Data Center Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date24 Mar 2025
Tender AmountRefer Documents
Details: A Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business, And You Are Interested In This Project Please Respond Appropriately. project Location: Niagara Falls Air Reserve Station, Ny project Description: This Design-bid-build Project Includes The Construction Of A New Addition To Building 317; Renovation Of The Existing Building 317; And Demolition Of Building 206. The Project Will Allow For The Consolidation Of Communications Functions That Are Currently Housed In Multiple Facilities On Niagara Falls Air Reserve Station. the New Addition Will Be A 2,100 Square Foot Single-story Building Constructed On The North Side Of The Existing Building. Construction Will Consist Of A Concrete Slab On Grade Foundation, Reinforced Concrete Masonry Unit Walls, And Sloped Roof With Steel Decking And Asphalt Shingles. The Addition Will Be For Admin Space. the Existing Building 317 Is A 7,500 Square Foot, Single-story Facility. The Building Renovation Will Require Removing Select Interior Walls; Replace All Exterior Doors And Hardware; Replace All Interior Finishes, Including Floors, Walls, And Ceiling Materials, Including Suspended Acoustic Ceiling Panels, Grid, And/or Gypsum Board; Upgrade Existing Electric Distribution System, Replace Existing Interior Light Fixtures, Upgrade Existing Mechanical And Hvac Systems, Upgrade Existing Telecommunications Systems, And Upgrade Existing Fire Protection/life Safety Systems And Renovation Of Restrooms. The Project Will Be Phased: Phase 1 Will Include The Creation Of The New Server Room, Electrical Room And Rerouting Of Comm Cabling; Phase 2 Will Include The Remainder Of The Building Renovation And The Construction Of The Addition After The Government Installs The Servers In The New Server Room At The End Of Phase 1. The Server Room, Existing And New, Must Remain Operational And Protected During The Entire Renovation And Construction Phase By The Contractor. Including The Required Supporting Services Such As Primary And Backup Power And Cooling government Personnel Will Require Periodic Access To This Area Throughout The Project Duration. This Server Area Will Have Sipr And Nipr Offices. Renovations For A New Server Room Location Within Building 317 Is Part Of This Project. The Government Is Responsible To Install The Servers In The Newly Renovated Area Once The Server Room Is Completed. Then, Contractor Access Will Be Allowed For The Existing Server Room To Be Renovated For Admin Space. building 206 Is A 7,520 Sf Facility That Will Temporary House Personnel Displaced During The Renovations. Once Beneficial Occupancy Is Obtained For Building 317, The Demolition Of Building 206 May Commence. the Contract Duration Is Estimated At 580 Calendar Days. The Estimated Cost Range Is Between $5,000,000 And $10,000,000. Naics Code Is 236220. All Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email By Monday, 24 March 2025, By 3:00 Pm Eastern Time. responses Should Include: identification And Verification Of The Company’s Small Business Status. contractor’s Unique Entity Identifier (uei). documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. description Of Experience: Provide Descriptions Of Up To Three (3) Projects Completed By You As The Prime Contractor Or If The Offeror Is A Small Business, They Can Provide Past Performance Of Affiliates In Accordance With Dfars 215.305(a)(2)(c). Submissions Of Past Performance From Affiliates Must Include Documentation Of The Affiliation To The Offeror. To Be Relevant The Projects Submitted Should Be Greater Than 90% Construction, Complete Or Completed Within The Last 5 Years And Are Similar To This Project In Scope And Size. A. Projects Similar In Scope To This Project Include:construction/renovation Of Communication Buildings Or Data Centers B. Projects Similar In Size To This Project Include:construction/renovation Projects Of Approximately 5,760 Sf Or Greater. C. Based On The Definitions Above, For Each Project Submitted Include: i. The Current Percentage Of Construction Is Complete And The Date When It Was Or Will Be Completed. ii. Scope Of The Project. iii. Size Of The Project. iv. Dollar Value Of The Construction Contract. v. Whether The Project Was Design-bid-build Or Design-build. vi. Identify The Number Of Subcontractors By Construction Trade Utilized For Each Project. vii. Documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. viii. The Portion And Percentage Of The Project That Was Self-performed. 5. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished. responses Shall Be Submitted To Laura Phillips-payne At Laura.phillips-payne@usace.army.mil No Later Than (nlt) Monday, 24 March 2025 @ 3pm Eastern Time. questions Can Be Emailed To Laura Phillips-payne At Laura.phillips-payne@usace.army.mil Nlt 19 March 2025. This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. please Begin The Registration Process Immediately In Order To Avoid A Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation, Or The Vendor Risks No Longer Being Active In Sam. vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Philippine International Convention Center Tender
Telecommunication Services
Philippines
Closing Date14 Apr 2025
Tender AmountPHP 495 K (USD 8.6 K)
