Data Center Tenders
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation For The Procurement And Supply Of Van Rental Services For Registry System For Basic Sectors In Agriculture (rsbsa) Fy 2026 National Budget Preparation And Planning Workshop On January 20-24, 2025 In Cebu City 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of ₱ 154,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement And Supply Of Van Rental Services… 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Procurement And Supply Of Van Rental Services…with The Following Details: 5 Vans January 20, 2025 @ 7,000.00/van Arrival: From Airport To Venue And Vice Versa 4 Vans January 21-22, 2025 @ 7,000.00/van Venue: Standby 2 Van Unit Per Day 8 Vans January 23, 2025 @ 7,000.00/van Site Visit To Ict Data Center 5 Vans January 24, 2025 @ 7,000.00/van Departure: From Venue To Airport And Vice Versa 3. The Bidder Must Submit Legal Documents Such As Mayor’s Permit, Philgeps Certificate And/or Registration Number. The Office Will Require The Winning Bidder To Submit Income/ Business Tax Return (for Abc ₱ Above 500,000.00) And Omnibus Statement Prior Recommendation Of Award (bac Resolution). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered, Together With The Required Legal Documents Stated At Item Number 3, To The Bac Chairperson Office / Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. Failure To Submit The Said Legal Documents Will Disqualify The Bidder. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Address And Contact Numbers Indicated Below. Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 Telefax No. 032-268-2698 Darfu7@ymail.com / Da7ps@yahoo.com / Da7gs@yahoo.com 7. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 8. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information And Required Documents To Be Submitted , Please Contact : Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date13 Jan 2025
Tender AmountPHP 154 K (USD 2.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania.
project Description:
the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus.
the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents
Building Insurance Canton Of Zurich gvz Tender
Services
Software and IT Solutions
Switzerland
Details: Title: Storage Metrocluster Pour Deux Datacenters
description: Objet: * Remplacement D'un Environnement De Stockage Netapp Existant Par Une Nouvelle Plateforme En Tant Que Stockage Metrocluster Pour Deux Data Centers Afin De Prendre En Charge L'exploitation D'un Environnement Sap, D'un Dms : D.velop Documents (d.3ecm) Et D'une Plateforme Red Hat Openshift. * Acquisition De Serveurs Et Des Services Associés Pour L'exploitation D'un Cluster Vsphere Broadcom/vmware Redondant. Étendue Des Prestations : * Livraison, Intégration Et Configuration : Fourniture, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster Sur Deux Sites, Ainsi Que De L'infrastructure De Serveurs Pour Le Cluster Redondant Broadcom/vmware Vsphere. Cela Inclut Des Tests Complets Et Une Documentation Complète De L'implémentation.assistance Et Gestion Des Licences : Assistance À Long Terme Incluant La Maintenance, Les Mises À Jour Régulières Et La Gestion Des Licences Logicielles Afin De Garantir La Fonctionnalité Et La Sécurité Continues Du Système. Objectif : * Exploitation D'un Système De Stockage Et De Serveurs Hautement Disponible Et Performant Pour Soutenir De Manière Optimale Les Opérations Sap Et La Plateforme Openshift, En Combinaison Avec Un Cluster Vmware Vsphere Redondant. * Étape 1 : Mise À Disposition, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster. * Étape 2 : Remplacement De L'infrastructure Fas 8200 Existante. Les Détails Concernant Les Fonctionnalités Requises Figurent Dans Le Cahier Des Charges Ainsi Que Dans L'annexe A02. L'offre Doit Tenir Compte De Toutes Les Licences Logicielles Et De Tous Les Services Nécessaires À La Mise En Place D'une Solution De Stockage Fonctionnelle Et Opérationnelle.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Building Insurance Canton Of Zurich gvz Tender
