Data Center Tenders

Danmarks Tekniske Universitet DTU - DTU Tender

Software and IT Solutions
Denmark
Closing Date7 Jul 2025
Tender AmountDKK 30 Million (USD 4.7 Million)
Details: Title: Udbud Af Aftale Vedrørende Levering Af Præfabrikeret Servermodul, Produkter, Support Og Service Samt Timebaserede Ydelser description: Danmarks Tekniske Universitet (herefter Dtu) Ønsker At Indgå En Aftale Om Levering Af Præfabrikeret Servermodul, Produkter, Support Og Service Samt Timebaserede Ydelser (”aftalen”). Dtu Ønsker At Indgå En Aftale Vedrørende Indkøb Af Servermodul Samt Produkter Med En Samlet Strøm Og Kølekapacitet På 1mw. Servermodulet Samt Øvrige Produkter Skal Anvendes Til Brug For Hosting Af European Spallation Source Eric (ess) Servere I Form Af Bl.a. Hpc, Hurtig Og Langsom Storage, Samt Store Virtualiserings Maskiner. Den Udbudte Aftale Omfatter Ikke Indkøb Af Servere. Ess Er Verdens Største Og Klareste Neutron Sprednings Forskningsfacilitet Under Opbygning I Lund Sverige. Som En Afgørende Del Af At Levere Videnskab I Verdensklasse, Understøtter Data Management And Software Center (dmsc), Ess’s Opgaver. Dmsc Er En Division Under Ess Og Har Kontor I Danmark - Nærmere Bestemt På Dtu Lyngby Campus. For At Kunne Lagre Og Behandle De Ønskede Datamængder, Der Forventes At Blive Genereret Af Ess (ca. 10pb Per År Når Faciliteten Er I Fuld Drift), Skal Dmsc Hoste En Mængde It-udstyr Rettet Mod Feltet ”scientific Computing”. Det Er Estimeret, At Dmsc Vil Have Behov For 30 Server Racks, Som Har En Samlet Strøm Og Kølekapacitet På 1mw. Dtu Ønsker At Indgå Én Samlet Aftale Om Den Udbudte Leverance. Leverancen Forventes At Udgøre Servermodul Med Tilbehør I Form Af Bl.a. Præfabrikeret Servermodul, Server Racks, Ups-system, Kabling, Køling, Overvågning, Strømfordeling, Brandsikring, Adgangskontrol Mv. Herudover Omfatter Leverancen Konsulentydelser I Forbindelse Med Afprøvning Og Levering Af Leverancen, Samt Indgåelse Af En Support- Og Serviceaftale.

DEPT OF THE NAVY USA Tender

Software and IT Solutions...+1Aerospace and Defence
United States
Closing Date21 Apr 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

City Of Pagadian Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date14 Mar 2025
Tender AmountPHP 79.4 Million (USD 1.3 Million)
Details: Description The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-5-02-03-990/ 7saip20-9000-c3, 4saip21-9000r-d-23, Rf23-1000-2a-1f, Rf24-1000-2a-1g With An Approved Purchase Request No. 564, As Described Below: Pbg-2025-03-59 Acquisition Of City-wide High Definition Closed Circuit Television System And Command & Control Center Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ 1 26 Pcs 5ghz Connectorized Hub 30,120.00 783,120.00 •antena Type: Connectorize •power Consumption: 12 Watts •input Voltage: 30 Vdc •dimensions: 22.2 X 12.4.5 Cm (8.75 X 4.9 X 1.75 In) W/o Bracket •weight 0.7 Kg (1.5 Lbs) W/o Bracket •environment : Ip 67 •temperature: -30 °c To 60 °c (-22°f To 140 °f •wind Survival: 200 Km/h (124 Mph) •certificatrions: Fccid - 78h-89ft0047, Ic-109w-0047, Ce-en 301 893 V2.. 1.1 (5.4 Ghz), En 302 502 V2. 1.1 (5.8 Ghz) 2 18 Pcs 5ghz Sector Antenna, 90/120 With Mounting Kit 21,920.00 394,560.00 Frequency Range: 4.9 Ghz To 5.97 Ghz Gain 18dbi •3 Db Beamwidth - Azimuth: 90 Degrees •6 Db Beamwidth - Azimuth: 120 Degrees •3 Db Beamwidth - Elevation: 6 Degrees •polarization: Horizontal & Vertical •port - To - Pork Isolation: > 30 Db •front - To - Back Ratio: 35 Db •mounting Connectors: 2 X Rp Sma •environment : Ip 65 •radome Material: Uv Protected Abs 3 8 Pcs 5ghz Dish Antenna - 30dbi 13,180.00 105,440.00 •dimensions: 650 X 650 X 386 Mm (25.6 X 15.2 ") •weight 7.4 Kg (16.31 Lb) •frequency Range: 5.1 - 5.9 Ghz •gain: I 30 Dbi •hpol Beamwidth: 5.8 "(3db) •vpol Beamwidth: 5.8 "(3db) •f/b Ratio:30 Db •wind Loading: 790 N @ 200 Km/h (178lbf @ 125 Mph) •wind Survivaliliby: 200 Km/h (125 Mph) •polarization: Dual-linear •cross-pol Isolation: 35 Db Min •etsi Specification: En 302 326 Dn2 •mounting: Universal Pole Mount, Rocket Bracket, And Weatherproof Rf Connectors Included 4 8 Pcs Dish Antenna Radome 5,600.00 44,800.00 •reduce Wind Load •protects Antena Surface From Nature's Harshest Elements •conceals Antena Feed Equipment From Public View 5 25 Pcs 5ghz Direction Client - 19dbi 24,940.00 623,500.00 •antenna Type: Flat Panel •antenna Gain: 19 Dbi •power Consumption: 12 Watts •input Voltage: 30 Vdc •dimensions: 27.8 X 27.8 X 4.5 Cm(10.9 X 10.9 X •weight: 1.45 Kg (3.2 Lbs) •environment: Ip 67 •temperature: -30 °c To 60 °c (-22°f To 140 °f •wind Survival: 200 Km/h (124 Mph) •certificatrions: Fccid - 78h-89ft0047, Ic-109w-0047, Ce-en 301 893 V2.. 1.1 (5.4 Ghz), En 302 502 V2. 1.1 (5.8 Ghz) 6 28 Pcs 5ghz Direction Client - 19dbi 22,340.00 625,520.00 •antenna Type: Flat Panel •antenna Gain: 16 Dbi •power Consumption: 12 Watts •input Voltage: 30 Vdc •dimensions: 12.4 X 25.1 X 11.9cm (4.9 X 9.9 X 4.7 In) •weight: 0.50 Kg (1.1 Lbs) •environmental: Ip 55 •temperature: -30 °c To 60 °c (-22°f To 140 °f) •wind Survivability: 200km/h (124mph) Certifications: Fccid - Z8h-89ft0047, Ic-109w-0047, Ce-en 301 7 79 Pcs 5ghz Direction Client - 19dbi 4,200.00 331,800.00 •transfer Rate: 1000 Base T •connectors: Two X Rj-45 •nominal Voltage: 30v •protects Mode: Line - To - Line And Line-to-ground •surge Arrestor: Tvs Diods (transparent Voltage) •surge Current Rating, L-g, Total 216a, 10/1000us •response Time: 5 Nanoseconds Typical •mounting: Pole Mount Or Wall Mount •weight: 0.34 Kg (156 Gm) •wind Survivability: 200km/h (321 Km/hour) •operating Temperature: -40 °f To (-40 °c To + 140 °f (+ 60 °c) •humidity: 100% Condensing •environmental Protection: Ip54 (dust And Water Intusionprotection) 8 4 Pcs 5 Ghz High Quality Capacity Ptp Broadband 83,110.00 332,440.00 •5.17 To5.9 Ghz •up To 1.4 Gbps •builtin Live Spectrum Analyser •ipv6/ipv4 Dual-stock Management Support •ae 128 Encryption •linkplanner Support •cnmaestra Support •arqsupport 9 4 Pcs Gigabit Ethernet Surge Suppressor 56v 4,720.00 18,880.00 •transfer Rate: 1000 Base T •connectors: Two X Rj-45 •nominal Voltage: 56v •protection Mode: Line - To - Line And Line-to-ground •surge Arrestor: Tvs Diods (transparent Voltage) •surge Current Rating, L-g, Total 172a, 10/1000us •response Time: 5 Nanoseconds Typical •mounting: Pole Mount Or Wall Mount •weight: 0.34 Kg (156 Gm) •wind Survivability: 200 Km/h (321 Km/hour) •operating Temperature: -40 °f To (-40 °c To + 140 °f (+ 60 °c) •humidity: 100% Condensing •environmental Protection: Ip54 (dust And Water Intusionprotection) 10 397 Pcs 4mp Ir Varifocal Bullet Network Face Recognation 63,030.00 25,022,910.00 Camera Face Recognation Camera •high Quality Imaging With 4 Mp Resolution •excellent Low-light Performance Via Dark Fighter Technology •clear Imagining Againststrong Bucklight Due To 140 •efficient H.265 + Compression Technology To Save •5 Streams To Meet A Wide Variety Of Application •water And Dust Resistant (p67) And Vandal Proof (1k 10) 11 144 Pcs 4mp Ir Varifocal Bullet Camera 24,900.00 3,585,600.00 •1/3 " Progressive Scan Cmos •2688 X 1520 @ 30fps •2.7 To 13.5 Mm Varifocal Tens •color: 0.01 Lux @ (f1.2 Agc On) 0.018 Lux @ (f1.6 Agc On), 0 Lux With Ir •h.265+, H.265+, H.264+, H.264 •threestream •120db Wdr •junction Box Include In The Package •blc / 3d Dnr / Roi / Hlc •ip67 •built -in Micro Sd/sdhc/sdxc Card Slot,up To 128 Gb •3 - Axis Adjustment •metadota Of Intrusion Detection, Line Crossing Detection, Unattended Baggage Detection, And Object Removal Are Supported. 