Details: Description Request For Quotation Date: April 10, 2025 Rfq No. 2025-up-07 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Six (6) Month Subscription Of 300 Mbps Internet Bandwidth Speed, With An Approved Budget For Contract (abc) Of Four Hundred Ninety-five Thousand Pesos (₱495,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of April 14, 2025. A Copy Of The Following Are Required To Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Valid Tax Clearance; D. Philgeps Registration Number; E. Omnibus Sworn Statement; And F. Copy Of The Technical Specifications Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-up-07 Technical Specifications I. Project Title: Six (6) Month Subscription Of 300 Mbps Internet Bandwidth Speed Ii. Approved Budget For Contract (abc): Four Hundred Ninety-five Thousand Pesos (₱ 495,000.00), Vat Inclusive. Iii. Descriptions Of The Project: - Supply, Installation And Configuration Of Dedicated Internet Service Connection Via Fiber Optic Cable For Six (6) Month Leased Line From Isp Site To Picc Temporary Office Of Pacific Contrete Products, Inc. In Macapagal Pasay With At Least 99.5% Uptime Service Availability; - Installation (the Cost Of Which Shall Be Bundled With The Six Month Contract Service Fee) Including The Provision Of The Needed Cables/insulation And Other Related Materials Following Industry Standards; - Provide 12 Wifi Routers As A Requirement, Which Must Be Ready For Use. - The Purpose Of The Project Is To Ensure Our Business Is Always Connected Even When Our Primary Network Goes Down. Iv. Scope Of Works/services: The Winning Bidder Shall Provide An Internet Connection Service, Which Shall Comply With The Following Minimum Requirements: 1. Dedicated Direct Internet Connection Via Leased Line With The Following Minimum Specifications: 2. With Committed Information Rate (cir) Full Bandwidth For Both Upstream And Downstream Network Traffic Flow As Follows: (300mbps) 3. Last Mile Availability: (99.5%) (4 Hour's Allowable Down Time A Month) 4. Provide 24x7 Monitoring Facility Available Online That Would Show Historical And Real-time Performance Of The Internet Service I.e. Multi Router Traffic Grapher (mrtg) Or Similar Software For Monitoring Network Devices And Traffic, This Should Cover Up To The Last One (1) Year Historical Data 5. Package Inclusions: - 12 Units Wi-fi Routers 6. Back-up Router Configuration In Case Of Malfunction Or Breakdown Of The Main Router 7. The Configuration Must Be Done In Such A Way That There Will Be No Downtime In Case Of Main Router Breakdown. 8. Manage And Operate Local Internet Peering (i.e. Mix, Gix, Phix, Phopenix) 9. Must Have At Least 1gbps Peering With Phopenix 10. Provide Maintenance/implementation Services Which Includes: A) Maintenance Of All Isp-provided Hardware, Peripherals And/or Software To Ensure Proper Working Order; B) Replacement Of All Defective Hardware Peripherals And Materials Within The Contract Period; C) Advice On Downtime Occurrence Or If Internet Connection Is To Be Rerouted To A Backup Link; D) Advance Notification Of Not Less Than Seven (7) Days Before Scheduled Downtimes, Service Interruptions, Upgrades Or Preventive Maintenance, Subject For Approval Of; E) Monthly Access/usage Reports Or Utilization Graphs, Such As A Multi Router Traffic Grapher (mrtg) And/or Monitoring Of Link Quality And Bandwidth Utilization; F) Diagnostic Reports And Updates In Case Of Connection Failure. 11. Provide Customer Support To Ensure Resolution Of A Technical Problem Within The Prescribed Hours From Report Time; A) 24x7 On-call Support B) Provide Telephone Based (landline, Cellphone And Sms Or Email) Qualified Technical Support Available On A 24x7 Basis To Assist In Troubleshooting Issues Affecting The Internet Connection On The Provided Internet Service; C) Provide Qualified Technical Representative Within 24 Hours To Resolve Any Problem At No Additional Cost To, If The Problems Cannot Be Resolved Through Telephone Support Or Assistance; D) Auto-notification Thru Email Of Emergency Activities And Other Activities That May Or Will Affect The Internet Connection Or Service. V. Company Background: To Be Provided By A Duly Established Telecommunication Company (telco) With At Least Ten (10) Years In The Industry As Telco Services And Managing Internet Which Includes: A) Internet Security, Vpn, Firewall And Network Management (wifi) B) Fiber Optics Connectivity C) Dedicated Data Centers D) High Bandwidth Internet Access E) Network Design, Installation And Administration Services Vi. Schedule Of Requirement: - Effective From Implementation Effective Upon Receipt Of Notice To Proceed - Installation Service To Be Fully Completed Within Thirty (30) Calendar Days After Issuance Of The Notice To Proceed (ntp), Making The Internet Connection Ready To Use. Vii. Payment Schedule: Payment Shall Be On A Monthly Basis Subject To The Submission Of Billing Statement And Valid Tax Clearance. Viii. Warranty And Support: Six (6) Month Warranty And Support. Ix. General Conditions Of The Contract 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Potsdam Insitut F R Klimafolgenforschung E V Tender
Environmental Service
Germany
Closing Date24 Mar 2025
Tender AmountRefer Documents