Services
Software and IT Solutions
Switzerland
Details: Title: Storage Metrocluster Pour Deux Datacenters
description: Objet: * Remplacement D'un Environnement De Stockage Netapp Existant Par Une Nouvelle Plateforme En Tant Que Stockage Metrocluster Pour Deux Data Centers Afin De Prendre En Charge L'exploitation D'un Environnement Sap, D'un Dms : D.velop Documents (d.3ecm) Et D'une Plateforme Red Hat Openshift. * Acquisition De Serveurs Et Des Services Associés Pour L'exploitation D'un Cluster Vsphere Broadcom/vmware Redondant. Étendue Des Prestations : * Livraison, Intégration Et Configuration : Fourniture, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster Sur Deux Sites, Ainsi Que De L'infrastructure De Serveurs Pour Le Cluster Redondant Broadcom/vmware Vsphere. Cela Inclut Des Tests Complets Et Une Documentation Complète De L'implémentation.assistance Et Gestion Des Licences : Assistance À Long Terme Incluant La Maintenance, Les Mises À Jour Régulières Et La Gestion Des Licences Logicielles Afin De Garantir La Fonctionnalité Et La Sécurité Continues Du Système. Objectif : * Exploitation D'un Système De Stockage Et De Serveurs Hautement Disponible Et Performant Pour Soutenir De Manière Optimale Les Opérations Sap Et La Plateforme Openshift, En Combinaison Avec Un Cluster Vmware Vsphere Redondant. * Étape 1 : Mise À Disposition, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster. * Étape 2 : Remplacement De L'infrastructure Fas 8200 Existante. Les Détails Concernant Les Fonctionnalités Requises Figurent Dans Le Cahier Des Charges Ainsi Que Dans L'annexe A02. L'offre Doit Tenir Compte De Toutes Les Licences Logicielles Et De Tous Les Services Nécessaires À La Mise En Place D'une Solution De Stockage Fonctionnelle Et Opérationnelle.
Closing Date10 Feb 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Telecommunication Services
United States
Details: Pre-solicitation Notice – Notice Of Intent To Sole Source
noi-niaid-25-2253857
naics – 517111, Wired Telecommunications Carriers
this Is A Notice Of Intent, Not A Request For Proposal. The National Institute Of Allergy And Infectious Diseases (niaid) Of The National Institutes Of Health (nih) Intends To Negotiate On An Other Than Full And Open Competition Basis With Lumen Technologies Government Solutions To Procure The Renewal Of 10gb Optical Wave Transport Service For The Rocky Mountain Laboratories (rml) In Hamilton, Montana To A Telecom Crossroads In Chicago, Illinois That Ultimately Connects To Niaid’s Leased Space Within An Ashburn, Virginia Collocation Site. The Line Supports Rml’s Access To Niaid’s Centralized Business And Scientific Functions, Such As Genomic Sequencing Services, To Niaid Laboratories Located In Maryland. The Rml Generates Terabytes Of Data That Must Be Transmitted Back To Niaid Research And Backup Facilities In Maryland And The 10gb High Speed Connectivity Is Required To Do So. Service Delivery To The Termination Points Shall Be Via 10gb Ethernet Over Dark Fiber As Required To Provide Service To Run From The Ashburn Facility Ingress Point To Niaid’s Leased Spaced Within The Facility.
this Contractor Will Be Utilized For The Renewal Due To The Current Lapse Situation As Being The Best Solution For The Government Under The Present Emergency-only Guidelines Of The Presidential Memo On Acquisitions, Alert 2025-02.
