Data Center Tenders

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 

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 

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

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

Baao Water District Tender

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

City Of General Santos , South Cotabato Tender

Others
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Transponder Device For Vessel Monitoring Systems (vms) Features/specifications: • Communication System: Utilizes Iridium For Reliable Global Coverage. • Size: Compact And Lightweight, Making It Easy To Install On Various Vessels. • Power Consumption: Efficient Power Usage With Low Average Consumption. • Operating Temperature: Suitable For A Wide Range Of Environmental Conditions • Allows For Real Time Tracking, Reporting, And Communication Between Vessels And Shore Based Monitoring CentersData Transmission: Supports Various Data Transmission Formats, Including Gps Position Reports, Vessel Status, And Other Relevant Information. Inclusions: • With Onsite Unit Installation, Activation & Training • Nfc Tag Bundles (10 Pcs.) • Monitoring Services Plan (motion Based):30 Minute Position Reporting When In Motion, 12 Hour Position Reporting When Stationary, Legitimate Sos Beacons. • Sky Tracker Shore Side Monitoring Dashboard: Webapp Access To Monitor Fleet • Messaging Plan: 100 Monthly Vessel To Shore Or Shore To Vessel Messages, Unlimited Bt5 Lr Vessel To Vessel Messages, For Near Vessel Communications (<1.5km), Plan Includes 200 Messages Per Month, "in And Out" Over The Satellite Connection. • Provinence Traceability Plan: 240 Monthly Nfc Tag Read Fish Data Sent To Shore. All Tagged Fish Will Carry A Record Of When, Where And By Whom They Are Caught. (control No. ) 4,000,000.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Transponder Device For City Agri.. Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Page 2 Of 3 25cb Gsc 106 *25cb Gsc 106* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting February 12, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On 02/20/2025 2:00:00pm At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 4, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 4, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date4 Mar 2025
Tender AmountPHP 4 Million (USD 68.9 K)
1041-1050 of 1072 archived Tenders