Details: In compliance with the provisions of the Energy Efficiency Act (EneffG), and in particular §13 (1) and §12, the PIK must conduct a data analysis with the following scope for the introduction of an Enma system: analyze the results, derive necessary optimization measures, and then decide on/implement them. This should be commissioned to an external third party. The main tasks of the planned contract award include: Transfer of approximately 100 meters / approximately 1,000 meter readings (daily value of the last 3 years) per meter from the building management system into a database system Calculation of consumption for all meters Note: Grouping = creation of DB structures for mapping, entering data, and creating views with presentation of the grouping results Grouping of meters according to primary energy sources (gas, electricity, water) with the objective of providing an overall overview of energy consumed Recording of prices and CO2 conversion factors per primary medium to convert energy into costs and CO2 emissions Grouping of meters into approximately 20 energy-relevant "energy profiles" (as specified by the contracting authority) with the objective of recording all relevant consumers Grouping of energy profiles according to the following significant energy users (SEUs): - heating demand for buildings, - electricity consumption for mainframe computers, - electricity consumption for refrigeration, - electricity consumption for heat pumps, - UPS losses, - electricity consumption for IT technology, - electricity consumption Ulks IT Grouping of energy profiles into ENPIs (Energy Performance Indicators) -ENPI Heat Generation (Efficiency of Heat Generation) -ENPI Cooling Generation (Efficiency of Cooling Generation) -ENPI Cooling Generation for Mainframes (Efficiency of Cooling Generation for IT) -ENPI PUE (Power Usage Effectiveness) Data Center (Ratio of IT + Technology to IT) Creation of a comprehensible, dynamic calculation of the PUE Creation of a dashboard for primary energy demand -Bar chart for total energy per year differentiated by primary medium / time range: 3 years -Bar chart for total energy costs per year differentiated by primary medium / time range: 3 years -Bar chart for total energy CO2 emissions per year differentiated by primary medium / time range: 3 years Creation of a dashboard for the SEU in analogy to primary -Bar chart for SEU total energy per year differentiated by primary medium / time range: 3 years -Bar chart for SEU total energy costs per year differentiated by primary medium / time range: 3 years -Bar chart for SEU total energy CO2 emissions per year differentiated by primary medium / time period: 3 years Creation of a dashboard for the described Enpis Calculation of the Enpis for a selectable time interval and comparison with the Enpis value from a reference year in monthly resolution and as an overall comparison Visualization of the energy trends with Sankey diagram per year The data should be recorded on the basis of MS SQL (express) The dashboard should be created with Grafana Objective: The work serves to fulfill the reporting obligations according to Eneffg, the control of the Pue and other key figures in fulfillment of Section 11 Eneffg as well as long-term planning with regard to necessary optimization requirements. The data should also flow into the sustainability management of the Pik.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Closing Date15 Apr 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 541519 (exception), Information Technology Value Added Resellers With A Size Standard 150 Employees. The Department Of Veterans Affairs (va), Office Of Information And Technology (oi&t), Is Seeking To Identify Any Vendor Capable Of Providing Oracle Hardware/software Supportâ per The Product Description (pd)â below And Pd Attachment A. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Encouraged To Submit Information Relative To Their Capabilities To Fulfill This Requirement, In The Form Of A Statement That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy.
submission Instructions: Interested Parties Who Consider Themselves Qualified Are To Adhere To The Pd And Are Invited To Submit A Response To This Sources Sought Notice By 4:00pm Est, April 15, 2024. All Responses Under This Sources Sought Notice Must Be Emailed To Harold.nice@va.gov And Kimberly.geran@va.gov With Sources Sought # 36c10b25q0209 In The Subject Line. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format. attachment 1
sources Sought Worksheet
qualification Information:
company / Institute Name: _______________________________________________________
address: ______________________________________________________________________
phone Number: ________________________________________________________________
point Of Contact: _______________________________________________________________
e-mail Address: ________________________________________________________________
unique Entity Identifier (uei) #:â ___________________________________________________
cage Code: __________________________________________________________________
sam Registered: (y / N) ___________________________________________________
list The North American Industry Classification System (naics) Code(s) Are You Considered A Small Business (as Stated In The System For Award Management (sam) Database) _________________
other Available Contract Vehicles Applicable To This Sources Sought (gsa/fss/nasa Sewp/etc): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
socio-economic Status:
vip Verified Sdvosb: (y / N) vip Verified Vosb: (y / N)
8(a): (y / N)
hubzone: (y / N)
economically Disadvantaged Women-owned Small Business: (y / N)
women-owned Small Business: (y / N)
small Business: (y / N)
state The Percentage Of Savings/discount To Be Offered For Providing 1 Quote For A Consolidated Contract Listed In Pd Attachment A, As Opposed To 3 Separate Quotes For 3 Separate Renewals In Reference To The Following 3 Current Contracts:
36c10b23f0298
36c10b23f0032
36c10a21f0285 state Your Ability To Provide The Certification Iaw Vaar Clause 852.219-75. state Your Ability To Provide The Oem Authorization Letter Iaw Vaar 852.212-71 And The Additional Items Section Of The Pd.
note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered And Veteran Small Business Certification Https://veterans.certify.sba.gov/.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition.