12 143 Pcs 8-inch 4mp 25 X Ir Network Speed Dome Camera 151,150.00 21,614,450.00 •1/1.8" Progressive Scan Cmos •high Quality Imaging With 4 Mp Resolution •25x Opticalzoom And 16x Digital Zoom Provide Close Up View Over Expensive Areas •expanssive Night View With Up To 400 M Ir Distance •water And Dust Resistant (p67) •supports Face Capture To Detect Capture, Grade, And Select Face In Motion •support Road And Traffice To Detect Vehicles 13 143 Pcs Power Over Ethernet (poe) Adopter 1,550.00 221,650.00 •output Voltage: 50vdc @ 1.2a •rated Voltage: 100-240vac @ 50/60 Hz •4 Pair Powering: Pins 1, 2, 4, 5 (+) And Pins 3, 6, 7, 8(-) •data In/poe: Rj45 Shield Socket 14 8 Pcs 49-inch 3.5mm Lcd Display 149,310.00 1,194,480.00 •screen Size: 49 Inches •backlight: Direct-lit Led Backlight •pixel Pitch: 0.56 Mm •physical Seam: 3.5mm •bezel Width: 2.3 Mm (top/left), 1.2mm (bottom/right) •brightness: 500 Cd/m2 •view Angle:n Horizontal 178 ; Vertical 178° •video & Audio Input: Hdmi X Dvi X 1, Vga X 1, Dp X 1, Usb X 1 15 8 Pcs Wall - Mounted Bracket 19,340.00 154,720.00 •solid Steel Structure, Preventing Screen Bending For Twisting •cold - Rolled Steel Plate (spcc) •quick And Easy Installation •front Maintenance 16 4 Pcs 4k Decoder 197,440.00 789,760.00 •16-ch Decoding At 12mp Hdmi Output: 4k: 340 X 2160 @ 30 Hz (for Odd Interface Only); 1080p: 1920 X 1080 @ 50/60 Hz; •h.265+, H.264+ / H.264, Mpeg4, And Mjpeg Video Compression •ps, Rtp, Ts, Es, And Hik Encapsulating Formats •10 / 100 / 1000 Mbps Self-adaptive Management Network Interface; 2; 10/100 / 1000 Mbps Self-adaptive Ethernet Interface: 16; 10m / 100 Mbps Self-adaptive Ethernet Interface. 17 1 Pc Video Wall Controller 378,820.00 378,820.00 •slot Number : 9 (6 X Input, 3 X Output) •motherboard: Network Interface: 1 10m/100m/1000mself-adaptive •ethernet Interface: Usb Interface: X Usb 2.0 (reserved); Rs - 232 •serial Interface : 2 •chasis : Standard $u Chassis The Virtual Output Of Client Software With Real Output Of Controller. 18 6 Pcs Input Board, 4-ch Hdmi Input, Resolution 153,890.00 923,340.00 1920* 1200 And Below 19 3 Pcs Out Put Board, 4-ch Hdmi Output, Resolution 153,890.00 461,670.00 3840 * 2160 @ 30hz And Below 20 4 Pcs 21.5-inch Fhd Monitor 37,470.00 149,880.00 •led Backlit Technology With Full Hd 1920 X 1080 •wide View Angle : 170 * (h) /160 * (v) •image Processing:3d Comb Filter,3d De-interlace,3d Noise Reduction •multifly Input: Hdml, Vga, Bnc, Audio •built -in Speaker •external Video Play Via Usb •high Reliability And Stability,24/7 Operation 21 2 Pcs Vms Workstation 146,780.00 293,560.00 •windows 10 Pro •intel Core I7 •16gb Ram •4gb Graphics Card •gigabit Ethernet Card •500gb Hdd •optical Mouse & Keyboard •back- Ups 650va 22 1 Pc 18.5-inch Monitor 33,340.00 33,340.00 •led Backlit Technology With Full Hd 1366 X 768 •image Processing:3d Comb Filter,3d De-interlace, 3d Noise Reduction •multiple Interfaces: Hdmi, Vga •wide Viewing Angle: Horizontal 90°, Vertical 65° •24/7 Operation 23 1 Pc Video Management System Server 475,150.00 475,150.00 •cpu: E2124 X 1 •hard Disk: 1t 7.2k Sata X 2 •divice Dimensions : Form Factor: Rack (1u) •chassis Width: 434, 00mm (17.08 In) •chassis Depth: 595.63 Mm (23.45 Hhd Config) •memory: 16gb Ddr4 Dimm •storage Controller: H330 X •power Supply: Single 250 X W (bronze) Power Supply •embedded Management: Idrac9 With Lifecycle I/o & Ports: Nic : 2 X 1gbe Lom Network Interface 24 1 Pc Intelligent Fusion Server 2,964,200.00 2,964,200.00 •equiped With Professionalgpu Card, Integrates Deep Learning-basedalgorithms Of Facial Analysis, Picture Structuralizationand Video Structuralization. It Is Collection Of Analysis, Storage And Application. By Recognizing,analyzing, Modeling And Comparing Pictures Of Faces, Human Bodies Or Vehicles The Intelligent Fusion Server Can Perform Functions As List Alarm, Creating Personal Archieves, Personnel Trace Analysis, Searching By Human Body Picture, Vehicle Arming And So Forth. 25 1 Pc Video Surveillance Management Software 1,258,510.00 1,258,510.00 •surveillance Base License Package, Surveillance Expansion License Package, Smart Wall Module Expansion Package, Facial Recognation Camera Expansion Package, Facial Recognition Module Expansion Package, •supports: Main / Auxiliary Storage, Alarm Management, Google Map, Evidence Management, Running On Virtual Machine, 100 User Logged In Simultaneously, Health Monitoring / History Maintenance Data, Client Operation (e.g. Visual Tracking, Custom Window Division), Etc. •supports: Decoder & Controller & Keyboard Management, Multiple Smart Walls Management, Graphic Card Video Wall Management, Camera Live View/play Back / Alarm Linkage On Video Wall, Spanning / Roaming Window, View Schedule, Etc. •supports: Person Group Management, Facial Recognition Monitoring & Operation, Person Name/picture Search Acress Multiple Cameras, Personface Matched / Mismatched Alarm Etc. 26 2 Pcs 128-ch 4u 4k Super Nvr 400,400.00 800,800.00 •ip Video Input: Up To 128-ch •incoming Bandwidth: 576 Mbps •outgoing Bandwidth: 512 Mbps •hdmi Output: Two Independent Hdmi Outputs Of 4k Resolution •decoding Formats: H.265, H.264, H.264+, Mpeg4, Mjpeg •recording Resolution: 12mp/ 8 Mp / 7 Mp / 6mp/ 5 Mp/4 Mp/3 •mp/1080p/uxga/720p/vga/4cif/dcif/2cif/cif/qcif •raid Type: Raido, Raid1, Raid5, Raid6 & Raid10 •sata: 24 Sata Interface Supporting Hot-plug, Up To 10tb For Each Hdd •storage Extension: 1 X Esata Interface, 2 X Mini Sas Interface (optional) •network Interface: 4, Rj45 10m/ 100m/ 1000m Self - Adaptive Ethernet Interface •fan: Redundant Dual Ball Bearing Fan; Speed Adjustable 27 48 Pcs 12tb Enterprise Hard Disk Drive 51,120.00 2,453,760.00 •hyperscale Application •massivescale -out Data Center •oltp And Hpc Application •high - Capacity Density Raid Storage •mainstream Enterprise External Storage Arrays •distributed File System, Including Hadoop And Ceph •enterprises Back-up And Restore-d2d, Virtual Tape •centralized Surveillance 28 200 Pcs L2 Series Video Surveillance Microsd (tf )card, 128gb 2,350.00 470,000.00 •high Performance Cost Ratio •lower Price Compared To Cardwith Same Tlc Nand •high Compability •optimized By Hikvision Storage System, Compatible With More Products •batter Performance When Used With Hikvision Cameras •ultra- Strong Adoptability •waterproof, Shockproof, X-ray Proof, Wide Temperature Range 29 1 Lot Bill Of Materials 3,491,990.00 3,491,990.00 •(24-port Patch Panel (loaded), Patchcord 1 Meter, Belden Value Vertical Maqnagement With Snap-on Cover. Horinzontal Wire Organizer (1 Ru), Pop-up Power Outlet (omni); Pop-up Floor Information Outlet, Cage Nuti-lughes. Tough Cable Level 2 . (per Meter) Belden Indoor Utp Catse (per Meter).thhn 3.5mm.