the National Institute Of Allergy And Infectious Diseases (niaid) Operations And Engineering Branch (oeb) Of The Office Of Cyber Infrastructure And Computational Biology (ocicb) Manages And Develops The Technology Infrastructure That Supports Intramural Research, Extramural Investments, And Administrative Management. Oeb Services More Than 4,000 End Users In Over 20 Locations Throughout The United States. Infrastructure Services Provided By Oeb Are Maintained And Used 24 Hours A Day, 7 Days A Week. Services Include Application Hosting, Audio/visual Engineering, Cybersecurity Engineering, Cyber And Data Operations, Data Center Management, High-performance Computing, Platform Engineering And Hosting Management, Network Engineering, Remote Access, Scientific Infrastructure And Technology Engineering, And Server And Database Management. The National Institute Of Allergy And Infectious Diseases (niaid), Rocky Mountain Laboratories (rml), Performs Basic Research Contributing To The Development Of Diagnostic Reagents, Therapeutics, And Vaccines Against Human Pathogens. The Rml Constitutes A Critical Research Asset To The Whole Of Niaid's Research Community, Intramural As Well Extramural Partners. Access By Intramural Researchers In Bethesda, Maryland To The State-of-the-art Technologies Maintained At The Rml, As Well As The Global Research Community's Ability To Effectively Collaborate With Rml Researchers Are Vital To Accomplishing The Institute's Overall Mission. This Acquisition Is To Renew The Current Lease For The 10gb Optical Wave Line To Preserve Niaid's Link From The Rml In Hamilton, Montana To Virginia/maryland For Fy25. The Contractor Will Receive The Optical Waves And Maintain The 10gbps Fiber Optic Network Transport Route Currently In Use. Service Delivery To The Termination Points Will Continue To Be Via 10gb Ethernet Over Dark Fiber. The Current Lease Contract Ended On 1/26/2025, So This Is An Emergency Request To Avoid Further Lapse In Service To Avoid Loss Of Connectivity.
this Company Has Been Granted Government And Nih It Security Approval, And Additionally, This Is Considered An Essential Procurement Under Presidential Memo Acquisitions Alert 2025-02 For Continuation Of Anything Directly Related To It Security.
the Statutory Authority For This Sole Source Requirement Is 41 U.s.c. 1901 (a) (1) As Implemented By Far 13.106-1 Only One Responsible Source And No Other Supply Of Service Will Satisfy Agency Requirements. This Is Not A Request For Proposal. All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By February 24, 2025 At 12:00 Pm Et. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government. A Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government.
Closing Date25 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Notice Of Intent To Sole Source
this Notice Of Proposed Contract Action Is In Accordance With (iaw) Far 5.203(a).
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 09, Hereby Provides Notice Of Its Intent To Award A Sole Source, Firm-fixed Price Contract For The Products/services Listed Below To A Large Business, Censis Technologies, Inc. (censis), Headquartered In Franklin, Tn. The Contract Is Expected To Be Awarded Under The Authority Of Far 13.501(a), Sole Source Acquisitions. A Sole Source Justification For Other Than Full And Open Competition Has Been Prepared And Will Be Posted At A Later Date. The Anticipated Award Date Is No Later Than 03/01/2025 To Ensure No Break In Continuous Services From Censis.
this Solution Is Intended To Help Visn 9 Sterile Processing Departments Continue To Maximize The Use Of The Censis Technologies Censitrac Instrument Tracking System, Which Is Currently Deployed At All Visn 9 Medical Centers.
market Research Found No Vendor Other Than The Original Equipment Manufacturer (oem), Censis Technologies, Inc. (censis), Could Meet This Requirement At The Level Of Technical Quality Required. The Following Products/services Will Be Procured:
products/services Required: The Quantity Unit Of Measure Are Per Site/location For All Items.
product Code
product
line Item Description
quantity
sut301r
subscription - Instrumentrac
prorated Base Yr (7-months) - Mountain Home, Lexington, Louisville, Memphis, Nashville, Murfreesboro
6.00
msgl01b
subscription Renewal
- Service +
base Yr (7-months) - Mountain Home, Lexington, Louisville, Memphis, Nashville, Murfreesboro - Clinical Assessment Based On-site Visit + Week Of Training, Free Ctuc Tickets
6.00
csgov
subscription Renewal
- Censitrac Gov Cloud Server
prorated Base Yr (7-months) - Mountain Home, Lexington, Louisville, Memphis, Nashville
5.00
subst02r
scopetrac Stand Advanced Subscription Renewal
prorated Base Yr (7-months) - Mountain Home, Lexington, Louisville, Memphis, Nashville - Scopetrac Advanced Renewal
5.00
gsubll01
subscription - Loanerlink Subscription License Gov
base Yr Add-on - Mountain Home, Lexington, Louisville, Memphis, Nashville - Annual Subscription
5.00
ims104
implementation - Loanerlink Implementation Fee
two Weeks Onsite Training, Project Management, Data Validation - Mountain Home, Lexington, Louisville, Memphis, Nashville
5.00
no Options Are Considered Due To The Short Notice Given By The Program Office To Contracting.
