Data Center Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: A Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business, And You Are Interested In This Project Please Respond Appropriately. project Location: Niagara Falls Air Reserve Station, Ny project Description: This Design-bid-build Project Includes The Construction Of A New Addition To Building 317; Renovation Of The Existing Building 317; And Demolition Of Building 206. The Project Will Allow For The Consolidation Of Communications Functions That Are Currently Housed In Multiple Facilities On Niagara Falls Air Reserve Station. the New Addition Will Be A 2,100 Square Foot Single-story Building Constructed On The North Side Of The Existing Building. Construction Will Consist Of A Concrete Slab On Grade Foundation, Reinforced Concrete Masonry Unit Walls, And Sloped Roof With Steel Decking And Asphalt Shingles. The Addition Will Be For Admin Space. the Existing Building 317 Is A 7,500 Square Foot, Single-story Facility. The Building Renovation Will Require Removing Select Interior Walls; Replace All Exterior Doors And Hardware; Replace All Interior Finishes, Including Floors, Walls, And Ceiling Materials, Including Suspended Acoustic Ceiling Panels, Grid, And/or Gypsum Board; Upgrade Existing Electric Distribution System, Replace Existing Interior Light Fixtures, Upgrade Existing Mechanical And Hvac Systems, Upgrade Existing Telecommunications Systems, And Upgrade Existing Fire Protection/life Safety Systems And Renovation Of Restrooms. The Project Will Be Phased: Phase 1 Will Include The Creation Of The New Server Room, Electrical Room And Rerouting Of Comm Cabling; Phase 2 Will Include The Remainder Of The Building Renovation And The Construction Of The Addition After The Government Installs The Servers In The New Server Room At The End Of Phase 1. The Server Room, Existing And New, Must Remain Operational And Protected During The Entire Renovation And Construction Phase By The Contractor. Including The Required Supporting Services Such As Primary And Backup Power And Cooling government Personnel Will Require Periodic Access To This Area Throughout The Project Duration. This Server Area Will Have Sipr And Nipr Offices. Renovations For A New Server Room Location Within Building 317 Is Part Of This Project. The Government Is Responsible To Install The Servers In The Newly Renovated Area Once The Server Room Is Completed. Then, Contractor Access Will Be Allowed For The Existing Server Room To Be Renovated For Admin Space. building 206 Is A 7,520 Sf Facility That Will Temporary House Personnel Displaced During The Renovations. Once Beneficial Occupancy Is Obtained For Building 317, The Demolition Of Building 206 May Commence. the Contract Duration Is Estimated At 580 Calendar Days. The Estimated Cost Range Is Between $5,000,000 And $10,000,000. Naics Code Is 236220. All Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email By Monday, 24 March 2025, By 3:00 Pm Eastern Time. responses Should Include: identification And Verification Of The Company’s Small Business Status. contractor’s Unique Entity Identifier (uei). documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. description Of Experience: Provide Descriptions Of Up To Three (3) Projects Completed By You As The Prime Contractor Or If The Offeror Is A Small Business, They Can Provide Past Performance Of Affiliates In Accordance With Dfars 215.305(a)(2)(c). Submissions Of Past Performance From Affiliates Must Include Documentation Of The Affiliation To The Offeror. To Be Relevant The Projects Submitted Should Be Greater Than 90% Construction, Complete Or Completed Within The Last 5 Years And Are Similar To This Project In Scope And Size. A. Projects Similar In Scope To This Project Include:construction/renovation Of Communication Buildings Or Data Centers B. Projects Similar In Size To This Project Include:construction/renovation Projects Of Approximately 5,760 Sf Or Greater. C. Based On The Definitions Above, For Each Project Submitted Include: i. The Current Percentage Of Construction Is Complete And The Date When It Was Or Will Be Completed. ii. Scope Of The Project. iii. Size Of The Project. iv. Dollar Value Of The Construction Contract. v. Whether The Project Was Design-bid-build Or Design-build. vi. Identify The Number Of Subcontractors By Construction Trade Utilized For Each Project. vii. Documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. viii. The Portion And Percentage Of The Project That Was Self-performed. 5. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished. responses Shall Be Submitted To Laura Phillips-payne At Laura.phillips-payne@usace.army.mil No Later Than (nlt) Monday, 24 March 2025 @ 3pm Eastern Time. questions Can Be Emailed To Laura Phillips-payne At Laura.phillips-payne@usace.army.mil Nlt 19 March 2025. This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. please Begin The Registration Process Immediately In Order To Avoid A Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation, Or The Vendor Risks No Longer Being Active In Sam. vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date24 Mar 2025
Tender AmountRefer Documents 

Philippine International Convention Center Tender

Telecommunication Services
Philippines
Details: Description Request For Quotation Date: April 10, 2025 Rfq No. 2025-up-07 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Six (6) Month Subscription Of 300 Mbps Internet Bandwidth Speed, With An Approved Budget For Contract (abc) Of Four Hundred Ninety-five Thousand Pesos (₱495,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of April 14, 2025. A Copy Of The Following Are Required To Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Valid Tax Clearance; D. Philgeps Registration Number; E. Omnibus Sworn Statement; And F. Copy Of The Technical Specifications Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-up-07 Technical Specifications I. Project Title: Six (6) Month Subscription Of 300 Mbps Internet Bandwidth Speed Ii. Approved Budget For Contract (abc): Four Hundred Ninety-five Thousand Pesos (₱ 495,000.00), Vat Inclusive. Iii. Descriptions Of The Project: - Supply, Installation And Configuration Of Dedicated Internet Service Connection Via Fiber Optic Cable For Six (6) Month Leased Line From Isp Site To Picc Temporary Office Of Pacific Contrete Products, Inc. In Macapagal Pasay With At Least 99.5% Uptime Service Availability; - Installation (the Cost Of Which Shall Be Bundled With The Six Month Contract Service Fee) Including The Provision Of The Needed Cables/insulation And Other Related Materials Following Industry Standards; - Provide 12 Wifi Routers As A Requirement, Which Must Be Ready For Use. - The Purpose Of The Project Is To Ensure Our Business Is Always Connected Even When Our Primary Network Goes Down. Iv. Scope Of Works/services: The Winning Bidder Shall Provide An Internet Connection Service, Which Shall Comply With The Following Minimum Requirements: 1. Dedicated Direct Internet Connection Via Leased Line With The Following Minimum Specifications: 2. With Committed Information Rate (cir) Full Bandwidth For Both Upstream And Downstream Network Traffic Flow As Follows: (300mbps) 3. Last Mile Availability: (99.5%) (4 Hour's Allowable Down Time A Month) 4. Provide 24x7 Monitoring Facility Available Online That Would Show Historical And Real-time Performance Of The Internet Service I.e. Multi Router Traffic Grapher (mrtg) Or Similar Software For Monitoring Network Devices And Traffic, This Should Cover Up To The Last One (1) Year Historical Data 5. Package Inclusions: - 12 Units Wi-fi Routers 6. Back-up Router Configuration In Case Of Malfunction Or Breakdown Of The Main Router 7. The Configuration Must Be Done In Such A Way That There Will Be No Downtime In Case Of Main Router Breakdown. 