(color Black & Green), Tw Wire 3.5mm(per Meter), Thhn 8mm (per Meter), Thhn 14mm. Square.rj 45 Metal, Flexiblehose, Entrance Cap, Pvc Pipe, Pvc Elbow, Pvc Adopter W/locknut, Pvc Square Box With Cover 4 X 4, Pvc Utility Box, Amko Box With Blank Plate, Sealant, Pvc Cement, Liquid Tight Connector. Liquid Tight Flexible Conduct, Emt Pipe, Metal C-clamp, Emt Coupling To Flex Coupling Maintenance Circuit Breaker, Indoor Pullbox, Pole Clamp, Hose Clamp, Hose Clamp, Cable Tie, Rubber Tape, Electrical Tape, 4 Gang Outlet (omni), 2 Gang Outlet With Grounding (omni), Ac Plug (omni), Universal Adapter (omni) G.i. Wire # 14, Grounding Rod, Grounding Rod Connector,terminal Lugs For 3.5mm Cable. Terminal Lugs, Copper Busbar 6-holes, Copper Busbar 2 Feet Apple Insulator, Cable Calamp Wire Rope Clip,hook-eye Tumbuckles, Bolt & Nut, Dyna Bolt, Tax & Screw,metal Tax Screw, Black Screw, Angle Bar, Channel (solid) 8ft./10ft. Strut Clamp. Paint (latex), Paint Enamel Primer, Paint (latex). Paint Brush,cutting Disc, Drill Bit, Aluminum Steel Strap Buckles, Messenger Wire (wire Rope) 2.0mm. Welding Rod, Pole Mount Bracket, G.i. Pipe, Fabricated Bracket For The Antenna, Hddmi Cable, Aluminum Threshold Split Tube Cable Tray, Multifunction 3d 12 Lines Laser Level Tool Vertical Horizontal Lines With Self Leveling Function, Restoration, Etc.) 30 1 Pc 45u Network Data Cabinet 169,700.00 169,700.00 •front Door Perforated W/ Handle Lock. •rear Perforated Middle Split Door W/ Handle Lock; •locking Removable Side Panels With Loacks And Latches •4 Pcs Spcc 2.0mm Mounting Rails Include •6 Pcs Spcc 1.5mm Mounting Angel Include •includes 2 Vertical Cable Manager.4" Caster And 4 Level Feet, •40sets Cage Nuts Included. •fixed Tray (800mm X 1100mm) 31 2 Pcs 20-port Enterprises Gigabit Poe Network Switch 191,030.00 382,060.00 •throughput: 112 Gbps •mbps Rj45 Ports: 16 •10 Gbps Fiber Ports (sfp+): 4 •poe + Enable Port 802.3 Of / At/ Bt: 6 •lowlolatage Passive Poe (24 V):8 •high Power 4 Ppoe (up To 90 W): 8 •dram: 512 Mb •power Supply: Crps Dependent •cpu Speed: 800 Mhz •leds Per Port: Link / Activity, Poe 802.3af /at/bt Poe (54v): Ports 1-16 •24v Passive Poe - Up To 15w: Ports 9-16 •54v Passive Poe - Up To 90w: Ports 1-8 •54v Passive Poe - Up To 30w: Ports 9-16 •poe Max Power Per Port: 30w / 90w •temperature Range: - 10 °c Up To 65 °f 32 1 Set Uninterruptible Power Supply 6ka/5400w 222,430.00 222,430.00 •capacity: 6000 Va / 5400 W •power Factor: 0.99 •waveform: Pure Sine Wave •type: Rackmount •topology: Online Double Conversionwith Railkit •battery Numbers & Type: 6 X 12v 9ah, Maintenance-free, •sealed Lead Acid With Suspended Electrolyte, Leak Proof •lcd Panel: Ups Status, Lead Level, Battery Level, Input & Output •voltages, Battery Run Time & Fault Conditions •protection:discharge,overcharge,overload,short Circuit & Surge Protection •safety: Ec/en62040-1, Iec/en60950-1 33 1 Pc Uninterruptible Power Supply 21,340.00 21,340.00 •maximum Output Voltage: 5kva •range Of Input Voltage: 140v - 250v •output Voltage: 110v And 220v •accuracy Of Voltage: 220v +/-3% And 110v +/-6% •over - Voltage Protection Value : 246v+/- -4% •under - Voltage Protection Value: 184v +/- -4% •frequency: 50 - 60hz •efficiency: -90% •adjusting Time: 1.5 Sec (when Input Voltage Has A Change Of 10%) •long Time Delay: 5+2 Mins •short Time Delay: 5+2 Sec 34 58 Pcs Industrial Weather Proof Enclosure 12,380.00 718,040.00 •with Cooling Fan, Cable Glands, Power Outlet •includes Mounting Plate Locking System, Glad Plate, Sealing Gasket •cabiner Finish: Expoxy Polyester Coating •complies With Ie60529 And Nema 4, 12 •size: 500 X 400 X 200 (mm) 35 57 Pcs 10-port Enterprise Gigabit Poe Network Switch 33,110.00 1,887,270.00 •throughput: 20gbps •10/100/1000 Ports: •uplink Ports: 2 Sfp •poe + Enable Port 802.3 Of / Af/ At: 8 •dram: 512mb •power Supply: 100-240 Vac •max Switch Power: 10-54 W •cpu Speed: 800 Mhz •leds Per Port: Link / Activity, Poe •poe+ Power Budget: 75w •poe Voltage: 54v •poe Max. Power Pet Port: 30w •temperature Range: 0 °c To 50 °c(32 °f To 122 °c (32 °f To 122 °f •storage Temperature: (40 °f To 1158 °- F) 36 1 Pc Uninterruptible Power Supply 1000va/600watts 8,130.00 8,130.00 •capacity: 1000va / 600 W •voltage: 220/230/240 Vac •voltage Range: Voltage Range •frequency Range: 60/50 Hz (auto Sensing) •transfer Time: Typical 2-6 Ms •wave Form: Silmulated Sine Wave •full Protection: Short Circuit, Overload, Discharge, Overchange, And Surgeprotection •dimension, D X W X H (mm): 279 X 101 X 142 37 58 Pcs Uninterruptible Power Supply 650va/390watts 3,760.00 218,080.00 •capacity: 650va/390w •valtage: 220/230/240 Vac •voltage Range: Voltage Range •frequency Rang: 60/50 Hz (auto Sensing) •transfer Time: Typical 2-6 Ms •wave Form: (batt. Mode): Silmulated Sine Wave •full Protection: Short Circuit, Overload, Discharge, Overchange, And Surgeprotection •dimension, D X W X H (mm): 279 X 101 X 142 38 4 Pcs Vertical Pole Mount Camera Bracket 1,700.00 6,800.00 •appearance: White •material: Stainless Steel •dimension: 250 Mm X 40 Mm (9.84" X 5" X 1.81") •weight: 1205g (2.66 Lb) 39 136 Pcs Vertical Pole Mount Camera Bracket 1,650.00 224,400.00 •appearance: White •material: Stainless Steel •dimension: 144 Mm X 131.6 Mm X 44.3 Mm (5.67" X 5.18" X 1.74") •weight: 760g (1.68 Lb) 40 43 Pcs Parapet Wall Mount Bracket W/ Vertical Pole Mount 4,850.00 208,550.00 •appearance: White •material: Stainless Steel •dimension: 180 X 950 X 800 Mm 41 29 Rolls Outdoor Carrier Class Shielded Ethernet Cable; 20,480.00 593,920.00 305m Per Roll •ethernet Support: Up To 1 Gbps •conductor Wire Gauge: 24awg •conductor : Solid Bare Copper •anti-crosstalk Divider: Ldpe: 4.2 ° 0.3mm •cable Shield (aluminum Foil): Thick: 0.060 Mm, Extent: 20mm •esd Drain Wire: 0.4 T ° Tc •secondary Cable Shield (brand): 16 * 8 * 0.16aa Density: 95% •cable Color: Black •installation Temperature - 20 To 60 ° C (-4 To 140 °f) •standards: Ansi / Tia -568-c.2 (2009) •iso/iec 11801 (edition 2.2) 42 1 Lots Services & Materials For Command Center Design 952,390.00 952,390.00 & Renovation •includes Interior Design, Eletrical, Workstation, Table & Chairs, Structured Cabling, Complete Command Center Setup, Etc. 43 1 Lots Design, Engineering, Installation, Termination, Configuration, Commissioning & Testing, Project Management, Comprehensive Operations & User Training, Warehousing, Accomodation, Transportation, Bonds & Insurances, As-built Plan, Documentations, Turnover, Mobilization / Demobilization 3,816,400.00 3,816,400.00 •semi-annual Precentive Maintenance Warranty Product Warrantyfor Twelve (12) Months From Project Completion Technical Support For Products At No Addtion Charge For Twelve (12) Month From The Dateof Project Completion. Grand Total ₱ 79,428,160.