period Of Performance: 03/01/2025 Through 09/30/2025.
naics: 513210, Software Publishers (sba Size Standard: $47.0 Million)
psc: Dc10, It And Telecom Data Center As A Service
this Notice Of Intent Is Not A Solicitation Nor Is It A Request For Competitive Quotes. However, Any Capability Statements Received By The Closing Date Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete Based On Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. The Department Of Veterans Affairs Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Responses Will Be Considered. All Responses From Responsible Sources Will Be Fully Considered. As A Result Of Analyzing Responses To This Notice Of Intent, The Government Shall Determine If A Solicitation Will Be Issued. Any Prospective Vendor Must Be Registered In The System For Award Management (sam) To Be Eligible For Award.
interested Parties Are Encouraged To Furnish Information By Email Only With Response To Sole Source Notice 36c24925q0134 In The Subject Line. All Documents Submitted Will Not Be Returned. All Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements Listed Above To Nicole Mcvey, Contract Specialist, By Email At Elyse.mcvey@va.gov Not Later Than The Given Closing Date And Time On This Notice. The Capability Documentation Should Include General Information And Technical Background Describing In Detail The Prospective Contractor S Capabilities Like An Authorized Distributor/reseller Letter From Their Source Of Suppl If Not A Manufacturer That Will Demonstrate The Ability To Support This Requirement.
Closing Date11 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: This Is Not A Solicitation Announcement. This Is A Sources Sought Notice Only. This Sources Sought Notice Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of A Solicitation.
the Department Of Veterans Affairs (va), Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified Sources Capable Of Providing Brand Name Liberty Pcw Chilled Water 5 Ton Cooling Units. The Units Will Be Delivered To The Erie Va Medical Center Located At 135 E. 38th Street, Erie, Pa 16504.
background: The Department Of Veterans Affairs, Erie, Pa Va Medical Center, Has A Brand Name Only Requirement For Two (2) Liebert Pcw Cooling Units (part# Pw017uc1c109es). The Erie, Pa Vamc Currently Operates Critical It Infrastructure That Relies On Continuous Operation Of Our Existing Cooling System To Maintain Acceptable Temperatures. Our Current Cooling Unit, Which Is Integral To Sustaining These Operations Has Exhibited A Pattern Of Failures Over The Past Seven Months, Compromising The Stability Of Our It Environment. Specifically, The Cooling Unit Has Failed Three Times Within The Last Three Months. During The Most Recent Incident, The Cooling System Began To Fail Again, And There Was A Serious Risk That It Could Shut Down The Entire Erie Vamc It Infrastructure. This Infrastructure Supports Essential Healthcare Services And Patient Records Systems, Making Continuous Operation Vital.
to Prevent A Catastrophic Failure Of Our It Systems, It Is Essential That We Replace The Failing Cooling System As Soon As Possible With Two (2) Liebert Pcw Chilled Water 5 Ton Systems (part# Pw017uc1c109es), Which Are Compatible With Our Existing System And Provide The Required Cooling Capacity And Redundancy.
brand Name Requirement (brand Name Only):
the Erie, Pa Vamc Requires An Urgent Procurement Of Two (2) Liebert Pcw Chilled Water 5 Ton Systems To Replace Our Aged, Failing Cooling System.
salient Features:
16.2kw Cooling Capacity At 75 Degrees Fahrenheit, 45% Rh: Which Is Sufficient Cooling Capacity For The Current And Projected Heat Loads Of The Erie, Pa Vamc Data Center.
208v, 3-phase, 60hz Operation: Matches The Existing Electrical Infrastructure, Avoiding Costly Upgrades.
up Flow With Front Air Return: Compatibility With Current Airflow Design In The Data Center.
liebert Icom Control With High-definition Display: Systems Communication Capability Is Essential For Integrating The Cooling Unit Into The Existing Network And Building Management System Without Require Extensive Reconfiguration.
icom Based Communication With Bacnet Ip Ethernet Port, Snmp, And Ip Protocols: Seamless Integration With The Existing Network And Building Management System.
variable Speed Ec Plug Fans: Precision Airflow Control For Fluctuation It Loads.