8. Manage And Operate Local Internet Peering (i.e. Mix, Gix, Phix, Phopenix) 9. Must Have At Least 1gbps Peering With Phopenix 10. Provide Maintenance/implementation Services Which Includes: A) Maintenance Of All Isp-provided Hardware, Peripherals And/or Software To Ensure Proper Working Order; B) Replacement Of All Defective Hardware Peripherals And Materials Within The Contract Period; C) Advice On Downtime Occurrence Or If Internet Connection Is To Be Rerouted To A Backup Link; D) Advance Notification Of Not Less Than Seven (7) Days Before Scheduled Downtimes, Service Interruptions, Upgrades Or Preventive Maintenance, Subject For Approval Of; E) Monthly Access/usage Reports Or Utilization Graphs, Such As A Multi Router Traffic Grapher (mrtg) And/or Monitoring Of Link Quality And Bandwidth Utilization; F) Diagnostic Reports And Updates In Case Of Connection Failure. 11. Provide Customer Support To Ensure Resolution Of A Technical Problem Within The Prescribed Hours From Report Time; A) 24x7 On-call Support B) Provide Telephone Based (landline, Cellphone And Sms Or Email) Qualified Technical Support Available On A 24x7 Basis To Assist In Troubleshooting Issues Affecting The Internet Connection On The Provided Internet Service; C) Provide Qualified Technical Representative Within 24 Hours To Resolve Any Problem At No Additional Cost To, If The Problems Cannot Be Resolved Through Telephone Support Or Assistance; D) Auto-notification Thru Email Of Emergency Activities And Other Activities That May Or Will Affect The Internet Connection Or Service. V. Company Background: To Be Provided By A Duly Established Telecommunication Company (telco) With At Least Ten (10) Years In The Industry As Telco Services And Managing Internet Which Includes: A) Internet Security, Vpn, Firewall And Network Management (wifi) B) Fiber Optics Connectivity C) Dedicated Data Centers D) High Bandwidth Internet Access E) Network Design, Installation And Administration Services Vi. Schedule Of Requirement: - Effective From Implementation Effective Upon Receipt Of Notice To Proceed - Installation Service To Be Fully Completed Within Thirty (30) Calendar Days After Issuance Of The Notice To Proceed (ntp), Making The Internet Connection Ready To Use. Vii. Payment Schedule: Payment Shall Be On A Monthly Basis Subject To The Submission Of Billing Statement And Valid Tax Clearance. Viii. Warranty And Support: Six (6) Month Warranty And Support. Ix. General Conditions Of The Contract 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date14 Apr 2025
Tender AmountPHP 495 K (USD 8.6 K)

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: The Resilient Mwt Meo Program Will Host A Gmi Update Brief To Industry On Friday, 25 Apr 2025, Starting At 1300 Pacific Time. please Limit The Number Of Dial-ins Per Company To 2; Other Attendees May Be Present On The Same Dial-in. since The Content Presented Will Contain Cui Information, You Must Send The Name Of Two Attendees From Your Company To Maj Joe Silvio, Joseph.silvio.1@spaceforce.mil, At Least 24 Hours Prior To The Event Start To Receive An Invite To The Microsoft Teams Hosted Meeting. the Email To Maj Silvio Must Contain The Information Below: company Name cage Code name Of Two Attendees And Their Company Emails on The Day Of The Meeting, Please Enter The Meeting Room At Least 10 Minutes Prior To The Meeting Start Time. once You Enter The Meeting Room, You Must Set Your Meeting Name To: Company_cage_last Name you Will Be Admitted To The Meeting Room In Arriving Order, Upon The Gmi Team Checking Your Company Name, Cage Code, And Attendee’s Last Name On File. there Will Be An Opportunity For Q&a During The Meeting. Additionally, Respondents Have Until 1600 On Friday, 02 May 2025 To Submit Additional Questions Via Email To Maj Silvio. All Questions And Answers Will Be Posted To Sam.gov By 09 May 2025. No Proprietary Questions Will Be Answered At This Time. This Will Be The Last Announcement Posted To Sam.gov. poc Information: program Manager: Maj Joseph Silvio: Joseph.silvio.1@spaceforce.mil contracting Poc: Capt David Kirkland: David.kirkland.9@spaceforce.mil alt Contracting Poc: Leslie.semerena@spaceforce.mil **original Sources Sought Request** sources Sought Synopsis resilient Meo Missile Warning And Tracking (rmmwt) ground Management And Integration (gmi) description / Purpose 1.1 The Resilient Meo Missile Warning And Tracking (rmmwt) Program Is Contemplating A Contract With Requirements For The Management And Integration Of Their Ground System Capabilities. Rmmwt Procures Missile Tracking Satellites In Spiral Deliveries Known As Epochs. Epoch 1 Will Provide Two Planes Provided By A Single Space Vehicle (sv) Vendor With Each Plane Containing Six Satellites. Plane 1 Is Planned To Launch In 4qfy26, And Plane 2 Is Planned To Launch In 2qfy28. Epoch 2 Is Not Yet Awarded But Plans To Purchase Up To Four Planes From Up To Two Sv Vendors Of Unspecified Number Of Satellites Per Plane. Award Of Epoch 2 Is Planned For 3qfy25, With A Plane 1 Launch In 1qfy29 And Subsequent Launches Each Quarter Thereafter Until All Planes Procured In Epoch 2 Are Launched. Development Of The Ground System To Include A Primary Meo Satellite Operations Center (msoc) And Three Ground Entry Points (geps), Two Sites With Three Antennas And The Third With One Antenna, Is Underway To Support The Epoch 1 System. The Government Is Researching Sources For Support To Epoch 2 And A Possible Transition Of Epoch 1 Responsibilities At A Future Date. 1.2 The Rmmwt Program Is Seeking To Identify Qualified Contractors With The Following Capabilities: evolve And Maintain The Msoc At The Boulder Ground Innovation Facility (bgif) To Integrate Support For Epoch 2 Missions unify All Missile Warning And Track (mwt) Ground Software Onto One Common Platform Software Framework And Hardware. maintain Network Connectivity To The Msoc And A Continuous Authority To Operation (ato) Through Collaboration With The Other Contractors For Fulfillment Of This Milestone evolve And Maintain Satellite Operations Center Services, To Include Constellation Mission Management Supporting Tasking. provide Network Scheduling Services, Ground Resource Management, For Contacts Between The Geps And Svs maintain And Expand Gep Capabilities integration Of Multi-contractor System. 2.0 Requested Information 2.1 Qualified Sources Will Submit An Unclassified Statement Of Capability (soc) Demonstrating Their Experience And Capability In The Task Areas Listed Below. The Soc Should Provide Specific Examples Of Proficiency. Industry May Provide Responses To Any Or All The Areas Specified Below, Depending On Relevant Experience. Please Indicate If Interested In These Tasks As A Prime Or Subcontractor. If Indicating Interest As A Prime, A Contractor Should Be Capable Of Performing Or Overseeing And Integrating All The Task Areas Below. Industry Should Not Feel Compelled To Respond To Areas Outside Of Their Expertise. Each Subsection Directs Respondents To Describe The Contractor’s Experience With Areas Within Or Related To The General Scope Of Tasks. 2.1.1 Software Development contractors Should Describe Experience With Software For Command And Control And Resource Management Of Various Assets Including Ground System, Ground Networks, Ground Antennas. The Software Capabilities Include The Following: sending Commands/messages And Receiving Confirmations routing Of Messages To And From Other Contractors’ Software System, Including To Factories And Externals configuring Networks, Virtual Processors And Virtual Modems To Communicate Between Mtc Space Vehicles And Space Vehicle Provider Ground Software System. deconflicting Resources (based On Various Methods To Include Constellation Models) scheduling And Managing Contacts (configuration And Deconfiguration), Balancing Resources Among Users And Providing Resiliency Through Similar And Diverse Communication Paths (terrestrial And/or Space Based) health And Safety Monitoring Of The Mtc Ground System system Status Reporting And Anomaly Resolution system Failover, Locally And Geographically Separated tip/cue Of Tasking Between Multiple Imaging Space Vehicle Constellations real-time And Pre-planned Tasking/collections cross Domain Solutions (cds) For Automated Transferring Messages And Commands Across Domains, Both Different Domains At The Same Security Level Or Between Security Levels. operating In Local Data Center And/or In The Cloud Environment leveraging Automation To Reduce Operator Workload Requirements Is Preferred. Information Should Be Displayed In A User-friendly Graphical User Interface To System Operators. 