capability Statement:
provide A Brief Capability And Interest In Providing The (requested Item) As Listed In Attachment 1 With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal, Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Items Outlined In The Pd. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. product Description (pd) Department Of Veterans Affairs
office Of Information & Technology
infrastructure Operations oracle Hardware/software Support Services date: April 2, 2025
va-25-00041873
pd Version Number: 1.1 contents
1.0 Product Requirements 7
1.1 Period Of Performance 8
2.0 Schedule 8
3.0 Notice Of The Federal Accessibility Law Affecting All Information And Communication Technology (ict) Procurementsâ (section 508) 12
4.0 Section 508 Information And Communication Technology (ict) Standards 13
5.0 Compatability With Assistive Technology 13
6.0 Acceptance And Acceptance Testing 13
7.0 Information Technology Using Energy-efficient Products 14
7.1 Epeat 14
7.2 Energy Star 14
7.3 Femp 14
8.0 Shipment Of Hardware Or Equipment 14
9.0 Special Shipping Instructions 15
10.0 General Requirements 15
10.1 Va Technical Reference Model 15
10.2 Social Security Number (ssn) Reduction 15
10.3 Internet Protocol Version 6 (ipv6) 16
10.4 Software And Licensing Requirements 16
position/task Risk Designation Level(s) N/a 16 1.0 Product Requirements
the Department Of Veterans Affairs (va), Office Of Information And Technology (oi&t), Information Technology (it) Operations And Services, Infrastructure Operations (io) Has A Requirement For Brand Name Oracle Hardware And Oracle Operating System (os) Software Maintenance And Technical Support Via Telephone, E-mail, Or Internet To Troubleshoot Malfunctioning Equipment/components Or Provide Replacement Equipment/components That Restore Full Operation And Accessibility To The Original Redundant Component Configuration. Initial Response To All Requests For Maintenance Shall Be Initiated Within One Hour Of The Initial Notification From Va. Additionally, Software Maintenance Shall Consist Of Firmware Upgrades, Updates To Include Major Releases, Point Releases, Service Releases And Security Releases Of Applicable Firmware On A Quarterly Basis, And/or Within 48 Hours In Cases Where A High-risk Vulnerability Fix Becomes Available. The Maintenance Is Required To Ensure The Hardware/software Remains Operational. support Coverage Will Be 24 Hours A Day, 7 Days A Week, 365 Days Per Year Including Federal Holidays, With A 4 Hour Response Time. Further, The Contractor Shall Repair Or Replace System S Equipment Components To Restore Full Operation And Accessibility To The Original Redundant Component Configuration As Identified Below In The Attachement A - Io Oracle Hardware And Software Asset List. The Contractor Shall Provide All Parts And Labor. Only Brand Name Oracle Certified Replacement Parts/components Shall Be Used To Restore The Va Local Area Network (lan) Equipment To Its Highly Redundant And Fully Operational State. In The Event That Oracle Certified Replacement Parts Are No Longer Commercially Available, The Contractor Shall Provide Compatible Substitute Parts That Meet Or Exceed Original Brand Name Specifications At No Additional Cost To The Government. All Problem Resolution Shall Be Performed On A Continuous Effort. Continuous Effort Means That Once Notified The Problem Exists, The Contractor Shall Give The Highest Priority To Resolution Of The Problem And Work Uninterrupted Until The Problem Is Resolved. Replacement Components May Be Shipped Via Carrier To The Va Site For Local It System Administrator Installation For Such Plug-and-play Failed Items Such As Hard Drives No Later Than Next Business Day, At The Discretion Of Va. Only Va System Administrators Are Allowed Control To Perform Keyboarding Tasks Under The Guidance Of The Contractor, If Necessary. Contractors Shall Not Be Granted Administrative Privileges, Control Or Access To Va Systems. all Support Performed Under Any Resulting Order Shall Provide Va With Defective Media Retention Of All Hard Disk Drives And Magnetic Media. Therefore, Va Shall Retain All Hard Drives And Recordable Media. Under No Circumstances Shall The Contractor Remove Hard Drives And Magnetic Tape Media From A Va Site. Other Defective Parts Become Property Of The Contractor. the Contractor Shall Provide Oracle Advance Customer Support (acs) Services. The Support Shall Include: access To Oracle Proprietary Information That Can Troubleshoot Interoperability Between Oracle Hardware, Oracle Solaris Os, And Other Oracle Software Products Such As Oracle Database, Weblogic, Etc.
access To Oracle Support To Provide Ticket Status, Escalation, And Assignment Of Additional Oracle Support Resources When Needed
priority Handling And Guided Assistance On Production Critical Service Requests By An Assigned Oracle Acs Technical Account Manager
preferred Access To Oracle Acs Technical Resources
installation Of Replacement Parts When Necessary By An Oracle Field Engineer
quarterly Reviews Of Support Activity And Review Of Oracle Best Practices
block Of 30 Days Of Acs Advanced Support Engineer (ase)/data Center Engineer (dce) Support Hours (to Be Used As Needed Throughout The Year)
fixed Scope Services
oracle Patch Review And Installation
oracle High Availability Review And Recommendations
oracle Production Diagnostics Review And Recommendations
oracle Performance Review And Recommendations
1.1 Period Of Performance
the Period Of Performance Shall Be A Base Period Of 12-months From The Date Of Award, Plus 2, 12-month Option Periods.
1.2 Schedule
specifically, The Contractor Shall Provide The Following: base Year
period Of Performance Shall Be For 12 Months After Receipt Of Order. clin
description
qty
unit 0001
control No: Hw0874.hwm Description: Oracle Premier Support For Systems
support Identifier: See Attachment A
for Pop 1
lt 0002
control No: Hw0876.hdr description: Oracle Customer Data And Device Retention
support Identifier: See Attachment A
for Pop
1
lt 0003
control No: Hw0342.swmhw0912.swm description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A
for Pop
1
lt 0004
control No: Hw0733.svc Description: Priority Support For Systems Service Acs
support Identifier: See Attachment A
for Pop
1
lt 0005
deliverable Support Information (proof Of Entitlement):
the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses.