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid March 7, 2025 To March 14, 2025 2-issuance Of Eligibility Forms /bid Documents March 12, 2025 To March 24, 2025 3-pre-bid Conference March 12, 2025, City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) March 24, 2025, City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P79,000.00 To The Bac Secretariat, Executive Building, Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: March 7, 2025 To March 14, 2025

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Furnitures and Fixtures
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice this Is A Sources Sought Notice Only. The U.s. Government Desires To Procure Repairs To Spacesaver Shelves In The Usma Library. On A Small Business Set-aside Basis, Provided 2 Or More Qualified Small Businesses Respond To This Sources Sought Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If 2 Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Governmentwide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Governmentwide Point Of Entry For Additional Information Pertaining To This Requirement. The Anticipated Naics Code(s) Is: 811310, Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance With A Size Standard Of 12,500,000. in Response To This Sources Sought, Please Provide: 1. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cage Code, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code. 2. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. 3. Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. 4. Information To Help Determine If The Requirement Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc. 5. Identify How The Army Can Best Structure These Contract Requirements To Facilitate Competition By And Among Small Business Concerns. 6. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Contract Specialist, Shawn Valastro, At Shawn.m.valastro.civ@army.mil, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Fedbizopps Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. 7. Recommendations To Improve The Approach/specifications/draft Pws/prs To Acquiring The Identified Items/services. 1 performance Work Statement (pws) spacesaver Shelving Repair march 2025 (pop 4/1/25-3/31/26) part 1 general Information 1. General: This Is A Non-personal Service(s) Contract Under Which The Personnel Rendering The Service(s) Are Not Subject, Either By The Contract’s Terms Or By The Manner Of Its Administration, To The Supervision And Control Usually Prevailing In Relationships Between The Government And Its Employees. 1.1 Description Of Services/introduction: This Is A Non-personal Service(s) Contract For The Repair And Upgrade Of The Spacesaver Ec200 High Density Electronic Compact Shelving System For The Archival Material, At The Library Annex. The Compact Shelving System At The Library Annex Consists Of 20 Shelving Units. The Vendor Will Complete The Repair Including Replacement Of All Necessary Electrical Components, Keypads, Distance Sensors, Safety Features, And Inspection Of All End Panels. Installation, Freight, And Removal Of Debris Are Included. 1.2 Background: This Service Contract Is For The Shelving In The Library Annex, Pershing Center, Repaired For Continued Use. The Repair Was Attempted To Be Purchased In Fy24, But A Vendor Fell Through. The Quote For Fy25 Has The Donnegan Systems Vendor, The Only Authorized Spacesaver Area Contractor Certified To Complete This Work. The Spacesaver Shelving System Was Initially Installed Between 1980-2000 And Needs Updates To Technology For Sustainability Of System Operations And Repair For Significantly Damaged Portions Of The Shelving. No Keys Or Cacs Will Be Provided To The Contractor Or Their Staff, Access Will Be Monitored By Usma Library Staff At All Times. The Spaces That The Shelving Is Located Are Not Public Facing, No Signage Or Badges Will Be Necessary. 1.3 Scope: The Contractor Shall Provide The Following: 1. The Contractor Must Be A Licensed Vendor For Spacesaver Products And Have Knowledge Of The Operation And Repair Of The Spacesaver High Density Electronic Condensed Shelving In General And With The Spacesaver Ec200 In Particular. 2. The Spacesaver Shelving Needs All New Keypad Controllers On Each Of The 20 Shelving Units In The Range And New Wiring And Cables For Each Controller. 3. The Spacesaver Shelving Needs All New Distance Sensors Which Allows Ranges To Stop When Aisles Are Being Opened Or Closed. 4. The Spacesaver Shelving Needs All New Electronics And Cabling Throughout The System And The Vendor Must Use Existing Infrastructure For Power Needs. 5. The Spacesaver Shelving Needs A New Photo Sweep Safety System To Replace The Existing Safety Systems 2 6. The Work Will Include At Least 1 New Laminate End Panel To Replace A Broken Panel And Any Panels That Are Broken In The Repair Process Will Also Need To Be Replaced 7. The Contractor Must Include All Hardware-cables-and Any Miscellaneous Items To Complete Job 8. The Contractor Shall Remove And Dispose Off Premises Of All The Packing/shipping Materials, Waste, And Debris That Results From The Repair, Upgrades, And Rewiring. 1.4 Objectives: The Objective Is For This Contract Is To Repair The Movable Shelving In The Library Annex, Pershing Center, Repaired For Continued Use And Support Of The Archives And Special Collections Of Usma Library. 1.5 General Information: 1.5.1 Quality Control Plan (qcp): The Contractor’s Existing Quality Assurance System Shall Be Utilized In Accordance With Far 12.208. 1.5.1.1 Reserved 1.5.1.2 The Contractor Shall Inform The Cor Of Issues Or Potential Issues That Might Affect The Performance Within 72 Clock Hours Of Identifying Those Issues. Verbal Reports Shall Be Followed Up By Written Reports Within 10 Business Days {deliverable 1}. 1.5.2 Quality Assurance: The Government Will Evaluate The Contractor’s Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Acceptable Quality Levels (performance Thresholds). 