2.1.2software Integration contractors Should Describe Experience With Integration Of Third-party Software Onto An Existing Platform/framework Using Automated Continuous Integration / Continuous Delivery (ci/cd) Pipeline With Demonstrated Ability To Collaborate And Coordinate With Externals. Contractors Should Describe Experience With Upgrading, Deploying And Maintaining Framework Environments For Operations And For Use By All Program Contractors. Contractors Should Describe Experience In Performing System Updates Without Or Minimally Impacting Operations. 2.1.3ground Entry Points (gep)s contractors Should Describe Experience With End-to-end Design, Construction, Build, Integration, Operations, And Maintenance Of Gep Site, Ground Antenna(s) And Associated Equipment For Space To Ground Communications In Support Of Operations. ​​​​​​​2.1.4ops Center Management contractors Should Describe Experience With Operation, Maintenance, And Sustainment At A Permanent Operations Facility (pl3 Or Above), Including Network, Software And Resource Management, Security, And Operations. Contractor Should Describe Experience In Government Owned, Contractor Operated (goco) Environment And Support To Government Operations. ​​​​​​​2.1.5cybersecurity contractors Should Describe Experience With Cybersecurity Management And Sustainment Of System Authority To Operate (ato), As Well As Approval Process For Authority To Connect (atc), Including Cloud-based System Component Integration. Contractors Should Describe How Their Systems Engineering Processes Incorporate Cybersecurity Principles Into The Technical Baseline And Allow Tracing Of System Controls To Features, Test Events, And Test Artifacts. ​​​​​​​2.1.6cloud-based Development And Hosting Services contractors Should Describe Experience With Design Of A Scalable And High-performance Gov Cloud Infrastructure Within A Larger Ground System Architecture. Demonstration Of Compliance With Current Gov Cloud Security Standards. ​​​​​​​​​​​​​​2.1.7existing Contract Vehicles the Government Is Contemplating Contracting Strategies For This Acquisition. In Addition To Your Stated Capabilities, Please Identify Any Existing Contract Vehicles That Can Be Used For This Critical Workload. For Any Existing Contract Vehicle, Please Provide The Government Contracting Office Responsible For The Contract. 3.0 Responses 3.1 The Soc Shall Be Organized Into Two Sections. Section 1 Of The Soc Shall Provide Administrative Information, And Shall Include The Following As A Minimum: 3.1.1 Name, Mailing Address, Cage Code, Phone Number, Fax Number, And E-mail Of Designated Point Of Contact. 3.1.2 Business Type (large Business, Small Business, Small Disadvantaged Business, 8(a)-certified Small Disadvantaged Business, Hubzone Small Business, Woman-owned Small Business, Very Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business) Based Upon North American Industry Classification System (naics) Code 541330 - Engineering Services, With A Size Standard Of $16.5 M In Average Annual Receipts. Responses From Small And Small-disadvantaged Business Are Highly Encouraged. Responses From Small Business And Small, Disadvantaged Business Firms Are Highly Encouraged. Interested Parties Shall State The Size Of Their Business each Soc Must Include A Cover Page And Table Of Contents. The Number Of Pages In Section 1 Of The White Paper Shall Not Be Included In The 15-page Limitation, I.e., The 15-page Limitation Applies Only To Section 2 Of The Soc. 3.2 Section 2 Of The Soc Shall Include The Contractor’s Responses To Any Or All Of The Areas From Section 2 Of This Sources Sought. Contractor’s Should Clearly State Its Capabilities For Any Particular Section In A Logical Numbering Schema And Provide Clear Alignment To One Of The Areas In Section 2 Of This Sources Sought. The Government Is Interested In Qualified Sources That Can Meet Any Portion, Or All Of The Areas Discussed. 3.3 Section 2 Of The Soc Shall Not Exceed 15 Pages In Total Length. All Responses Must Conform To 8.5x11 Inch Pages, With Font No Smaller Than 12 Point. This Sources Sought Synopsis Is For Informational Market Research Only And In No Way Obligates The Government. 3.4 The Soc Shall Be Delivered In Microsoft Word Format Or Pdf Format And Are Due No Later Than 27 Feb 25, 1700 Pst. Responses Shall Be Submitted Via E-mail To The Primary Point Of Contact (poc), Capt David Kirklan, Procurement Contracting Officer (pco), At David.kirkland.9@spaceforce.mil And The Secondary Poc, Ms. Leslie Semerena At Leslie.semerena@spaceforce.mil. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. 4.0 Questions questions Regarding This Announcement Shall Only Be Submitted In Writing By E-mail To The Pco, David.kirkland.9@spaceforce.mil With A Courtesy Copy To Leslie.semerena@spaceforce.mil. Verbal Questions Will Not Be Accepted. disclaimers And Notes this Is A Sources Sought Synopsis Only. This Sss 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 Sss; All Costs Associated With Responding To This Sss Will Be Solely At The Interested Party’s Expense. Not Responding To This Sss Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. The Government Will Acknowledge Receipt Of All Submissions But Is Under No Obligation To Provide Feedback Or Integrate Respondents’ Contributions. all Information In Response To This Sss Marked Proprietary Will Be Handled Accordingly. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With Applicable Regulations. ssc Has Entered Into Contracts With The Aerospace Corporation, The Mitre Corporation, Linquest, Science Applications International Corporation (saic), Tecolote Research, American Systems Corporation, Inspire, Sierra Nevada Corporation, Axient Corporation, Space Ea Systems, Stellar Solutions, Exoanalytics, Booz Allen Hamilton, The Tech7 Company, Gemini Technologies Llc, Huntington Ingalls Industries, Odyssey Systems, New Bridge Partners, Sandia National Labs, Space Dynamic Lab, And Software Engineering Services. These Companies Support The Government’s Space Force Program Office By Performing Technical Reviews, Systems Engineering And Integration Analyses, Cost Estimation, And Other Advisory Services. Respondents Are Hereby Notified That All Responses Will Be Provided To Our Support Contractors For Their Services To The U.s. Space Force. If The Respondent Disagrees With The Release Of Its Sources Sought Response To Any Of The Aforementioned Firms And Their Subcontractors, The Respondent Must Clearly State This Restriction In The Cover Letter Accompanying The Sss Response. foreign Firms Are Advised That They Will Not Be Allowed To Participate In This Acquisition At The Prime Contractor Level; However, Provided They Are Eligible To Do Business With The Us Government They May Be Eligible To Participate At The Subcontractor Level. The Research And Test Data Produced Under A Resultant Contract May Contain Military Critical Technology List (mctl) Information Whose Export Is Restricted By Export Control Act (title 22, U.s. Sec 2751, Et Seq.) Or The Export Administration Act Of 1979, As Amended (title 50, U.s.c., App. 2401, Et Seq.). Request Certification And Registration From The Defense Logistics Services Center (dlsc), Federal Center, 74 North Washington, Battle Creek, Mi 49016-3412 As Soon As Possible.