the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov
nsp
1
nsp option Period One
this Option May Be Exercised In Accordance With Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). Work Shall Not Commence Until, And Unless, A Formal Modification Is Issued By The Contracting Officer. If Exercised, This Option Period Shall Commence Immediately After Expiration Of The Base Year. clin
description
qty
unit 1001
control No: Hw0874.hwm Description: Oracle Premier Support For Systems
support Identifier: See Attachment A
for Pop 1
lt 1002
control No: Hw0876.hdr description: Oracle Customer Data And Device Retention
support Identifier: See Attachment A
for Pop
1
lt 1003
control No: Hw0342.swm, Hw0912.swm
description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A
for Pop
1
lt 1004
control No: Hw0733.svc Description: Priority Support For Systems Service Acs
support Identifier: See Attachment A
for Pop
1
lt 1005
control No: Hw0912.swm Description: Software Update License & Support
support Identifier: See Attachment A
for Pop
1
lt 1005
deliverable Support Information (proof Of Entitlement):
the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses.
the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov
nsp
1
nsp option Period Two
this Option May Be Exercised In Accordance With Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). Work Shall Not Commence Until, And Unless, A Formal Modification Is Issued By The Contracting Officer. If Exercised, This Option Period Shall Commence Immediately After Expiration Of Option Period 1. clin
description
qty
unit 2001
control No: Hw0874.hwm Description: Oracle Premier Support For Systems
support Identifier: See Attachment A
for Pop 1
lt 2002
control No: Hw0876.hdr description: Oracle Customer Data And Device Retention
support Identifier: See Attachment A
for Pop
1
lt 2003
control No: Hw0342.swm, Hw0912.swm
description: Extended Support For Operating Systems (os) - Software Update License & Support Support Identifier: See Attachment A
for Pop
1
lt 2004
control No: Hw0733.svc Description: Priority Support For Systems Service Acs
support Identifier: See Attachment A
for Pop
1
lt 2005
deliverable Support Information (proof Of Entitlement):
the Contractor Shall Complete The Attachment 2, Deliverable Support Information Form For Maintenance Support. The Contractor Shall Fill In Blocks 15-32. Note For Multiple Clins: For Asset Specific Information That Applies To Multiple Clins, Provide An Attachment Correlating Any Asset Specific Information To Specific Clins. (for Example: Serial Numbers Or License Keys). The Contractor Shall Provide Oem Confirmation That All Software Support Or Licenses Have Been Purchased. The Contractor Shall Provide Service Call Instructions To Include All Information Required To Obtain Maintenance, Support Or Licenses.
the Form Shall Be Submitted Electronically To: Va Pm, Cor, Co And Aaclicense@va.gov
nsp
1
nsp 2.0 Notice Of The Federal Accessibility Law Affecting All Information And Communication Technology (ict) Procurementsâ (section 508)
on January 18, 2017, The Architectural And Transportation Barriers Compliance Board (access Board) Revised And Updated, In A Single Rulemaking, Standards For Electronic And Information Technology Developed, Procured, Maintained, Or Used By Federal Agencies Covered By Section 508 Of The Rehabilitation Act Of 1973, As Well As Our Guidelines For Telecommunications Equipment And Customer Premises Equipment Covered By Section 255 Of The Communications Act Of 1934. The Revisions And Updates To The Section 508-based Standards And Section 255-based Guidelines Are Intended To Ensure That Information And Communication Technology (ict) Covered By The Respective Statutes Is Accessible To And Usable By Individuals With Disabilities. 2.1 Section 508 Information And Communication Technology (ict) Standards
the Section 508 Standards Established By The Access Board Are Incorporated Into, And Made Part Of All Va Orders, Solicitations And Purchase Orders Developed To Procure Ict. These Standards Are Found In Their Entirety At: Https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A Printed Copy Of The Standards Will Be Supplied Upon Request.â federal Agencies Must Comply With The Updated Section 508 Standards Beginning On January 18, 2018. The Final Rule As Published In The Federal Register Is Available From The Access Board: Https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. the Contractor Shall Comply With 508 Chapter 2: Scoping Requirements For All Electronic Ict And Content Delivered Under This Contract. Specifically, As Appropriate For The Technology And Its Functionality, The Contractor Shall Comply With The Technical Standards Marked Here: E205 Electronic Content (accessibility Standard -wcag 2.0 Level A And Aa Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation And Services Requirements 2.2 Compatability With Assistive Technology
the Standards Do Not Require Installation Of Specific Accessibility-related Software Or Attachment Of An Assistive Technology Device. Section 508 Requires That Ict Be Compatible With Such Software And Devices So That Ict Can Be Accessible To And Usable By Individuals Using Assistive Technology, Including But Not Limited To Screen Readers, Screen Magnifiers, And Speech Recognition Software.
2.3 Acceptance And Acceptance Testing
deliverables Resulting From This Solicitation Will Be Accepted Based In Part On Satisfaction Of The Section 508 Chapter 2: Scoping Requirements Standards Identified Above. the Government Reserves The Right To Test For Section 508 Compliance Before Delivery. The Contractor Shall Be Able To Demonstrate Section 508 Compliance Upon Delivery.
3.0 Information Technology Using Energy-efficient Products
the Contractor Shall Comply With Sections 524 And Sections 525 Of The Energy Independence And Security Act Of 2007; Section 104 Of The Energy Policy Act Of 2005; Executive Order 13834, Efficient Federal Operations , Dated May 17, 2018; Executive Order 13221, Energy-efficient Standby Power Devices, Dated August 2, 2001; And The Federal Acquisition Regulation (far) To Provide Energy Starâ®, Federal Energy Management Program (femp) Designated, Low Standby Power, And Electronic Product Environmental Assessment Tool (epeat) Registered Products In Providing Information Technology Products And/or Services. 3.1 Epeat
epeat Product Compliance Is Not Required In This Acquisition.