1.5.3 Recognized Holidays: The Following Provides Information On Recognized Holidays For The Purpose Of The Pws. If Submittal Of Any Documentation (e.g. Deliverables, Submittals, Etc.) Deadlines Fall On A Holiday, The Closest Workday Prior To The Holiday Will Apply As The Deadline For Submittal. 1.5.3.1 U.s. Holidays: When A U.s. Holiday Occurs On A Saturday Or A Sunday, The Holiday Is Observed On The Preceding Friday Or Following Monday, Respectively. new Year’s Day January 1st M. L. King Memorial Day 3rd Monday In Jan presidents’ Day 3rd Monday In February Memorial Day Last Monday In May juneteenth June 19th Independence Day July 4th labor Day 1st Monday In September Columbus Day 2nd Monday In October veteran’s Day November 11th Thanksgiving Day 4th Thursday In November christmas Day December 25th 1.5.3.2 Host Nation Holidays: Reserved 3 1.5.4 Operating Hours: The Government Facility Office Hours, Facility Operating Hours, And The Contractor Support Hour Requirements Often Coincide, However, They May Differ. Please Refer To The Following. 1.5.4.1 Government Facility Office Hours: The Government Facility Office Hours Are 0700 To 2315 Monday Through Thursday, 0700-2100 Friday, 1300-2100 Saturday, And 1000-2315 On Sundays Except U.s. Holidays Identified In Paragraph 1.5.3.1 Above Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings. 1.5.4.2 Government Facility Operating Hours: The Government Facility Operating Hours Occur Between The Hours Of 0800 To 1600 Monday Through Friday. The Government Facility Is Not Open For Operations During The Recognized U.s. Holidays Identified In Paragraph 1.6.3.1 Above. The Government Facility May Close Due To Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings And Will Be Communicated By The Contracting Officer To The Contractor. 1.5.4.3 Contractor Support Hours: The Contractor Shall Provide Support Between The Hours Of 0800-1600 Monday Through Friday Based On The Availability Of Usma Staff During The Facility’s Open Status During Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings. The Contractor Shall Maintain An Adequate Workforce At All Times, For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Above Reasons. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Is Essential. 1.5.4.3.1 Contractor Work Plan: Reserved 1.5.5 Training Holidays: Reserved 1.5.6 Place Of Performance: The Work To Be Performed Under This Contract Will Be Performed At Building 2107 Pershing Center, West Point, Ny. 1.6 Security Requirements: The Following Information Is Provided On Security Related Matters. 1.6.1 Security Program: Reserved 1.6.2 Personnel Security Clearance Requirements: Reserved 1.6.3 Installation Access: Access To U.s. Installations, Buildings And Controlled Areas Is Limited To Personnel Who Meet Security Criteria And Are Authorized. Failure To Submit Required Information/data And Obtain Required Documentation Or Clearances Will Be Grounds For Denying Access To U.s. Installations, Buildings And Controlled Areas. The Contractor Shall Ensure That Any Subcontractors Used In Performance Of This Contract Complies With These Requirements And That All Employees, Of Both The Contractor And Any Subcontractor Utilized By The Contractor, Are Made Aware Of And Comply With These Requirements. 4 the Contractor Shall Be Aware Of And Comply With The Requirements Associated With Installation Access Control. The Government Is Not Liable For Any Costs Associated With Performance Delays Due Solely To A Firm’s Failure To Comply With Installation Access Control System (iacs) Processing Requirements. the Contractor Shall Return Installation Passes To The Issuing Iacs Office When The Contract Is Completed Or When A Contractor Employee No Longer Requires Access. 1.6.3.1 Installation Pass Log: In Addition, The Contractor Shall Provide The Contracting Officer, Via The Cor, An Initial Installation Pass Log Within Three (3) Calendar Days After Contract Completion.the Log Must At A Minimum Contain The Following Information (date, Employee Name, Arrival Time, And Departure Time). The Log Shall Be Updated As Employees Are Added Or Removed. The Updated Installation Pass Log Shall Be Current And Available At Any Time Upon Request By The Government And Submitted To The Cor Within Five (5) Days After Any Changes To The Log (deliverable 2). 1.6.3.2 Individual Termination Or Expiration Of Employment: Reserved 1.6.3.3 Contract Termination Or Cancellation: Reserved 1.6.3.4 Common Access Cards (cac) And Cac Log: Reserved 1.6.4 Background Checks: Reserved 1.6.4.1 U.s. Citizen: Reserved 1.6.4.2 Local Nationals And Third Country Nationals: Reserved 1.6.5 Physical Security: The Contractor Shall Safeguard All Government Equipment, Information, And Property Provided For Contractor Use. 1.6.6 Operations Security (opsec) Requirements: Contractor Personnel Shall Adhere To Facility Security Policies And Restrictions. The Contractor Shall Immediately Report Suspicious Activities To Security Personnel. 1.7 Key Control: Reserved 1.8 Post Award Conference/periodic Progress Meetings: The Contractor Shall Attend Any Post Award Conference Convened By The Contracting Activity Or Contract Administration Office In Accordance With Far Subpart 42.5. The Contracting Officer, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings The Contracting Officer Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Shall Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be At No Additional Cost To The Government. 5 1.8.1 The Contractor Shall Attend, Participate In, And Furnish Input To Scheduled And Unscheduled Meetings, Conferences, And Briefings That Relate To The Functions And Services Herein As Required By The Government To Provide Effective Communication And Impart Necessary Information. The Contract Manager Or Designated Representative Shall Attend Meetings As Requested By The Government. Meeting Attendees Shall At Times Include Contractor Managerial, Supervisory, And Other Personnel Knowledgeable Of The Subject Matter. Meetings May Start Or End Outside Of Regular Duty Hours. 1.9 Contracting Officer’s Representative (cor): Refer To Part 2 Of This Pws For The Definition Of A Cor. As Determined By The Contracting Officer, A Cor Will Be Appointed And Identified By Letter Of Designation, A Copy Of Which Will Be Provided To The Contractor By The Contracting Officer. The Designation Letter States The Responsibilities And Limitations Of The Cor, Especially With Regard To Changes In Cost Or Price, Estimates, Or Changes In Delivery Dates. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Resulting Order. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Cor Is Not Authorized To Obligate The Government. If The Work Is Not Written In The Contract, The Cor Is Not Authorized To Request New Work. The Cor Is Authorized To Perform The Following Functions: Assure That The Contractor Performs The Technical Requirements Of The Contract, Perform Inspections Necessary In Connection With Contract Performance, Maintain Written And Oral Communications With The Contractor Concerning Technical Aspects Of The Contract, Issue Written Interpretations Of Technical Requirements, Including Government Drawings, Designs, Specifications, Monitor Contractor's Performance And Notifies Both The Contracting Officer And Contractor Of Any Deficiencies, Coordinate Availability Of Government Property, And Coordinate Site Entry Of Contractor Personnel. 1.10 Key Personnel: The Contractor Shall Provide A Program/contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Program/contract Manager, Who Shall Act For The Contractor When The Program/contract Manager Is Absent. The Contract Manager And Alternate Contract Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Contract Manager Shall Be Available Between The Applicable Hours, Days, Etc. That Have Been Identified In Paragraph 1.6.4. All Key Personnel Are Listed Below: a. Contract Manager: Mike Melanson b. Alternate Contract Manager: Glenn Underwood c. Quality Control Manager: Patrick Webster d. Alternate Control Manager: Tom Mulvey e. Special Qualifications: See 7.3 Attachment 1 – Spacesaver License/ Sole-source letter 1.11 Identification Of Contractor Employees: Reserved 6 1.12.1 Reserved 1.12.2 Reserved 1.13 Contractor Travel: Reserved 1.14 Other Direct Costs (odcs): Reserved 1.15 Data Rights: Reserved 1.16 Non-disclosure Requirements: Reserved 1.17 Protection Of Government And Contract Information: Per Public Use Notice Of Limitations Stated By Defense Imagery Management Operations Center And Contained At Www.dimoc.mil/resources/limitations/ , The Contractor Shall Not Cite Any Information (e.g., Contract Information, Pictures, Locations, Etc.) Obtained Through This Contract On Any Hard Copy Or Digital Marketing Tools To Include Its Company Website. 1.18 Non-disclosure Statements: Reserved 1.19 Organizational Conflict Of Interest (oci): Reserved 1.20 Phase In /phase Out Period: Reserved 1.21 Safety: The Following Provides Information Pertaining To Safety And Accident Prevention: 1.21.1 Safety Laws And Regulations: The Contractor Shall Comply With Far 52.236-13, Accident Prevention (november 1991), The References Contained Therein (e.g. U.s. Army Corps Of Engineers Safety And Health Requirements Manual (em 385-1-1)). The Contractor Will Also Comply With Any Internal Or Industry Standard Safety Procedures As Required. 1.21.1.1 In Addition To Other Requirements For Accident Prevention Specified In This Contract, The Contractor Shall Comply With All Federal And State Requirements Governing Safety And Health Protection On Construction Sites And Other Applicable Occupational Safety Codes. the Contractor Shall Indicate Its Plan For Compliance Considering Conditions Of The Work Described By The Design, Technical Proposal, Operational Activities Of The Government Or Others In The Area Of The Work, Identification Of The Coordinator, And Implementation Of All Other Accident Prevention Provisions Of This Contract. 1.21.1.2 The Contractor Shall Complete And Provide Safety Notifications Required And Will Provide Documented Proof If Requested. 1.22 Environmental Compliance: The Following Provides Information On Environmental Compliance. 7 1.22.1 Environmental Compliance Plan And Program: Reserved 1.23 Required Training: The Following Provides Information On Training Requirements. 1.23.1 Anti-terrorism (at) Level I Training: Reserved 1.23.2 Opsec Training: Reserved 1.23.3 Iwatch Training: Reserved 1.23.4 Information Assurance (ia) Training 1.23.4.1 Reserved 1.23.4.2 Reserved 1.23.4.3 Reserved 1.23.5 Personally Identifiable Information (pii): Reserved 1.24.3 By Acceptance Of And Performance Under This Contract, The Contractor Affirms That It Has Complied With The Requirements Above. Compliance With This Requirement And American Law Is A Material Contract Requirement. Noncompliance By The Contractor Or Subcontractor At Any Tier Shall Be Grounds For Issuing A Negative Past Performance Evaluation And Terminating This Contract For Default. 1.25 Notice To Proceed: The Notice To Proceed Will Be Provided As Indicated Below. (contracting Office Must Identify One) ☐the Effective Date Of Contract Will Constitute The Date Of Notice To Proceed ☐a Notice To Proceed Letter Will Be Issued ☐the Date Of The Letter Transmitting The Contract Will Constitute The Date Of The Notice To Proceed 1.27 Government Property And Services: Reserved 8 part 2 definitions & Acronyms 2. Definitions And Acronyms 2.1 Definitions: Although Not Inclusive Of Every Term Used Within This Pws, The Following Provides A List Of Definitions Used Throughout This Pws And Commonly Used In The Acquisition Field. contracting Officer – Means A Person With The Authority To Enter Into, Administer, And/or Terminate Contracts And Make Related Determinations And Findings On Behalf Of The Government. Note: The Only Individual Who Can Legally Bind The Government. contracting Officer's Representative (cor) – As Defined In Dfars 202.101, Means An Individual Designated And Authorized In Writing By The Contracting Officer To Perform Specific Technical Or Administrative Functions. Dod Instruction (dodi) 5000.72, Part Ii Definitions States The Following When Defining A Cor: “defined In Subpart 202.101 Of Reference (f). Any Individual Delegated Responsibilities Pursuant To Subpart 1.602-2 Of Reference (e), Regardless Of Local Terminology, Must Be Certified In Accordance With This Instruction. For Example, Local Terminology Can Be Cor, Contracting Officer’s Technical Representative, Technical Point Of Contact, Technical Representative, Alternate Cor, Administrative Cor, Assistant Cor, Line Item Manager, Task Order Manager, Quality Assurance Personnel, Quality Assurance Evaluator, Or Cor Management.” In Addition, Army Regulation 70-13, Chapter 2, Paragraph 2-2g, States, In Part, The Following When Providing Other Surveillance Support Personnel To Assist The Cor When Needed, “…these Other Surveillance Support Personnel May Serve As On-site Representatives Of The Cor In Performance Of Actual Contract Surveillance If They Meet All Cor Requirements And Have Been Appointed By The Contracting Officer As Alternate Cors.” contractor – Means A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime. contractor-acquired Property - Means Property Acquired, Fabricated, Or Otherwise Provided By The Contractor For Performing A Contract And