Closing Date2 May 2025
Tender AmountRefer Documents 

Municipality Of Polillo, Quezon Tender

Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Supply, Delivery And Installation Of Public Address System- Lgu Polillo, Quezon 1. The Municipality Of Polillo, Through The 5% Calamity Fund 2025 Approved By The Sangguniang Bayan Of Lgu Polillo Intends To Apply The Sum Of One Million Seven Hundred Ninety-six Thousand Seven Hundred Twenty Pesos Only (₱1,796,720.00) Being The Abc To Payments Under The Contract For Supply, Delivery And Installation Of Public Adress System- Lgu Polillo Quezon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (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). 3. 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) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 17, 2025 The Given 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 Five Thousand Pesos Only (₱ 5000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before February 17,2025 2:30pm. Late Bids Shall Not Be Accepted. 7. The Municipality Of Polillo Will Hold A Pre-bid Conference On February 3, 2025 2:30pm At Mpdc Office, 2nd Floor Municipal Annex Building, Mabini St., Brgy. Poblacion, Polillo, Quezon And/or Through Video Conferencing Or Webcasting Via Messenger, Which Shall Be Open To Prospective Bidders. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 17, 2025 2:30pm At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Polillo 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. 11. For Further Information, Please Refer To: Deborah B. Marasigan Bac Chairperson And Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson 1 Lot 8-core Hybrid Fiber Optic Outdoor Armored Cable With Tight Buffered Fibers For Aerial Mounting To Electric Posts. Accessories Included: Hooks, Pulleys & Fiber Drop Wires. 15 Pieces Ip67 Terminal/utility Box 400mm X 300mm X 180mm With Key Lock, Ce/rohs/iso9001 Type Approved, Bundled With Complete Mounting Screws And Stainless Metal Belts & Locks. 15 Units Fiber Optic Media Converter-gigabit, High Density Hot-swappable Media Converter Redundant Hot-swappable Ac And 12v Dc Power Supplies With Built-in 4-ports Switch 10x1000 Plus Hybrid A-b Tx/rx In One Device. 15 Pieces Fiber Optic Patch Cords (sm) Compatible, Sc/sc Connector. 15 Units Fiber Optic Splice Box Fiber Capacity 8-sc Output Ports 8x6mm+1x Up To 10mm (full Assembly) 8-core Ip65//66/67 1 Piece 16u Network Data Cabinet 1 Unit 1200 Core Switch Fully Managed Aggregation Switch, 1200 Sfp+ Ports; (8) Plus Rj45 Ports; (2) Rj45 Serial Console Port, L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non-blocking Throughput, Forwarding Rate 1.2gbps. 8 Units Gigabit Ethernet Sm Sfp Sc 20km 1200 Transceivers Module. 1 Unit 4k Led Monitor 55″ Inch 3840×2160 (uhd) Cctv Monitor- Industrial 1 Lot Network Cat-6e Pure Copper Outdoor Type Cable, 305m/box Bare Copper Shielded 15 Units 10/15amps Circuit Breaker 240vac 1 Unit Computer System Unit (amd) Specification: Intel Core I5-12th Generation System Unit, 16gb System Memory, 4gb Video Card, 2x 1tb Hdd, 500gb M.2. Ssd, 22” Led Monitor, Windows 11 Professional Operating System & Microsoft Office 2021 Professional. (to Be Installed At Mdrrmo Eoc For Configuration & Maintenance Use Plus Data Backup And Paging System Server)" 15 Units Network Horn Speaker Paging System Audible Distance 40-50m Supports Poe, 50w, Ip65. 1 Unit Network Public Address Software It Can Work Within Lan Network Including Fiber Links And Wireless Ptp/ptmp. Support Up To 1000 Zones User Can Set Up The Whole Network System Using The Main Software Features: Grouping / Zoning, Paging, Music Playback, Schedule Recorded Playback, One Button Alarm To All Speakers 1 Unit Public Address Condenser Mic Desktop With Chime Ac220vplug & Play Function Output Voltage Selectable Turn On & Off Chime Function Adjustable Chime Volume 1 Lot Vrght-8c-sm 8 Core Fiber Optic Cable Single Mode 15 Pieces 48v Power Adaptor 1000mah 1 Lot Fiber Optic Laying, Wired-fiber Cabling/stringing And Mounting Of Network Devices/peripherals, Ip Cameras & Utility Boxes. Fiber Setup, Configuration, Fine Tuning And Synchronization Of Pa System Equipment Installed At Mdrrmo Eoc. Testing For Full Functionality As A Whole Of The System. 1 Lot Installation Materials & Peripherals: Cable Tie, Metal Clamps, G.i. Wires, 4-gang Outlets, Electrical Wires, Rj45 Connectors, Fiber Sleeve’s, High Pressure Nails, Silicon Sealant, Plastic Molding, Fiber S-clamps, Metal Straps, Metal Straps Lock, Double Sided Tapes, Electrical Tapes, Led Wall Mount Brackets, Hdmi Cables, Woods Screws, Metal Screws, Etc. Technical Requirements And Conditions 1.bidder/supplier Requirement. Interested Contractor/system Integrator Must Present The Following: A. A List Of Accredited Or Authorized Service Providers For The Preventive Maintenance Of The System To Ensure The Quality And Fast After Sales Services Response For The Maintenance Of The Project, During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To Repair Any Reported Problem Of The Entire. B. This Project's Complexity And Utmost Need To Rely On The Contractor’s Professionalism, Qualifications, And Integrity. To Exhibit The Knowledge And Experience Necessary To Ensure Optimal Customer Satisfaction, The Bidder/supplier Must Be In The Industry For At Least Eight (8) Years.; C. The Service Provider: Must Have The Capacity And Ability To Provide Maintenance Services And Technical Support In The Next Business Day. D. Has Implemented At Least 3 Similar Projects In The Deployment Of A Fiber Optics Backbone Cabling E. Service Provider Must Submit Detailed Work Plan Specifying Installation Design. F. Installation Shall Be Supervised By Professional Electronics Engineer And Safety Officer G. Service Provider Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. H. Service Provider Is Reachable Through Phone Or Email For Technical Support I. Complete The Delivery Of The Functional Network Within 30 Days From The Receipt Of The Notice To Proceed. J. Upon Installation, The Network Shall Be Tested For Continuity And Speed Together With All Conditions And Parameters Identified. K. The Bidder Shall Provide The Following Requirements: Note: All Certifications Mentioned In This Section Must Be Submitted With Your Eligibility Documents Under Technical Specification.  Certificate Of Offered Brand Distributorship/dealership From The Local Distributor With The Exact Address Of The Bidder’s Showroom Or Warehouse Must Also Provide.  Training Certificate Of Fiber Optic & Splicing From The Distributor Of Brand Offered, At Least 4 Persons, And Must Be Indicated At Manpower Requirements.  Certification From The Bidder That The Products/items To Be Delivered Are Brand-new And Latest Model Of Its Kind.  Unconditional Statement That The Bidder Will Comply With The Provision On The Complete Installation, Calibration, Testing And Commissioning Of Entire System.  Unconditional Statement That The Bidder Will Comply With The Provision That The Contractor Shall Provide The Wiring Layout Plan Indicating All Equipment Locations With Its Corresponding Serial Numbers And End-to-end Connectivity Of Inputs To Outputs.  