignment Engine. technical Support vendor Must Provide 24x7x365 Technical Support Via The Prime Vendor Help Desk With Off-hours Escalation To Senior Level Support Within 15 Minutes Of Initial Call. vendor Must Provide An Ongoing Commitment To Ntp For Continuous Product Development And Enhancement To Ensure That The System Remains On The Most Current Version Deployed. Application Updates Must Not Require Elevated Privileges To Install On Client Workstations. vendor Must Agree To Comply With All Applicable Va Security Requirements, To Include Disa Stigs vendor Will Be Responsible For All Os Patching, Av Updates And Application Updates/upgrades To Meet Va Security Requirements. Windows Os Patches Are Available Via An Internal Wsus Repository. Linux Servers Must Also Be Patched And Can Be Managed Through The Va Rhel Satellite Server Provided The Linux Servers Meet The Va Baseline. If Linux Based And Not Utilizng The Va Baseline Of Redhat 8 Or 9, Vendor Will Be Responsible For Managing Updates Independent Of The Va Satellite Server. software Maintenance For Application And Associated Components To Include Updates And Upgrades And All Requisite Security Maintenance To Remain In Compliance With Nist, Fisma, And Va Security Standards Will Be Provided And Installed By The Vendor. the Maintenance Window For Software Updates Will Be Limited To 15 Minutes Of Downtime Tuesday-thursday Mornings Unless Otherwise Specified By The Va. Maintenance Updates/upgrades Requiring Longer Than 15 Minutes Will Be Addressed On A Case-by-case Basis But Should Not Exceed 60 Minutes. architecture And Security the Ntp System Is A Mission Critical Application That Is Required To Be Online 24x7x365. The System Shall Be Designed And Deployed With Appropriate Redundancy And Fault Tolerance To Eliminate Single Points Of Failure. The Target Uptime Threshold For The Overall System Must Be 99.99%. The Contractor S Design And Technical Support Infrastructure Must Meet Or Exceed That Level Of Performance. System Shall Be Designed For 99.99% Uptime As Measured By 24x7 Availability With Performance Penalties Applied When Uptime Falls Below 99.9% As Calculated Monthly. Downtime Will Be Defined As Failure Of One Or More Components That Measurably Impacts Va S Ability To Receive Or Interpret Studies Or Transmit Reports To The Originating Emr. Contractor Shall Provide Ntp And Visns With A Monthly Uptime Report With Adjusted Billing Of The Ongoing Service/support Cost Per The Discount Rate Below. Note That Scheduled Downtime Such As Work To Complete Software Upgrades And Maintenance Is Excluded From The Downtime Calculation. Fail-over And/or Test Servers Shall Be Used To Perform These Activities With Little Or No Impact To The Clinical Operations. microsoft Sql Requirements Must Support Multi-subnet Sql Ag Configurations. system Shall Be Deployed With Federal Information Processing Standards (fips) 140-2 Or Successor Compliant Encryption Of Sensitive Data At Rest. system Will Be Designed To Optimally Utilize Bandwidth Across The Va Wan And To/from The Cloud-based Components. the System Has Three Possible Deployment Methods. First, Virtual Machines Within The Va Subscription Of The Azure Govcloud Virginia Using Availability Zone 1 And 2 For Redundancy. Second, A Private Cloud Deployment Within The Va Azure Govcloud Virginia Subscription That Supports Multiple Azs For Failover. Third, Saas With A Current Fedramp Authorization For High Impact. for The Private Cloud Deployment Within The Va Azure Govcloud Virginia Scenario All Azure Native Services Must Be Approved By The Va For Use. The Availability Of Azure Native Services In Govcloud Does Not Mean It Has Been Approved By The Va. all System Components Will Be Covered Under Ntp S Nextgen Pacs Authority To Operate (ato) And Vendor Must Meet All Of The Design, Development, Documentation And Sustainment Requirements Of The Ato For Initial Deployment And On An Ongoing Basis. annual Order/report Capacity Should Be Sized For 20m Studies Combined Across Both Emrs. contractor Shall Provide Database Access To Ntp's Analytics Application, Foundations By Health Level Inc., Such That Data Can Be Extracted From The System To Foundations. Additionally, The System Shall Provide Workflow