To Which The Government Has Title. day – Means, Unless Otherwise Specified, A Calendar Day. defective Service – Means A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement. deliverable – Means Anything That Can Be Physically Delivered, But May Include Non-manufactured Things Such As Meeting Minutes Or Reports. government-furnished Property – As Reflected In Far 52.245-1, Government-furnished Property “means Property In The Possession Of, Or Directly Acquired By, The Government And Subsequently Furnished To The Contractor For Performance Of A Contract. Government-furnished 9 property Includes, But Is Not Limited To, Spares And Property Furnished For Repair, Maintenance, government Property - Means All Property Owned Or Leased By The Government. Government Property Includes Both Government-furnished And Contractor-acquired Property. Government Property Includes Material, Equipment, Special Tooling, Special Test Equipment, And Real Property. Government Property Does Not Include Intellectual Property And Software. property Administrator - Means An Authorized Representative Of The Contracting Officer Appointed In Accordance With Agency Procedures, Responsible For Administering The Contract Requirements And Obligations Relating To Government Property In The Possession Of A Contractor. high Level Objective (hlo) – Means A Key Overarching Result-based Objective For A Project Necessary To Achieve The Project’s Vision. Hlos Are Similar To Level 2 In A Work Breakdown Structure. Each Hlo May Contain Several Statements To Flesh Out The Areas Necessary To Meet The Objective. physical Security – Means That Part Of Security Concerned With Physical Measures Designed To Safeguard Personnel; To Prevent Unauthorized Access To Equipment, Installations, Material, And Documents; And To Safeguard Against Espionage, Sabotage, Damage, And Theft. quality Assurance – (or Government Contract Quality Assurance) Means The Various Functions, Including, Inspection, Performed By The Government To Determine Whether A Contractor Has Fulfilled The Contract Obligations Pertaining To Quality And Quantity. quality Assurance Surveillance Plan (qasp) – Means The Key Government-developed Surveillance Process Document, And Is Applied To Performance-based Service Contracting (pbsc). The Qasp Is Used For Managing Contractor Performance Assessment By Ensuring That Systematic Quality Assurance Methods Validate That Contractor Quality Control Efforts Are Timely, Effective, And Are Delivering The Results Specified In The Contract Or Task Order. The Qasp Directly Corresponds To The Performance Objectives And Standards (i.e., Quality, Quantity, Timeliness) Specified In The Performance Work Statement (pws). It Provides Specific Details On How The Government Will Survey, Observe, Test, Sample, Evaluate, And Document Contractor Performance Results To Determine If The Contractor Has Met The Required Standards For Each Objective In The Pws. The Qasp, With Very Few If Any Exceptions, Is An Internal To Government Document. quality Control – Means All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements. statement – Means The Specific Results-based Activities Required To Satisfy Hlos. A Statement Contains A Result, The Context Of The Statement, And The Required Action(s). Statements Focus On “what” Is To Be Accomplished; However, They Are Not Prescriptive In Describing “how” The overhaul, Or Modification. Government-furnished Property Also Includes Contractor-acquired property If The Contractor-acquired Property Is A Deliverable Under A Cost Contract When accepted By The Government For Continued Use Under The Contract 10 outcome Is To Be Achieved. Each Hlo May Have Several Statements To Flesh Out The Areas Necessary To Meet The Objective. Statements Are Similar To Level 3 In A Work Breakdown Structure. subcontractor – Means One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor. work Day - The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract. work Week - Monday Through Friday, Unless Otherwise Specified. 2.2 Acronyms: Although Not Inclusive Of Every Term Used Within This Pws, Or That May Be Included In An Acquisition, The Following Provides A List Of Acronyms Commonly Used In The Acquisition Field. acor Alternate Contracting Officer's Representative afars Army Federal Acquisition Regulation Supplement aha Activity Hazard Analysis aor Area Of Responsibility ar Army Regulation at Anti-terrorism atcts Army Training Certification Tracking System cac Common Access Card cce Contracting Center Of Excellence cfr Code Of Federal Regulations conus Continental United States (excludes Alaska And Hawaii) cor Contracting Officer’s Representative cots Commercial-off-the-shelf da Department Of The Army dd250 Department Of Defense Form 250 (receiving Report) dd254 Department Of Defense Contract Security Requirement List dfars Defense Federal Acquisition Regulation Supplement dmdc Defense Manpower Data Center dod Department Of Defense far Federal Acquisition Regulation frg Federal Republic Of Germany gfp Government Furnished Property hlo High Level Objective hipaa Health Insurance Portability And Accountability Act Of 1996 ia Information Awareness iac Installation Access Control iaco Installation Access Control Office id Identification igce Independent Government Cost Estimate it Information Technology 11 jpas Joint Personnel Adjudication System ko Contracting Officer oci Organizational Conflict Of Interest oconus Outside Continental United States (includes Alaska And Hawaii) odc Other Direct Costs opsec Operations Security pa Property Administrator pii Personally Identifiable Information pipo Phase In/phase Out poc Point Of Contact prs Performance Requirements Summary pws Performance Work Statement qa Quality Assurance qap Quality Assurance Program qasp Quality Assurance Surveillance Plan qc Quality Control qcp Quality Control Program ra Requiring Activity rco Regional Contracting Office sige Safety And Health Protection Plan te Technical Exhibit usag United States Army Garrison Uom Unit Of Measure usma United States Military Academy 12 part 3 government Property (gp) And Services 3. Government Property And Services 3.1 Services: Reserved 3.2 Facilities: Reserved 3.3 Utilities: Reserved 3.4 Equipment: Reserved 3.5 Special Tooling And Test Equipment: Reserved 3.6 Materials: The Government Will Provide Access To Spacesaver Shelving. 3.7 Training: Reserved 3.8 Common Access Cards (cac): Reserved 13 part 4 contractor Furnished Items And Services 4. Contractor Furnished Property And Services 4.1 General: The Contractor Shall Furnish All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary To Perform Services As Described In The Pws And Associated Contract Documents, Except For Those Items Specified In Part 3 Government Property And Services. 