Unconditional Statement That The Bidder Will Comply With The Provision That All Other Equipment And Materials Not Mention Under Technical Specification That Are Necessary For The Complete Installation And Commissioning Of The Whole System Shall Be Provided By The Winning Bidder.  Unconditional Statement From The Bidder Reflecting That During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To The Repair Any Reported Problem Of The Entire System Upon Receipt Of Notice From The Municipality Of Polillo.  Unconditional Statements That The Bidder Will Comply With The Above Mentioned (installation, Configuration And Testing) Of The Technical Specifications. Note: All Certifications/documents Mention In This Section Must Be Submitted During The Bid Opening. 2. Resources/utilities. The Winning Contractor Or System Integrator Must Have The Appropriate Personnel, Tools, Resources, Equipment Specially Fiber Optic Fusion Machine, (fiber Optic Fusion Machine Is A Device That Uses An Electric Arc To Melt Two Optical Fibers Together At Their End Faces, To Form A Single Long Fiber.) And Accreditations For The Efficient Implementation Of The Project; 3. Fiber Type Classification. The Wired-fiber Network Infrastructure Backbone Requirement Must Be Single-mode 8-core For Node-1 And Node-2, (1 X 5km) Each Node, Total Equivalent To 10,000 Meters (10km) Outdoor Hybrid Type, Aerial Deployment Strategy Utilizing The Quezelco/barangay Posts To Hold And Suspend The Fiber-wire That Will Comprise The Network Backbone Covering 2 Separate Areas; 4. Speaker Installation Standards. All Network Speaker Mounted/installed In Identified Posts By End-user Must Be Supported With The Appropriate Ip67-steel/stainless Boxes With Standard 400mm Diameter Size And Standard Length Of 300x180mm 5. Standard Height Speaker & Utility Box. Standard Height Of Network Cameras From The Base Of The Quezelco Posts Is 10-feet Min, 15-feet Max. The Standard Height Of The Utility Box From The Base Of The Quezelco/barangay Posts Must Be 10-feet For Easy Technical Access And Maintenance; 6. Powering Standards. Powering Of Ip Cameras Must Be Surge Protected With Lightning Suppressor. Digital Molded Type Circuit Breakers With Min 10amperes To 15amperes Maximum Must Be Utilized Including 4gang Power Outlet. With #14 Wire As The Standard For Power Tapping To Quezelco/barangay Live Electrical Ac Source; 7. Proper Tagging, Marking And Labeling. Fiber Wire Nodes In The Data Cabinet Including Main I.t Equipment And Network Devices Must Be Properly Tagged, Labeled And Provided Identification; 8. Testing And Commissioning. Professional Testing That Includes Laser Light Penetration Test On All The Fiber Nodes Must Be Done By The System Integrator/contractor To Ensure Integrity And Quality Of The 2 Nodes As Main Wired-fiber Network Backbone To Secure And Enhance Connections Of Ip Cameras And Network Peripherals; 9. Coordination. The Contractor Is Responsible In Coordinating With Quezelco/barangay Relative To The Implementation Of Node 1 And 2 Wired-fiber Network Infrastructure Including The Power Tapping For Any Electrical Standards/precaution Requirements And Standards. Submit Power Consumption Ratings Of All Cameras And Network Devices; 10. Basis Of Inspection/implementation. The Program Of Work Will Be The Sole Basis Of The Contractor/system Integrator In Implementing The Project. This Will Also Serve As The Sole Basis Of Final Inspection Upon The Completion Of The Project By Authorized Agency Inspectors; 11. Change Variation Order. In Cases Of Needed Changes Of Deliveries Adjustments Necessary For The Project, The Contractor Or System Integrator Must Immediately Inform The Municipality Of Polillo, Quezon Province In Writing For Approval Prior To Delivery Of Items And/or Services; 12. Wiring Standards. Global Standards Fiber-wired Cabling And Well-organized Wiring And Proper Placement Of I.t Equipment And Network Devices At The Municipality Of Polillo Of The Command Center Must Be Observed By The Winning Contractor. Further, All I.t Peripherals And Network Devices Mounted Inside Utility/terminal Boxes In All The Locations Must Be Well Organized Properly Mounted Not Mess Up; And 13. Data Center Standards: All Existing Network Wirings/cablings Inside The Data Cabinet Should Be Included To Be Organize By The Winning Contractor For Wiring And Cabling Standards.
Closing Date17 Feb 2025
Tender AmountPHP 1.7 Million (USD 31 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: The Rfq Number For This Announcement Is N0018925qz098. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And The Most Recent Dfars Publication Notice Made Effective 17 January 2025. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.acquisition.gov/far/. The Naics Code Is 513210 And The Small Business Standard Is 47 Million Dollars. The Proposed Simplified Acquisition Is Being Solicited On A Sole Source Basis With Tactical Communications Group, Llc (tcg), 2 Highwood Drive, Building 2 Suite 200, Tewksbury Massachusetts, 01876. the Navsup Flc Norfolk Contracting Dept, Pentagon Directorate Is Issuing This Combined Synopsis/solicitation To Renew The Product Support Plan (software Maintenance As A Product) Required To Ensure That The Six (6) Battlefield Operations Support System (boss) Permanent Licenses Previously Purchased Under Contract N0018924pz376 Remain Fully Operational In Support Of U.s. Joint Staff (js) J7/joint Education And Doctrine Directorate Joint Interoperability & Data Link Training Center (jid-tc). The Resultant Purchase Order For This Procurement Will Include Commercial-off-the-shelf (cots) Supplies And Services For Which The Government Intends To Solicit And Negotiate With Only Tcg. The Government Will Not Pay For Information Submitted In The Response To This Notice. The Required Cots Supplies For Product Support Plan Will Have A One-year Coverage Period Encompassing 01 July 2025 Through 30 June 2026. It Is Intended To Award A Sole Source Firm-fixed Price Purchase Order. the Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotations. However, All Quotations Received Within Five Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Purchase Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Found At Far 13.5, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Separate Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. The Closing Date And Time For Receipt Of The Quoter’s Quotation In Response To The Sole Source Combined Synopsis/solicitation Is 05 May 2025 At 12:00 Pm Est. The Quotation Shall Be Submitted Electronically Via Email To Megan.d.johnson21.civ@us.navy.mil. the Software Specifications Are Listed Below. Furthermore, It Is Intended To Award A Single Purchase Order As A Result Of This Combined Synopsis/solicitation With The Following Clin Structure: clin 0001: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For Six (6) Each, Battlefield Operations Support System (boss) Permanent Licenses For The Joint Staff J7 Joint Interoperability And Data Link Training Center (jid-tc). Coverage Period Encompasses 01 July 2025 Through 30 June 2026. shipping/billing: joint Interoperability & Data Link Training Center (jid-tc) 2449 Surveyor Street, Bldg. 718 fort Liberty, Nc 28308 billing: Attention: Debra Collins shipping: Attention: Christopher Nichols the