Status Messages To Foundations Via Hl7 Messages For Tracking And Analytics Report Creation. Sample Workflow Status Messages Include But Are Not Limited To, Image Receipt, Qa Approved To Dictate, Study Opened, Report Started, Final Report Signed, Etc. system Will Utilize Normalized Vista Generated Accession Numbers To The Following Format: ###-mmddyy-123 Where ### Is The 3-digit Site Code For The Originating Vista Instance And Similarly All Studies And Reports That Utilize Ssn As The Primary Identifier Will Have Their Data Normalized To The Dashed Format 000-00-0000. for Sites That Utilize Cerner As Their Emr, The System Will Be Able To Uniquely Identify The Patient Via Both The Edipi And Ssn And Will Utilize An Mpi. the Va Has Four Possible Patient Identifiers, Edipi, Ssn, Icn, And Dfn (vista Only). System Must Support Multiple Patient Identifiers. all Reports Within The Nextgen Pacs System, Both Ntp Generated And Those That Are Created At Local Sites, Will Be Viewable Within The Patient Jacket Of The Worklist. contractor Shall Provide A Fully Operational Test Instance Of The System With All Components. This Shall Be Used For Cerner Interface Testing, Application Upgrade Testing And Potentially As A Backup In Case Of Either Catastrophic Failure And/or Serious Cybersecurity Events. The System Shall Be Capable Of Simulating At Least 10% Load Of Current Production. deployment With Final Validation To Be Completed No Later Than September 1, 2025. post Ntp Deployment, Visns May Elect To Exercise Optional Line Items On The Idiq To Utilize The System With A Separate Organizational Structure. For Visn Options, Vendor Will Also Handle Report Migration And Will Provide 5 Years On-site Data Storage At A Central Visn Location If Required For Application Performance. system Shall Interface With Existing Ntp Stat Web Portal. Stat And Critical Cases Sent To Ntp Have 2 Separate Submission Components: Dicom Export Of Case To Be Read Along With Relevant Priors And An Accompanying Web Portal Submission. The Web Portal Submission Is Used By The Techs At The Site To Notify Ntp That A Case Has Been Sent And It Provides Contact Information If A Callback Is Required, Image Count, Exam Notes, Etc. The Existing Web Portal Sends Pacs An Hl7 Message With The Submitted Information. That Data Shall Be Incorporated Into Pacs For Pre-read Qc And Radiologist Viewing. The Stat Portal Hl7 Messages Do Not Include The Pid Segment. Vendor Must Support Adding The Stat Portal Data Based On Accession Number And Only Update The Hl7 Data Provided By The Stat Portal And Not Erase Other Hl7 Fields Not Provided By The Stat Portal Hl7 Message. system Shall Be Designed And Deployed Such That It Is Installed On Medical Device Virtual Local Area Networks (vlans) And Behind Access Control Lists (acls) Or Firewalls. for All Contractor Deployed Components, All Unused Services Shall Be Disabled. The Systems Shall Be Hardened To The Greatest Extent Possible Without Impacting Clinical Performance Or Utility. all Hl7 Traffic Shall Utilize Resilient Links That Shall Auto-restart With Message/data Failure/rejection/time-out And The System Shall Include A Notification Mechanism To The Contractor And Ntp Support When Failure Is Detected. hl7 Interfaces Shall Support Tls 1.2 Or Its Successor For Connection To Va Data Access Services (das) (va's Centralized Hl7 Broker And Gateway) And Rhapsody Corepoint. The System Shall Support Hl7 Adt, Orm And Oru Messages From All Va Emrs. system Shall Be Designed To Optimally Utilize Bandwidth Across The Wide Area Network (wan) And To/from The Cloud-based Components. at A Minimum, The System Shall Log Transactions In An Audit Trail At The Following Time Points: User Logon/logoff, Receipt Of Images By Pacs, Each Instance Of A Study Being Opened And Who Viewed And Closed That Study, On Which Workstation It Was Viewed (including If It Was Opened From The Emr), Start Of Reporting, Signature Of Report, Successful Upload Of Report, Deletion Of Study And/or Report, And Any Change To Demographic Or Study Information. Logs Shall Be Maintained While The Study Is On The System. If A Study Is Deleted And Subsequently Repulled, The Original Audit Trail Shall Be Reinstated. the Audit Trail Shall Be Kept For No Less