3.2 Energy Star
energy Star Compliance Is Not Required In This Acquisition.
3.3 Femp
femp Or Femp Low Standby Power Product Compliance Is Not Required In This Acquisition.
4.0 Shipment Of Hardware Or Equipment inspection: Destination
acceptance: Destination
free On Board (fob): Destination ship To And Mark For: aitc hitc
name:
gregg Kestranek
name:
troy Wilson
address:
1615 Woodward St, Austin Tx 78741
address:
5000 5th Ave, Hines, Il 60141
voice:
512-608-3759
voice:
708-483-5072
email:
gregg.kestranek@va.gov
email:
troy.wilson1@va.gov 4.1 Special Shipping Instructions
prior To Shipping, Contractor Shall Notify Site Pocs, By Phone Followed By Email, Of All Incoming Deliveries Including Line-by-line Details For Review Of Requirements.â The Contractor Shall Not Make Any Changes To The Delivery Schedule At The Request Of Site Poc. contractors Shall Coordinate Deliveries With Site Pocs Before Shipment Of Hardware To Ensure Sites Have Adequate Storage Space. all Shipments, Either Single Or Multiple Container Deliveries, Shall Bear The Va Task Order Number On External Shipping Labels And Associated Manifests Or Packing Lists.â In The Case Of Multiple Container Deliveries, A Statement Readable Near The Va Task Order Number Shall Indicate Total Number Of Containers For The Complete Shipment (e.g. Package 1 Of 2 ), Clearly Readable On Manifests And External Shipping Labels. packing Slips/labels And Lists Shall Also Include The Following: va Task Order Number : ____________ (e.g., 36c (the Ifcap Po Number Is Located In Block #20 Of The Sf 1449))
project Description: (e.g. Oracle Hardware/software Maintenance Consoldation) total Number Of Containers:â Package ___ Of ___.â (e.g., Package 1 Of 3)
5.0 General Requirements
5.1 Va Technical Reference Model
the Contractor Shall Support The Va Enterprise Management Framework. In Association With The Framework, The Contractor Shall Comply With Oit Technical Reference Model (va Trm). The Va Trm Is One Component Within The Overall Enterprise Architecture (ea) That Establishes A Common Vocabulary And Structure For Describing The Information Technology Used To Develop, Operate, And Maintain Enterprise Applications. Moreover, The Va Trm, Which Includes The Standards Profile And Product List, Serves As A Technology Roadmap And Tool For Supporting Oit. Architecture & Engineering Services (aes) Has Overall Responsibility For The Va Trm.
5.2 Social Security Number (ssn) Reduction the Contractor Solution Shall Support The Social Security Number (ssn) Fraud Prevention Act (fpa) Of 2017 Which Prohibits The Inclusion Of Ssns On Any Document Sent By Mail. The Contractor Support Shall Also Be Performed In Accordance With Section 240 Of The Consolidated Appropriations Act (caa) 2018, Enacted March 23, 2018, Which Mandates Va To Discontinue Using Ssns To Identify Individuals In All Va Information Systems As The Primary Identifier. The Contractor Shall Ensure That Any New It Solution Discontinues The Use Of Ssn As The Primary Identifier To Replace The Ssn With The Integrated Control Number (icn) In All Va Information Systems For All Individuals. The Contractor Shall Ensure That All Contractor Delivered Applications And Systems Integrate With The Va Master Person Index (mpi) For Identity Traits To Include The Use Of The Icn As The Primary Identifier. The Contractor Solution May Only Use A Social Security Number To Identify An Individual In An Information System If And Only If The Use Of Such Number Is Required To Obtain Information Va Requires From An Information System That Is Not Under The Jurisdiction Of Va.
5.3 Internet Protocol Version 6 (ipv6)
the Contractor Solution Shall Support Internet Protocol Version 6 (ipv6) Based Upon The Memo Issued By The Office Of Management And Budget (omb) On November 19, 2020 (https://www.whitehouse.gov/wp-content/uploads/2020/11/m-21-07.pdf). Ipv6 Technology, In Accordance With The Usgv6 Program (https://www.nist.gov/programs-projects/usgv6-program/usgv6-revision-1), Nist Special Publication (sp) 500-267b Revision 1 Usgv6 Profile (https://doi.org/10.6028/nist.sp.500-267br1), And Nist Sp 800-119 Guidelines For The Secure Deployment Of Ipv6 (https://doi.org/10.6028/nist.sp.800-119), Compliance Shall Be Included In All It Infrastructures, Application Designs, Application Development, Operational Systems And Sub-systems, And Their Integration. In Addition To The Above Requirements, All Devices Shall Support Native Ipv6 And Dual Stack (ipv6 / Ipv4) Connectivity Without Additional Memory Or Other Resources Being Provided By The Government, So That They Can Function In A Mixed Environment. All Public/external Facing Servers And Services (e.g. Web, Email, Dns, Isp Services, Etc.) Shall Support Native Ipv6 And Dual Stack (ipv6 / Ipv4) Users And All Internal Infrastructure And Applications Shall Communicate Using Native Ipv6 And Dual Stack (ipv6 / Ipv4) Operations.