Clause At 52.212-4 Contract Terms And Conditions-- Commercial Products And Commercial Services (nov 2023) Applies To This Acquisition Along With The Following Addenda To This Clause: clauses Incorporated By Reference: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.204-7 System For Award Management (nov 2024) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.247-34 F.o.b. Destination (jan 1991) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022_ 252.203-7003 Agency Office Of The Inspector General (aug 2019) 252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.225-7048 Export-controlled Items (jun 2013) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7010 Levies On Contract Payments (dec 2006) 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (jan 2023) 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) 252.247-7023 Transportation Of Supplies By Sea (oct 2024) clauses Incorporated By Full Text: 252.232-7006 Wide Area Workflow Payment Instructions 52.252-2 Clauses Incorporated By Reference (feb 1998) 252.211-7003 Item Unique Identification And Valuation (jan 2023) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (deviation 2025-o0003/ Deviation 2025-o0004) (mar 2025) Applies To This Acquisition And The Following Additional Far Clauses Cited Within This Clause Are Also Applicable To This Acquisition: Far 52.204-10, Far 52.209-6, Far 52.219-28, Far 52.222-3, Far 52.222-19, Far 52.222-36, Far 52.222-50, Far 52.225-13, Far 52.232-33, Far 52.222-55. 52.212-3 Offeror Representations And Certifications-- Commercial Products And Commercial Services (may 2024), With Its Offer. Additionally, The Quoter Is Advised To Provide A Completed Copy Of The Following Additional Certifications And Representations. 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-26 Covered Telecommunications Equipment Or Services—representation (oct 2020) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) 252.204-7016 Covered Defense Telecommunications Equipment Or Services – Representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation (may 2021) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation (jun 2023) 52.212-1 Instructions To Offerors--commercial Products And Commercial Services (sep 2023) 52.212-2 Evaluation--commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation On A Sole Source Basis To Tactical Communications Group (tgc), Llc (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are History Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
Closing Date5 May 2025
Tender AmountRefer Documents 

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: The United States Department Of Commerce (doc), National Oceanic And Atmospheric Administration (noaa) Intends To Solicit, Negotiate And Award On A Sole Source Basis A Purchase Order With Rm Young Company For The Procurement Of Fifty (50) Rm Young Anemometers For The National Weather Service (nws), National Data Buoy Center (ndbc) At Stennis Space Center, Ms. the Government Intends To Utilize The Authority Under The Federal Acquisition Regulation (far) 13.106-1(b)(1), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Unless, As A Result Of This Announcement, Acceptable Responses To This Notice Are Received And A Determination Is Made By The Government To Issue A Competitive Solicitation. The Government Intends To Award A Purchase Order To Rm Young Company For The Procurement Of Proprietary Anemometers For The Nws, Ndbc Division Based On Their Compatibility In Form, Fit And Function With Already Existing Systems. sole Source Justification the Scoop And The Coastal Land-based Weather Stations (cman) Were Designed Around The Selection Of The R.m. Young Propeller Anemometers. The Anemometers Must Mount On A Standard One-inch Pipe. The Scoop And Cman Data Acquisition Systems Have Firmware Algorithms And Constants To Convert The Propeller Anemometer Outputs To Wind Speed And Wind Direction. The Wind Direction Is Transmitted By A 10k Ohm Precision Conductive Potentiometer. With A Constant Voltage Applied To The Potentiometer, The Output Signal Is An Analog Voltage Directly Proportional To Wind Direction Angle. The Rm Young Propeller Wind Monitors Technology Uses Magnetic Induction For Measuring Wind Speed Which Requires No Energy Input. The Magnetic Induction On The Model 05108 Wind Monitors Produce A Wind Speed Signal In The Form Of And Ac Sine Wave Signal That Reflects An Output Of 0.166 M/s Per Hz Signal. Further, No Power Is Required To Be Provided To The Wind Monitor To Obtain The Wind Speed. Essentially You Get The Wind Speed For Free With Respect To Power Requirements. Further, The Directional Portion Of The Sensor Only Requires 0.6mw Of Power. That Is 100 Times Less Power Requirement Than An Ultrasonic Anemometer. This Low Power Wind Measurement Is Imperative In A Battery-operated Remote Buoy Station. The 05108 Anemometer Has Ceramic Bearings That Increase Its Reliability Where The Sensor May Be Deployed For More Than A Year At A Time. The Propeller Anemometer Also Provides For The Measurement Of Wind Gusts Over 100 M/s Where No Ultrasonic Anemometer Technology Can Currently Measure In That Range. The Ndbc Helped Develop The R.m. Young Propeller Anemometer Which Is Now Considered The Industry Standard. Further, The R.m. Young Company Is Willing To Work With All Customers In Developing Cables, Connectors, And Mounts That Meet Their Needs. No Other Propeller Anemometer Available Matches The Reliability Of The R.m. Young Propeller Anemometer. Hence, Replacement Wind Sensors Must Meet These Same Requirements. manufacturers That Propose A Solution Using Other Than Rm Young Anemometers Must Furnish Detailed Specifications And Descriptions To Demonstrate Their Capability To Provide The Required Supplies That Satisfy The Government’s Needs. To Be Considered, Interested Parties Must Be Able To Demonstrate Their Ability To Provide Comparable Anemometers That Meets The Specific Characteristics Outlined Above. Capability Information Shall Include, At Minimum, Name, Telephone Number, Address Of Customers for Which You Have Previously Furnished The Required Supplies, And A Detailed Narrative That Describes Your Ability To Provide The Required Supplies As Specified. The Government Will Give Price Preference To Us Made Products. Interested Parties Must Respond Via Email To Nikki.radford@noaa.gov Prior To The Closing Of This Notice. the Naics Code For This Requirement Is 334519. The Government Intends To Solicit And Negotiate With The Only Known Source (rm Young Company) That Can Provide The Required Anemometers. This Is Not A Request For Quotes Or Proposals And There Is No Solicitation Available At This Time. The Government Reserves The Right To Solicit Quotes Based On The Receipt Of Affirmative Responses To This Posting Without Further Notice. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Open Competition To Businesses Other Than Rm Young Company. all Contractors Doing Business With This Contracting Office (eastern Acquisition Division – Kansas City) Must Be Registered With A Valid Unique Entity Identification (uei) Number With The System For Award Management (sam) Website. Vendors Can Register With Sam At The Following Website Https://www.sam.gov.