Than Three Years And All Messages Shall Be Synced With An Internal Va Time Server. transmission Of Any Data Outside Of The Va Network Shall Be Via A Va Approved Vpn Solution And Is Allowed Only With Fips 140-2 Compliant Encryption. Sensitive Patient Information Shall Not Be Stored Outside Of Va Organizational Control For Purposes Other Than For Short Term Troubleshooting Purposes. After The Requirement For The Data Has Been Satisfied, The Data Shall Be Securely Erased. workstations And Servers Shall Run Anti-virus Software And Accept Automated Patching. non-diagnostic Workstations For Tech And Pacs Admin Access Shall Utilize The Standard Va Baseline Pc Image And Shall Operate With The Full Suite Of Va Security Controls. All Applications, Web-apps And Associated Components Required For Non-diagnostic Support, Workflow, Management, Administration, And Operation Shall Be Required To Be Fully Functional On A Va Baseline Image Pc. web-based Applications For Diagnostic And Non-diagnostic Workstations Shall Be Fully Functional With Va Baseline Versions Of Edge And Chrome Browsers And Accept The Va Browser Security Settings. system Shall Operate Without External Internet Access Per Va Medical Device Protection Program Guidelines (exclusive Of Vpn Connectivity). the Database Shall Be Dedicated Solely To The System And Comingling Storage Of Va Phi Data With Any Non-federal Data Is Not Permitted. system Administration the Selection Of A Critical Results Diagnostic Code By A Radiologist Shall Automatically Initiate A Support Request Via The Communication Tool And Support Worklist To Initiate A Callback To The Referring Provider. integration system Shall Interface With The Va S Master Person Index (mpi), Which Is The Primary System For Assigning And Maintaining Unique Person Identifiers And Provides Enterprise-wide Identity Management. The Ntp Rhapsody System Will Query The Va Mpi And Provide The Edipi And Icn Patient Identifiers. The Worklist Software Must Be Able To Accept Mpi Maintenance Messages To Correct Any Patient Icn Identifier Misconfigurations That Mpi Identifies And Report The Status Of The Correction. system Shall Support Multiple Identifiers For Each Patient Via Internal Master Patient Index (mpi) Functionality Internal To The System. System Must Be Able To Seamlessly Function With Both Vista And Cerner Emr Interfaces And Be Able To Utilize The Appropriate Primary Patient Identifier For Each Respective System To Uniquely Identify Patients And Ensure A Patient S Data Appears As A Singular Instance Within The System. seamless Hl7 Integration With Ntp Nextgen Pacs Rhapsody Corepoint Hl7 Engine. seamless Integration With Ntp Nextgen Pacs Voice Recognition System (nuance Powerscribe One 2019). seamless Integration With Ntp Nextgen Pacs Mach7 Eunity Viewer. seamless Integration With Ntp Nextgen Pacs Blackford Ai Suite Of Applications For Intracranial Hemorrhage (ich) Identification, Large Vessel Occlusion (lvo) Breast Density And Breast Cancer/nodule Detection. Ai Results Will Be Incorporated Into Study Prioritization. the System Shall Provide Seamless Integration With Va/dod Joint Legacy Viewer (jlv), Which Requires The Use Of Clinical Context Object Workgroup (ccow). This Shall Include A Button To Launch Jlv Directly From Within The Pacs Application, Have It Pass Patient Context Via Ccow To Jlv, And Then Maintain Patient Context As Different Studies Are Viewed Within The Pacs (i.e. Update Ccow Context). system Must Support Application Authentication Using Single Sign-on (sso). Options For Sso Include Va Active Directory And Azure Entra Id. client Viewer the System Shall Be Designed To Accommodate 4 Different Categories/priorities: Crit, Stat, Asap/inpatient, And Routine, With Distinct Turn-around Times (tats) For Each Level. The Worklist Shall Display The Time Remaining Before Expiration Of Tat For Each Unread Exam And Tat Shall Be Calculated From The Time, New, Unread Images Are Received And Available For Ntp Interpretation. the System In Conjunction With The Pacs Diagnostic Viewer And Associated Voice Recognition Window Shall Fully Launch And Be Ready For Review/dictation Within 3 Seconds After Study Selection From The Worklist Or Activation Of The Next Study Function. Performance