5.4 Software And Licensing Requirements
the Contractor Shall Be Responsible For The Provision Of All Software Licenses And Any Associated Licensing Maintenance Required For Any Development, Delivery, Integration, Operation, And/or Maintenance Associated With Its Proposed Application(s), Software Products, Software Solution, And/or System Including, But Not Limited To, Any And All Application(s), Software And/or Software Products That Comprise, Are A Part Of, Or Integrate With The Contractor S Proposed Application(s), Software Products, Software Solution, And/or System For The Life Of Any Resulting Contract.
5.5 Position/task Risk Designation Level(s) N/a points Of Contact: va Program Manager:
name: Andrew Creamer
voice: 727-260-2724
email: Andrew.creamer@va.gov contracting Officer S Representative:
name: Joel Arellano voice: 512-326-6684 email: Joel.arellano@va.gov contracting Officer:
name: Kim Geran
voice: 848-377-5228 email: Kimberly.geran@va.gov contract Specialist:
name: Harold Nice voice: 848-377-5265 email: Harlod.nice@va.gov
additional Items
special Instructions/remarks response Instructions: Offerors Shall State Their Ability To Provide An Authorization Letter Or Other Means Of Verification From The Original Equipment Manufacturer (oem) Confirming It Is An Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system In Accordance With Va Acquisition Regulation (vaar) 852.212-72 And 852.212-73. Additionally, At The Time Of Solicitation Announced At A Later Date, The Offeror S Shall Explicitly Self-certify That It Will Not Provide Gray Market Goods And/or Counterfeit Items, As Defined By Va Acquisition Regulation (vaar) 852.212-72 And 852.212-73, And That It Has The Level Of Certification/specialization, As Required By The Oem(s). At The Time Quote Submission To The Solicitation Announced At A Later Date, Failure To Include The Requisite Oem Letter(s)/documentation And Offeror Self-certification May Render The Offeror S Quote Unacceptable And Thus, Ineligible For Award.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date5 May 2025
Tender AmountRefer Documents
Details: The Rfq Number For This Announcement Is N0018925qz098. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And The Most Recent Dfars Publication Notice Made Effective 17 January 2025. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.acquisition.gov/far/. The Naics Code Is 513210 And The Small Business Standard Is 47 Million Dollars. The Proposed Simplified Acquisition Is Being Solicited On A Sole Source Basis With Tactical Communications Group, Llc (tcg), 2 Highwood Drive, Building 2 Suite 200, Tewksbury Massachusetts, 01876. the Navsup Flc Norfolk Contracting Dept, Pentagon Directorate Is Issuing This Combined Synopsis/solicitation To Renew The Product Support Plan (software Maintenance As A Product) Required To Ensure That The Six (6) Battlefield Operations Support System (boss) Permanent Licenses Previously Purchased Under Contract N0018924pz376 Remain Fully Operational In Support Of U.s. Joint Staff (js) J7/joint Education And Doctrine Directorate Joint Interoperability & Data Link Training Center (jid-tc). The Resultant Purchase Order For This Procurement Will Include Commercial-off-the-shelf (cots) Supplies And Services For Which The Government Intends To Solicit And Negotiate With Only Tcg. The Government Will Not Pay For Information Submitted In The Response To This Notice. The Required Cots Supplies For Product Support Plan Will Have A One-year Coverage Period Encompassing 01 July 2025 Through 30 June 2026. It Is Intended To Award A Sole Source Firm-fixed Price Purchase Order. the Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotations. However, All Quotations Received Within Five Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Purchase Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Found At Far 13.5, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Separate Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. The Closing Date And Time For Receipt Of The Quoter’s Quotation In Response To The Sole Source Combined Synopsis/solicitation Is 05 May 2025 At 12:00 Pm Est. The Quotation Shall Be Submitted Electronically Via Email To Megan.d.johnson21.civ@us.navy.mil. the Software Specifications Are Listed Below. Furthermore, It Is Intended To Award A Single Purchase Order As A Result Of This Combined Synopsis/solicitation With The Following Clin Structure: clin 0001: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For Six (6) Each, Battlefield Operations Support System (boss) Permanent Licenses For The Joint Staff J7 Joint Interoperability And Data Link Training Center (jid-tc). Coverage Period Encompasses 01 July 2025 Through 30 June 2026. shipping/billing: joint Interoperability & Data Link Training Center (jid-tc)
2449 Surveyor Street, Bldg. 718
fort Liberty, Nc 28308
billing: Attention: Debra Collins
shipping: Attention: Christopher Nichols the Clause At 52.212-4 Contract Terms And Conditions-- Commercial Products And Commercial Services (nov 2023) Applies To This Acquisition Along With The Following Addenda To This Clause: clauses Incorporated By Reference: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.204-7 System For Award Management (nov 2024) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.247-34 F.o.b. Destination (jan 1991) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022_ 252.203-7003 Agency Office Of The Inspector General (aug 2019) 252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.225-7048 Export-controlled Items (jun 2013) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7010 Levies On Contract Payments (dec 2006) 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (jan 2023) 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) 252.247-7023 Transportation Of Supplies By Sea (oct 2024) clauses Incorporated By Full Text: 252.232-7006 Wide Area Workflow Payment Instructions 52.252-2 Clauses Incorporated By Reference (feb 1998) 252.211-7003 Item Unique Identification And Valuation (jan 2023) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (deviation 2025-o0003/ Deviation 2025-o0004) (mar 2025) Applies To This Acquisition And The Following Additional Far Clauses Cited Within This Clause Are Also Applicable To This Acquisition: Far 52.204-10, Far 52.209-6, Far 52.219-28, Far 52.222-3, Far 52.222-19, Far 52.222-36, Far 52.222-50, Far 52.225-13, Far 52.232-33, Far 52.222-55. 