Closing Date8 May 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions...+1Aerospace and Defence
United States
Details: The Rfq Number For This Announcement Is N0018925qz231. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And The Most Recent Dfars Publication Notice Made Effective 17 January 2025. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.acquisition.gov/far/. The Naics Code Is 513210 And The Small Business Standard Is 47 Million Dollars. The Proposed Simplified Acquisition Is Being Solicited On A Sole Source Basis With Tactical Communications Group, Llc (tcg), 2 Highwood Drive, Building 2 Suite 200, Tewksbury Massachusetts, 01876. the Navsup Flc Norfolk Contracting Dept, Pentagon Directorate Is Issuing This Combined Synopsis/solicitation To Renew The Product Support Plan (software Maintenance As A Product) Required To Ensure That The One (1) Battlefield Operations Support System (boss) Permanent License Previously Purchased Under Contract N0018924pz389 Remains Fully Operational In Support Of U.s. Joint Staff (js) J7/joint Education And Doctrine Directorate Joint Interoperability & Data Link Training Center (jid-tc). The Resultant Purchase Order For This Procurement Will Include Commercial-off-the-shelf (cots) Supplies And Services For Which The Government Intends To Solicit And Negotiate With Only Tcg. The Government Will Not Pay For Information Submitted In The Response To This Notice. The Required Cots Supplies For Product Support Plan Will Have A One-year Coverage Period Encompassing Date Of Award Through 31 January 2026, Plus Three 12-month Option Periods, Extending The Coverage Period To 31 January 2029. It Is Intended To Award A Sole Source Firm-fixed Price Purchase Order. the Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotations. However, All Quotations Received Within Five Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Purchase Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Found At Far 13.5, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Separate Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. The Closing Date And Time For Receipt Of The Quoter’s Quotation In Response To The Sole Source Combined Synopsis/solicitation Is 21 April 2025 At 12:00 Pm Est . The Quotation Shall Be Submitted Electronically Via Email To Megan.d.johnson21.civ@us.navy.mil. the Software Specifications Are Listed Below. Furthermore, It Is Intended To Award A Single Purchase Order As A Result Of This Combined Synopsis/solicitation With The Following Clin Structure: clin 0001: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Battlefield Operations Support System (boss) Permanent License For The Joint Staff J7 Joint Interoperability And Data Link Training Center (jid-tc). Coverage Period Encompasses Date Of Award Through 31 January 2026. clin 0002: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Boss Permanent License For The Joint Staff J7 Jid-tc. Coverage Period Encompasses 1 February 2026 Through 31 January 2027. clin 0003: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Boss Permanent License For The Joint Staff J7 Jid-tc. Coverage Period Encompasses 1 February 2027 Through 31 January 2028. clin 0004: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Boss Permanent License For The Joint Staff J7 Jid-tc. Coverage Period Encompasses 1 February 2028 Through 31 January 2029. shipping/billing: joint Interoperability & Data Link Training Center (jid-tc) 2449 Surveyor Street, Bldg. 718 fort Liberty, Nc 28308 billing: Attention: Debra Collins shipping: Attention: Christopher Nichols the Clause At 52.212-4 Contract Terms And Conditions-- Commercial Products And Commercial Services (nov 2023) Applies To This Acquisition Along With The Following Addenda To This Clause: clauses Incorporated By Reference: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.204-7 System For Award Management (nov 2024) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.247-34 F.o.b. Destination (jan 1991) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022_ 252.203-7003 Agency Office Of The Inspector General (aug 2019) 252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.225-7048 Export-controlled Items (jun 2013) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7010 Levies On Contract Payments (dec 2006) 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (jan 2023) 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) 252.247-7023 Transportation Of Supplies By Sea (oct 2024) clauses Incorporated By Full Text: 252.232-7006 Wide Area Workflow Payment Instructions 52.252-2 Clauses Incorporated By Reference (feb 1998) 252.211-7003 Item Unique Identification And Valuation (jan 2023) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (deviation 2025-o0003/ Deviation 2025-o0004) (mar 2025) Applies To This Acquisition And The Following Additional Far Clauses Cited Within This Clause Are Also Applicable To This Acquisition: Far 52.204-10, Far 52.209-6, Far 52.219-28, Far 52.222-3, Far 52.222-19, Far 52.222-36, Far 52.222-50, Far 52.225-13, Far 52.232-33, Far 52.222-55. 52.212-3 Offeror Representations And Certifications-- Commercial Products And Commercial Services (may 2024), With Its Offer. Additionally, The Quoter Is Advised To Provide A Completed Copy Of The Following Additional Certifications And Representations. 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-26 Covered Telecommunications Equipment Or Services—representation (oct 2020) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) 252.204-7016 Covered Defense Telecommunications Equipment Or Services – Representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation (may 2021) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation (jun 2023) 52.212-1 Instructions To Offerors--commercial Products And Commercial Services (sep 2023) 52.212-2 Evaluation--commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation On A Sole Source Basis To Tactical Communications Group (tgc), Llc (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are History Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
Closing Date21 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: Air Force Life Cycle Management Center/enterprise It And Cyber Infrastructure Division (aflcmc/hni) user Experience Monitoring (uxm) Program Management Office (pmo) request For Information (rfi), Revision 1 To (notice Id: Uxm_rfi), System Integration For Network, Systems, And Application Performance Visibility 1. Background: the Department Of The Air Force (daf), Air Force Life Cycle Management Center (aflcmc), Cyber And Networks Directorate (hn), Enterprise Information Technology And Cyber Infrastructure Division (hni), Program Management Office (pmo) Is Seeking A Vendor To Act As A System Integrator For Current Systems Of Record. The Goal Is To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data Into A Single View. the Primary Change Between The Initial Rfi (sam.gov Notice Id: Uxm_rfi) And This Revised Rfi Is The Shift In Focus From Seeking A Comprehensive Monitoring Solution To Emphasizing System Integration Using Existing Pilot Tools Already Deployed Across The Department Of The Air Force (daf). The Initial Rfi Aimed To Gather Information On Solutions That Provide Real-time Visibility Into It Network, Systems, And Application Performance, With Capabilities Such As Service Dependency Mapping, Network Modeling, And Application Performance Monitoring. In Contrast, The Revised Rfi Seeks A Vendor To Act As A System Integrator To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data. The Goal Is To Enable Real-time Visibility And Proactive Issue Resolution By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive Understanding Of The Traffic And Infrastructure Within Daf Networks. the Uxm Pmo Is Responsible For Monitoring A Complex Network, Systems, And Application Infrastructure That Supports Critical Operations Within The Department Of The Air Force (daf). This Infrastructure Includes Base Networking Equipment, Multiple Data Centers, Cloud Environments, Vpns, And A Wide Range Of Applications Serving Internal Daf Users. The Pmo Is Seeking A Vendor To Provide System Integration Services That Can Enable Real-time Visibility Into The Performance Of The It Network, Systems, And Applications. The Goal Is To Proactively Identify And Resolve Issues By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive, Holistic, And Integrated Understanding Of The Traffic And Infrastructure Within Daf Networks. The System Integrator Deliverable Should Facilitate Root-cause Analysis, Automated Predictive Problem Detection, Suggest Solutions And Fixes, And Support Planning And Modeling For Network Improvements. currently, Network Operators Are Using Fragmented, Piece-wise