Target Shall Be Met For Users Working Within A Va Site And Home Users Working Via Vpn At 10 Mb/s Minimum Throughput. the Radiologist Viewing Client Shall Run On Va-provided Hardware With Windows 10 Ltsc Or Windows 10 Enterprise Operating System Or Windows 11. Workstations Shall Support Va Approved Anti-virus Software (currently Windows Defender But May Change With Subsequent Va-wide Av Award). Av Shall Be Deployed With Contractor Provided File Or Folder Exclusions. Pacs Workstations Shall Permit Automated Windows Patching. any Software Running On The Radiologist Desktop Must Be Able To Be Updated Without Requiring Administrative Privileges On The Desktop. A Pop-up Indicating A Client Update That The Radiologist Can Run As A User, Not Administrator, On The Desktop Is Acceptable. end User Applications Shall Be Made Compatible With Any New Windows Major Versions Within 24 Months Of Its Commercial Release. the System Shall Be A Cloud-native Design With Dynamic Streaming As A Fundamental Design Feature. The System Shall Be Fast, Intuitive, Stable, Easy To Use, And Designed To Optimize Productivity And Quality And Reduce Repetitive Motion Injuries. data Cached/stored On The Workstation Shall Be Deleted From The System At The Close Of The Study Or Application. system Shall Include A Real-time Productivity Tracking Tool Visible For Each Respective Radiologist Within Their Pacs Worklist. The Tool Shall Be Configurable To Display Daily Wrvu Or Adjusted Wrvu (ntp Specific Wrvu Values Per Cpt Code And Loinc Codes For Cerner Sites). system Shall Include An Integrated Collaboration Tool For Communication Within The System Between Radiologists And/or Support Staff With The Ability To Send Embedded Study Links In The Messages. Collaboration Tool Shall Have The Ability To Broadcast Messages To Online Users With Individual And Group Responses And Shall Incorporate Logging As Well. the System Shall Provide The Ability For Radiologists To Jointly Confer On A Study In Real Time While They View It. the System Shall Provide Visual Cues On The Worklist That Indicate A Study Is Approaching Expiration Of The Assigned Turn-around-time Within The 4 Priorities (crit, Stat, Asap, And Routine). the System Shall Provide A Separate Visual Cue On The Worklist To Indicate A Study Is Overdue From The Assigned Turn-around-time Within The 4 Priorities (crit, Stat, Asap, And Routine). the Radiologist Shall Be Notified If Another User Is Viewing The Same Exam On Another Workstation And Shall Be Prevented From Creating A Duplicate Report. the System Shall Immediately Notify The Radiologist If A Local Report For A Study They Are Viewing Has Been Received. This Can Occur When A Site Disregards The Stub Message Or Initiates Dictation Before The Ntp Stub Report Is Filed. The System Shall Also Immediately Notify The Radiologist If Additional Images Are Received On A Case They Are Currently Dictating. worklist Shall Allow Manual Reassignment Of Studies To Another Radiologist, Indicate What Studies Have Been Reported, And Whether The Report Has Uploaded To The Emr Successfully. Manual Reassignments Shall Be A Logged Event As This Process Needs To Be Highly Monitored. patient History And Reason For Study Shall Be Mapped From The Hl7 Message And Shall Be Available For Review Within The Worklist. artificial Intelligence positive Ai Findings Shall Trigger A Change To A Higher Priority Status In The System. Negative Findings Shall Not Decrement The Submitted Priority Level. workflow Tools the System Shall Include A Closed-loop Support Request Tool Between Support And The Radiologists To Facilitate Assistance Requests And Critical Results. The Support Tool Shall Provide A Mechanism For Support To Claim A Request, So Multiple Individuals Do Not Work On The Same Problem And The Requestor Knows Who Has The Assignment. The Support Tool Shall Track Issues From Initiation To Resolution With Time Stamps Along Each Step And Export Of Data To Foundations For Tracking. system Shall Include An Internal Collaboration Tool. User List Shall Default To Online Users Within The Logged In User S Organization (ntp, Visn X Or Site Y) But Shall Permit Cross Org Communication Via Org Drop Down Selection. system Shall Immediately Assign