52.212-3 Offeror Representations And Certifications-- Commercial Products And Commercial Services (may 2024), With Its Offer. Additionally, The Quoter Is Advised To Provide A Completed Copy Of The Following Additional Certifications And Representations. 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-26 Covered Telecommunications Equipment Or Services—representation (oct 2020) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) 252.204-7016 Covered Defense Telecommunications Equipment Or Services – Representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation (may 2021) 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation (jun 2023) 52.212-1 Instructions To Offerors--commercial Products And Commercial Services (sep 2023) 52.212-2 Evaluation--commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation On A Sole Source Basis To Tactical Communications Group (tgc), Llc (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are History Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date8 May 2025
Tender AmountRefer Documents
Details: The United States Department Of Commerce (doc), National Oceanic And Atmospheric Administration (noaa) Intends To Solicit, Negotiate And Award On A Sole Source Basis A Purchase Order With Rm Young Company For The Procurement Of Fifty (50) Rm Young Anemometers For The National Weather Service (nws), National Data Buoy Center (ndbc) At Stennis Space Center, Ms. the Government Intends To Utilize The Authority Under The Federal Acquisition Regulation (far) 13.106-1(b)(1), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Unless, As A Result Of This Announcement, Acceptable Responses To This Notice Are Received And A Determination Is Made By The Government To Issue A Competitive Solicitation. The Government Intends To Award A Purchase Order To Rm Young Company For The Procurement Of Proprietary Anemometers For The Nws, Ndbc Division Based On Their Compatibility In Form, Fit And Function With Already Existing Systems. sole Source Justification the Scoop And The Coastal Land-based Weather Stations (cman) Were Designed Around The Selection Of The R.m. Young Propeller Anemometers. The Anemometers Must Mount On A Standard One-inch Pipe. The Scoop And Cman Data Acquisition Systems Have Firmware Algorithms And Constants To Convert The Propeller Anemometer Outputs To Wind Speed And Wind Direction. The Wind Direction Is Transmitted By A 10k Ohm Precision Conductive Potentiometer. With A Constant Voltage Applied To The Potentiometer, The Output Signal Is An Analog Voltage Directly Proportional To Wind Direction Angle. The Rm Young Propeller Wind Monitors Technology Uses Magnetic Induction For Measuring Wind Speed Which Requires No Energy Input. The Magnetic Induction On The Model 05108 Wind Monitors Produce A Wind Speed Signal In The Form Of And Ac Sine Wave Signal That Reflects An Output Of 0.166 M/s Per Hz Signal. Further, No Power Is Required To Be Provided To The Wind Monitor To Obtain The Wind Speed. Essentially You Get The Wind Speed For Free With Respect To Power Requirements. Further, The Directional Portion Of The Sensor Only Requires 0.6mw Of Power. That Is 100 Times Less Power Requirement Than An Ultrasonic Anemometer. This Low Power Wind Measurement Is Imperative In A Battery-operated Remote Buoy Station. The 05108 Anemometer Has Ceramic Bearings That Increase Its Reliability Where The Sensor May Be Deployed For More Than A Year At A Time. The Propeller Anemometer Also Provides For The Measurement Of Wind Gusts Over 100 M/s Where No Ultrasonic Anemometer Technology Can Currently Measure In That Range. The Ndbc Helped Develop The R.m. Young Propeller Anemometer Which Is Now Considered The Industry Standard. Further, The R.m. Young Company Is Willing To Work With All Customers In Developing Cables, Connectors, And Mounts That Meet Their Needs. No Other Propeller Anemometer Available Matches The Reliability Of The R.m. Young Propeller Anemometer. Hence, Replacement Wind Sensors Must Meet These Same Requirements. manufacturers That Propose A Solution Using Other Than Rm Young Anemometers Must Furnish Detailed Specifications And Descriptions To Demonstrate Their Capability To Provide The Required Supplies That Satisfy The Government’s Needs. To Be Considered, Interested Parties Must Be Able To Demonstrate Their Ability To Provide Comparable Anemometers That Meets The Specific Characteristics Outlined Above. Capability Information Shall Include, At Minimum, Name, Telephone Number, Address Of Customers
for Which You Have Previously Furnished The Required Supplies, And A Detailed Narrative That Describes Your Ability To Provide The Required Supplies As Specified. The Government Will Give Price Preference To Us Made Products. Interested Parties Must Respond Via Email To Nikki.radford@noaa.gov Prior To The Closing Of This Notice. the Naics Code For This Requirement Is 334519. The Government Intends To Solicit And Negotiate With The Only Known Source (rm Young Company) That Can Provide The Required Anemometers. This Is Not A Request For Quotes Or Proposals And There Is No Solicitation Available At This Time. The Government Reserves The Right To Solicit Quotes Based On The Receipt Of Affirmative Responses To This Posting Without Further Notice. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Open Competition To Businesses Other Than Rm Young Company. all Contractors Doing Business With This Contracting Office (eastern Acquisition Division – Kansas City) Must Be Registered With A Valid Unique Entity Identification (uei) Number With The System For Award Management (sam) Website. Vendors Can Register With Sam At The Following Website Https://www.sam.gov.
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
1201-1210 of 1232 archived Tenders