4.2 Secret Facility Clearance: Reserved 4.3 Materials: The Contractor Shall Provide Replacement Of All Necessary Electrical Components Including Keypads, Distance Sensors, Safety Features, And End Panels. Although It Must Be Noted This Example Is Not All Inclusive, The Ra Must Ensure Addressing Their Specific Requirements Including Personal Protective Equipment, Ppe, Tools, Electrical Equipment, Office Supplies And Materials Such As, Paper, Printer Cartridges, And All Other Office Supplies And Materials Needed In The Performance Of This Contract; Automated Data Processing Equipment (adpe) Such As Computers, Copy, Printer, And Fax Machines. None Of The Adpe Will Be Connected To The Government Network. 4.4 Vehicles And Equipment: Reserved 4.5 Background Checks): Reserved 14 part 5 specific Tasks 5.1 Basic Services: The Contractor Shall Provide Services For: 5.2 Tasks: Tasks Consist Of The Following: deliverable 1: The Contractor Shall Inform The Cor Of Issues Or Potential Issues That Might Affect The Performance Within 72 Clock Hours Of Identifying Those Issues. Verbal Reports Shall Be Followed Up By Written Reports Within 10 Business Days. deliverable 2: The Contractor Shall Provide The Contracting Officer, Via The Cor, An Installation Pass Log Within Three (3) Calendar Days After Contract Completion. The Log Must At A Minimum Contain The Following Information (date, Employee Name, Arrival Time, And Departure Time). The Log Shall Be Updated As Employees Are Added Or Removed. The Updated Installation Pass Log Shall Be Current And Available At Any Time Upon Request By The Government And Submitted To The Cor Within Five (5) Days After Any Changes To The Log. 5.2.1 Contractor Shall Provide Suitable Repair Of Damaged End Panel 5.2.1.1 Any Damaged Shelving Sections Will Have The Broken End Panel Replaced. 5.2.2 Contractor Shall Clean Up Any Debris Associated With Repairs 5.2.2 The Contractor Shall Remove And Dispose Of All The Packing/shipping Materials, Waste, And Debris That Results From The Repair, Upgrades, And Rewiring Off-premises. 5.2.3 Contractor Shall Ensure Functionality And Ease Of Utilization 5.2.3 The Movable Spacesaver Shelving Will Be Fully Upgraded And Functional, The End Panel Controls Will Be Fully Operational. (a) A New Photo Sweep Safety System Will Be Installed. (b) New Keypad Controllers Will Be Installed For Each Of The 20 Shelving Units. (c) Installation Of All New Distance Sensors. 5.3 Service Contract Reporting 5.3.1 System For Award Management (sam) Service Contract Report (scr): Reserved steps For Submitting A Service Contract Report (scr) Reserved (does Not Apply) 15 part 6 applicable Publications 6. Applicable Publications (current Editions): The Following Publications, Manuals, Regulations, Etc. Are Mentioned In This Pws And Are Listed Below. 6.1.1 Department Of Defense Contract Security Classification Specification (dd Form 254) 6.1.2 Department Of Defense Security Agreement (dd Form 441) 6.1.3 National Industrial Security Program Operating Manual (dod 5220.22-m) 6.1.4 Installation Access Control (ae Reg 190-16) 6.1.5 The Army Physical Security Program (ar 190-13) 6.1.6 Contractor Identification (ae Reg 27-715) 6.1.7 U.s. Army Corps Of Engineers Safety And Health Requirements Manual (em 385-1-1) 6.1.8 Information Assurance Workforce Improvement Program (dod 8570-m) 6.1.9 Information Assurance Training Certification And Workforce Management Directive (dodd 8570.01) 6.1.10 Information Assurance (ar 25-2) 6.1.11 Electromagnetic Compatibility Directive (2004/108/ec) 6.1.12 Policies And Procedures For Property Accountability (ar 735-5) 16 part 7 attachment And Technical Exhibit Listing 7. Attachment And Technical Exhibit List 7.1 Technical Exhibit A – Performance Requirements Summary 7.2 Technical Exhibit B – Deliverables Schedule 7.3 Attachment 1 – Spacesaver License/ Sole-source Letter 7.4 Attachment 2 – Reserved 7.5 Attachment 3 – Reserved 17 technical Exhibit A performance Requirements Summary (prs) Performance Objective Standard Performance Threshold Acceptable Quality Levels (aqls) Method Of Surveillance prs#1 the Contractor Shall Provide Suitable Repair Of Damaged End Panel. Any Damaged Shelving Sections Will Have The Broken End Panel Replaced. 100% Of The End Panels Will Be Unbroken Due To Replacement If Necessary. 100% Inspection visible Inspection Of All 20 Shelves Upon Completion Of Work. prs#2 the Contractor Shall Clean Up Any Debris Associated With Repairs. The Contractor Shall Remove And Dispose Of All The Packing/shipping Materials, Waste, And Debris That Results From The Repair, Upgrades, And Rewiring Off-premises. 100% Of The Debris From Completed Repairs Must Be Disposed Of Off-premises. 100% Inspection visible Inspection Of The Annex Shelving Space Ensuring No Debris Has Been Left Behind Upon Completion Of Work. prs#3 the Contractor Shall Ensure Functionality And Ease Of Utilization For The Movable Shelving Via The End Panel Controls. A New Photo Sweep Safety System Will Be Installed. new Keypad Controllers Will Be Installed For Each Of The 20 Shelving Units. installation Of All New Distance Sensors. 100% Of The Systems That Scan Aisles Between Shelves Must Be Functional. 100% Of The Keypad Controllers Will Be Replaced. 100% Of Distance Sensors Must Be Replaced. 100% Inspection testing The New Photo Sweep Safety System To Ensure Functionality. visible Inspection Of The Keypad Controllers To Ensure Replacement And Testing Of Keypad Controllers To Ensure Appropriate Functionality. testing Of Distance Sensors To Ensure Functionality.

DEPT OF THE NAVY USA Tender

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

DEPT OF THE ARMY USA Tender

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

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

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

City Of General Santos , South Cotabato Tender

Others
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 4 Million (USD 68.9 K)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Transponder Device For Vessel Monitoring Systems (vms) Features/specifications: • Communication System: Utilizes Iridium For Reliable Global Coverage. • Size: Compact And Lightweight, Making It Easy To Install On Various Vessels. • Power Consumption: Efficient Power Usage With Low Average Consumption. • Operating Temperature: Suitable For A Wide Range Of Environmental Conditions • Allows For Real Time Tracking, Reporting, And Communication Between Vessels And Shore Based Monitoring Centers • Data 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
1191-1200 of 1216 archived Tenders