Critical Exams (stroke And Intraoperative Radiograph) To A Qualified Radiologist Once Processed By Support And Shall Be Treated As The Highest Priority. Once Cleared To Read, The Assigned Radiologist Shall Receive An Automated Notification Within Their Worklist Or Viewing Window Alerting Them That They Have A Case That Needs Immediate Interpretation. upon Receipt Of A Stat Or Crit Web Portal Request, The System Shall Automatically Upgrade The Priority Of The Case Within The System To The Same Status Regardless Of The Hl7 Orm Priority Value And The Escalated Priority Shall Remain Locked Unless Manually Changed By Support. Subsequent Hl7 Messages Cannot Downgrade Only Upgrade The Priority. the System Shall Incorporate A Post-assignment Problem List To Track Cases That The Radiologists Identify Which Need To Be Addressed By Support Prior To Sign Off. Worklist Shall Function Similar To The Pre-read Qc List Where Support Will Claim The Case And Will Address The Issue Until Resolved. The Post-assignment Problem List Shall Also Incorporate Workflow For Critical Callbacks Where The Radiologist Is Notifying Support That A Critical Callback Is Required. integrated American College Of Radiology (acr) Compliant Peer Review Functionality With On Demand And Assigned Workflows Shall Be Provided. Peer Review Shall Incorporate Separate Workflow And Scoring Methodologies For Internal Ntp Peer Reviews, Peer Learning And Peer Reviews That Ntp Performs For Va Customer Facilities. Note The System Shall Include Similar Peer Review Capabilities For The Visn System, However The External Review Functionality Is Typically Used By Ntp. The Specific Scoring Criteria That Is Used For Each Type Of Review (ntp Internal Versus Vha-site Focused Review) Shall Be Specific For Each Org, E.g. Ntp Peer Reviews Will Have Radpeer Scoring As The Displayed Option While A Review For Site A Would Have Met/not Met Criteria Listed And Site B Review Would Display Radpeer. assignment Engine & Worklist the System Shall Include An Assignment Engine (ae) That Is Fully Integrated With The Pacs Worklist. The Ae Design Shall Be Designed To Minimize Report Turn-around Time While Maximizing Subspecialty Interpretations. ae Shall Support No Less Than 12 Distinct Subspecialty Designations For Stat And Crit Workflow And No Less Than 12 Designations That Are Applicable For Routine And Asap Priority Cases. ae Shall Utilize A Combination Of Cpt Codes, Loinc Codes (for Cerner Sites), Study Descriptions, And Priorities To Identify The Subspecialty Group(s) For Each Case To Be Interpreted. ae Shall Assign A Fixed Number Of Crit/stat And Asap/routine Cases To Each Logged In Radiologist. The System Shall Also Support Assignment Of A Fixed Wrvu Amount To Each Active Radiologist. system Shall Have A Default Setting Of Auto Next To Automatically Open The Next Case On The Radiologist S Worklist Along With Associated Report Template. Disabling Auto Next Shall Be An Elevated System Privilege. system Shall Incorporate A Skip Function That Shall Allow A Radiologist To Move To The Next Case And Temporarily Bypass Auto Next. If Skip Is Invoked, It Shall Require A Comment From The Radiologist And It Shall Be An Auditable/logged Event. ntp And Visns Shall Operate On Unique Instances Of The Ae So That Ntp Workflow Shall Not Dictate Subspecialty Assignment For Other Visns Who Use The Nextgen Pacs. In Other Words, Each Org, (ntp, Visn1, Visn2, Site X) Shall Have Their Own Worklist And Ae Setup And An Administrative Tool To Manage Ae Configuration. ae Shall Continually Update System Status In The Background And Within 1 Second Of Report Signoff, It Shall Have The Next Available Case Assigned To Any Radiologist. ae Shall Be Configurable By Pacs Administrators Via Gui To Change Assignment Parameters, Subspecialty Groups And Subspecialty Mapping. multipart Exams Such As Ct Chest Plus Abdomen/pelvis Shall Be Managed As Separate Exams If Sent To The Pacs With Distinct Image Sets And Shall Be Evaluated By The Ae Accordingly. system Shall Support The Use Of A Fixed Set Of Mandatory Worklists Or Worklist Filters That Shall Be The Default Configuration Within The System. Example Worklists May Include: Crit Exams, Crit And Stat, Etc.
991-1000 of 1017 archived Tenders