Approaches To Problem Discovery And Root Cause Analysis. We Are Looking For A System Integrator Who Can Improve Problem-solving Throughput And Issue Discovery By Tracing Problems From Endpoints Through The Network To The Underlying Services, Utilizing New And Existing Telemetry Sources. the Monitoring Solution Should Include The Ability To Perform The Following Requirements: service Dependency Mapping:integrate Tools To Automatically Map Interdependencies Between Applications And Alert On Unexpected Communication And Bottlenecks. network Modeling Capabilities:integrate Solutions To Provide A Dynamic Network Map, Simulate Network Changes, Compare Configurations, Support Distributed Tracing, And Correlate With Network Events And Metrics From Logging. application Performance Monitoring:integrate Tools For Agent-based And Synthetic Testing For Application Performance Monitoring, Real-time Transaction Visibility, And User Performance Tracking. customizable & Extensible:support Integration Of Tools For Creating Custom Tests By Non-expert Programmers, Ingesting And Correlating Data From Other Vendors, And Integrating With Existing Daf And Disa Networking Modeling Investments. standards:ensure Integration With Industry Standards Supported, Such As Export And Ingest Of Open Telemetry Data And Compliance With Semantic Conventions For Attributes. accreditation And Approval:all Integrated Items Must Be Trade Agreements Act (taa) Compliant And Approved For Use Within The Department Of Defense (dod). 2. Response Format: administrative Information: company Name, Address, And Point Of Contact cage Code naics Code, Size Of Pursuant Business large Business Or Small Business Designation company Ownership: Domestic Or Foreign (indicate Country Of Ownership) gsa Schedule(s)/gwac(s)/other Ordering Vehicles Held That Could Be Applicable To This Requirement solution Overview: key Features And Capabilities Of Your System Integration Services how Your Services Address The Specified Requirements For Service Dependency Mapping, Network Modeling, Application Performance Monitoring, Customization, And Standards Compliance technical Specifications: hardware And Software Requirements For Integration approach To Integrating With Existing Daf And Disa Networking Modeling Investments hosting: Is This A Commercial Saas Approach, Or Can It Be Hosted On Afnet Cloud Assets With Il5 Level Security (highly Preferred)? does All/part Of The Software Already Have Ato Certification On The Afnet? how Do You Decompose Rum (application Telemetry) Into Underlying Network Traces (tcp, Ssl, Dns, Etc.)? how Do You Correlate Synthetic Network Traces (tcp, Ssl, Dns) With Application Performance? how Are Metrics And Log Data From Network Gear (routers, Firewalls) Correlated With Network Traces? can Detailed Application Network Traces Be Captured Without Modification Of The Applications? How Does Your Approach Do This? does Your Solution Support Integration With Itsm Systems Such As Servicenow? If So, What Integration Features Are Supported Out Of The Box? how Will You Automate Data Cataloging So That Our Air Force Data Analysis Can Have A Clear Understanding Of The Data On Their Own Without Your Support? does The System Support Automated Aging Of Data Into Hot, Warm, Cold, And Frozen Tiers? what Tuning And Customization Is Possible For Doing Ai/ml Assisted Anomaly Detection And Forecasting? how Will You Automate Schema Drift And Automated Schema Evolution As Incoming Telemetry Changes Based On Decisions Beyond The Control Of This Program Office? what Technical Mechanism Do You Have For Data Synchronization With Powerbi To Allow Our Air Force Powerbi Users To Analyze And Create Workflows For Team Collaboration And Problem Analyses? what Application Rum Stats Do You Collect? And At What Cadence? How Do You Handle Computers That Go Offline, Or Move Between Bases Or Are Occasionally On Vpn Networks? data Resilience: What Rollback, Snap Shotting, Geo-replication, Etc. Is Supported? health Monitoring: What Tool-ware Is Provided For Monitoring The Health Of The Application Rum Clients And Synthetic Monitors? solarwinds: We Have Npm, Ntm And Ncm Data From Solarwinds Orion Servers, How Would You Incorporate That Into Our Performance Solution And What Benefits Would Accrue? please Describe Any Native Tool-ware For Visualization And Eda (exploratory Data Analysis), Charting, Cross-filtering, Matrix Scatterplots, Correlation Matrices, Etc. we Currently Have 24tb Of Telemetry Data Covering 2 Years, Describe Tools For Live Interactive Aggregation And Plotting For Interactive Exploration. implementation Approach: deployment And Configuration Steps For System Integration estimated Timeline For Integration how Would You Manage Collaboration With Our Afnet Operators Who Are Currently Collecting Application, Network, Synthetic Test, And Infrastructure Logs That Need To Be Integrated Into Your Solution? vulnerability Handling To Include Notifications, Patches, And Test Plan Prior To Implementation would The Implementation Include Import Of Historical Data (training Data)? If Yes, Can You Explain The Migration Mechanism? is There Any 3rd Party Software Being Used? If Yes, How Are Vulnerabilities Being Handled For 3rd Party Software (i.e., Notifications, Patches Tested Before Implementation)? is It Possible To Have A Model/reference Architecture For A Similar System That Has Been Put In Place? pricing Model: licensing Type Or Subscription Fees any Additional Costs For Implementation, Training, Or Support training & Support: type Of Training Provided For System Integration estimated Timelines And Manpower Resources Needed For Integration types Of Technical Support And Response Times Available During And Post-integration after Deployment, How Many Fte Are Required To Manage The Operation And Health Of The System On A Continuing Basis? references: provide 2-3 Examples Of Successful System Integration Projects In Similar Environments (government Or Non-government), Including The Following Information For Each Example: organization Name contract Number, If A Government Customer point Of Contact (poc) And Contact Information 3. Questions And Submission Information: any Questions Regarding This Rfi Must Be Submitted Via Email On The Q&a Template Within 10 Days Of This Posting To The Contracting Officer Atdiana.tien@us.af.mil And The Contracts Specialist Atveronica.schoultz@us.af.mil. All Questions And Their Answers Will Be Posted With This Rfi For All Interested Parties To Access. if You Provided A Prior Submittal, You Can Reply “no Change” If The Revisions To The Rfi Do Not Necessitate A Change To Your Original Submittal, Or You Can Submit A Red-lined Version With Changes. the Government Requests Submission Of Rfi Responses No Later Than 15:00 Eastern Time On 30 January 2025. 4. Disclaimer: this Is An Rfi, As Defined In Federal Acquisition Regulation (far) 15.201(e). Any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal (rfp), Request For Quotation (rfq), Or Invitation For Bid (ifb); Nor Does Its Issuance Obligate Or Restrict The U.s. Government To Issue An Rfp, Rfq, Or Ifb In The Future. The U.s. Government Does Not Intend To Award A Contract Or Order Based On Responses From This Rfi. not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, Rfq, Or Ifb, If Any Are Issued. respondents Are Advised The U.s. Government Shall Not Pay For Any Information Provided, The Use Of Such Information, The Preparation Of Such Information, Travel Expenses, Nor Any Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. information Received From This Rfi Will Be Used For Acquisition Planning And Market Research Purposes; An Acquisition Strategy Has Not Yet Been Approved For This Requirement. As Such, Any Response Submitted To This Rfi Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Government Support Contractors. any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. All Dod Contractor Personnel Reviewing Rfi Responses Will Have Signed Non-disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information. The U.s. Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable U.s. Government Regulations. respondents Are Advised That The Government Is Under No Obligation To Provide Feedback With Respect To Any Information Submitted. issuance Of This Rfi Does Not Obligate Or Restrict The U.s. Government To An Eventual Acquisition Approach.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Telecommunication Services...+1Aerospace and Defence
United States
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.
Closing Date4 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
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
Closing Date9 May 2025
Tender AmountRefer Documents 
1031-1040 of 1065 archived Tenders