item #
description
qty
pw017uc1c109es
liebert Pdx/pcw
2
341715g318
plnm V 3 Side Grill 18 In Px
2
lt460-z25
leak Det Kit Lt460 W/25 Cable
2
wi-3hr4
warranty Inspection
2
1wlthermlab-e-ebs
warranty Labor Lw Coverage E (1 Year On Parts & Labor)
2
training And Installation:
training Is Not Included In This Procurement. Installation Shall Be In Conjunction With Fms Department.
security & Privacy Control:
contractor Will Be On Station To Provide Service And Therefore Required To Take The Generalized Privacy Training: Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or The Use Of Va Sensitive Information
training Is Required Upon Hire And Annually Thereafter If The Contract Is In Place.
contractor Can Self-enroll In Tms, Take Va Privacy Training Course # Va20939, And Provide A Copy Of The Completed Training Certificate To The Government Point Of Contact Or Cor If Applicable. Alternatively, The Contractor Can Read The Text Version And Provide A Copy Of The Completed Training Certificate To The Government Point Of Contact Or Cor If Applicable.
delivery:
all Items Must Be Fob Destination, 30 Days Aro, To The Following Location:
erie Va Medical Center
attn: Distribution Center
135 E. 38th Street
erie, Pa 16504
monday Friday From 8:00am 4:00pm
responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Duns Number, Cage Code, Size Of Business Pursuant To North American Industry Classification Code (naics) 333415, Air Conditioning And Warm Air Heating And Commercial And Industrial Refrigeration Equipment Manufacturing. Manufacturing. The Small Business Size Standard For This Naics Code Is 1,250 Employees.
please Answer The Following Questions:
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Small Business (sb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Notice?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
is The Product You Are Providing Information About Made By A Small Business Manufacturer Or A Large Business?
is The Product You Are Providing Information About Manufactured In The United States? If Not, Please Provide The Country Where The Unit Is Manufactured.
if You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
if You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job.
does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number.
if You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
general Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
please Submit Your Capabilities Regarding The Salient Characteristics Detailed Above To Establish Capabilities For Planning Purposes.
please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a.
please Provide Your Unique Entity Id.
this Sources Sought Notice Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Mcdaniel.brayboy@va.gov No Later Than, 1:00 Pm Eastern Standard Time (est) On February 20, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, Mcdaniel Brayboy Iii.
all Firms Responding To This Sources Sought Notice Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award.
if A Solicitation Is Issued, Information Will Be Posted On The Contract Opportunities Website For All Qualified Interested Parties At A Later Date, And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Source Sought Notice. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist, Mcdaniel Brayboy Iii At Mcdaniel.brayboy@va.gov
disclaimer
this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.
Closing Date20 Feb 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others...+2Electrical Cables And Wires, Electrical and Electronics
United States
Details: The National Oceanic And Atmospheric Administration (noaa) Intends To Award A Firm Fixed Price Contract For Fifty (50) Rotronic Humidity Probes And Associated Cables For The National Data Buoy Center (ndbc) Located At Stennis Space Center, Ms. The Government Intends To Make An Award To The Responsive Responsible Quoter Providing The Best Value In Accordance With Far 13.106-1(b)(1). This Is A Brand Name Justified Requirement.
doc, Eastern Acquisition Division Requires That All Contractors Doing Business With This Office Must Be Registered With The System For Award Management (sam). No Award Can Be Made To A Company Not Registered In Sam. Contractors Active In Sam Have A Unique Entity Identifier (uei) That Is Used To Do Business With The Federal Government. The Government Has Moved To A Free New, Non-proprietary Identifier That Will Have To Be Requested In, And Assigned By, The System For Award Management (sam.gov). You Can
register And Access The Site By Going To Www.sam.gov.
please See Instructions To Offerors And Full Solicitation, Including Required Specifications As Attached.
**contractors Who Do Not Respond To Items 1 Through 10 Included In The "instructions To Offerors" May Be Considered Non-compliant With The Requirements Of The Solicitation And No Further Consideration Shall Be Given For Award.
Closing Date6 May 2025
Tender AmountRefer Documents
1001-1010 of 1122 archived Tenders