Data Center Tenders

DEPT OF THE AIR FORCE USA Tender

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

DEPT OF THE ARMY USA Tender

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

DEPT OF THE NAVY USA Tender

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

DEPT OF THE ARMY USA Tender

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

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

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

City Of General Santos , South Cotabato Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Request For Information description department Of Veterans Affairs request For Information (rfi) production Web Application Protection this Is A Request For Information (rfi) Only. Do Not Submit A Quote. This Rfi Is For Planning Purposes Only And Shall Not Be Considered A Request For Quotation. 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 Quotes Or The Authority To Enter Into Negotiations To Award A Task Order. No Funds Have Been Authorized, Appropriated Or Received For This Effort. The Information Provided May Be Used By The Department Of Veterans Affairs (va) In Developing Its Acquisition Strategy. 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. the Government Requests Industry To Review And Provide Commentary On The Governments Requirement Detailed Below. The Government Intends To Review Rfi Responses To Exchange Information And Improve Industry S Understanding Of The Government Requirement And The Government S Understanding Of Industry Capabilities. This Will Allow Potentialâ offerorsâ to Judge Whether Or How They Can Satisfy The Government S Requirements And Enhance The Government S Ability To Obtain Qualityâ suppliesâ and Services. submittal Information: all Responsible Sources May Submit A Response In Accordance With The Below Information. As Part Of Your Market Research Response, Please Provide A 10-page Submission Detailing Similar Work Experience To That Of The Governments Requirement Detailed Below. interested Vendors Shall Provide Constructive Comments And/or Feedback Regarding The Following Elements Of The Proposed Procurement: proposed Contract Type: Firm Fixed Price schedule: Base Year Plus Four (4) Option Years industry To Propose A Contract Line-item Numberâ (clin)/price Structure And Deliverables; industry To Propose The Team Level Of Effort And Labor Categories feasibility Of The Requirement, Including Performance Requirements any Other Industry Concerns, Comments, Or Questions interested Vendors Shall Provide The Following Information In The Initial Paragraph Of The Submission: name Of Company address point Of Contact phone Number email Address company Business Size And Status Under The Following North American Industry Classification System (naics) Code: 541519 Other Computer Related Services With A Size Standard Of $34 Million. existing Contractual Vehicles (gwac, Fss, Mac, Sewp) To Include The Contract And Schedule Numbers. socioeconomic Data (for Veteran-owned Small Business (vosb) And Service-disabled Veteran-owned Small Business (sdvosb)s, Proof Of Verification In Small Business Administration (sba) Veteran Small Business Certification (vetcert)) indicate Whether You Can Comply With The Limitations On Subcontracting At Va Acquisition Regulation (vaar) 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses Or Vaar 852.219-74 Va Notice Of Total Set-aside For Certified Veteran-owned Small Businesses system For Award Management Unique Identity Identification Number while Not Required, Artifacts Supporting Your Submission May Be Submitted To Better Demonstrate The Above. The Artifacts Can Be In Addition To The Page Limit. there Are No Specific Submission Requirements Other Than The Page Limit, But The Government Requests That It Not Be Inundated With Marketing Materials Or Peripheral Content, And That The Submission Be Readable. contractor Response: all Contractor Questions Are Required To Be Submitted Via Email No Later Than 12:00 Pm Et, February 28, 2025 To Michael Berberich, Contract Specialist At Michael.berberich@va.gov And Contracting Officer David Long At David.long4@va.gov. Once All Of The Questions Have Been Received, The Government Will Provide A Response And Extend The Rfi An Additional Four Business Days To Allow Industry Time To Provide Their Formal Response. government Requirement: va Requires A Comprehensive Application Security Solution To Protect Applications From Exploitation By Threat Actors, Unauthorized System Access, Data Breaches, And Service Disruptions. The Solution Address Vulnerabilities As Defined By Open Worldwide Application Security Project (owasp) That May Not Be Caught During Static Scanning In Software Development. key Challenges This Solution Address Include: protection Against Known Owasp Vulnerabilities. defense Against Zero-day Attacks Through Runtime Protection. support For Both Modern And Legacy Applications Across Diverse Operating Systems. integration With Existing Va Security Infrastructure Including Palo Alto Next Generation Firewalls (ngfw). enterprise Scalability While Starting With Initial Deployment Of 100 Systems. minimal Performance Impact On Protected Applications. comprehensive Logging And Security Analytics Capabilities. the Vendor Shall Provide Details On The Solution Including: hardware And Software Required. hardware, Software And/or Cloud Requirements. installation Requirements. licensing (including Type Of Licensing, I.e., Annual, Perpetual, Etc.) And Maintenance Requirements. what Is Included With Licensing And Maintenance. description Of Warranty. adapter Requirements. description Of Training For Government Full-time Equivalents (ftes) Employees. operation/customization Capabilities Of The Solution virtual Lab Usage And Materials description Of Professional Services Provided. any Features Not Specifically Mentioned, But Which May Be Required And Necessary For The Completeness And Efficient Performance Of The Proposed Solution As An Operating Entity. appendix A-detailed Operating And Capability List (see Below), Includes A Full List Of Requirements That The Vendor Is Requested To Provide A Response To. For Each Line A Response Shall Be Provided About Whether The Solution Can Fully Meet The Requirement Or Not As Shown With The Check Boxes. parameters Include: the Solution Shall Provide Both Web Application Firewall (waf) And Runtime Applications Self-protection (rasp) Capabilities, Either As An Integrated Platform Or As Compatible, Interoperable Components With The Existing Next Generation Firewalls (ngfw). the Solution Shall Be Scalable To Protect At Least 1,000 Web Applications Across The Va's Infrastructure, With The Capability To Expand To 1,500 Applications Within Two Years. the Solution Shall Support Both On-premises And Cloud-based Deployments, Including Hybrid Environments, Aligning With The Va's Cloud Migration Strategy. the Solution Shall Offer Centralized Management And Monitoring Capabilities For All Protected Applications, Providing A Single Pane Of Glass View For Security Operations. the Solution Shall Be A Comprehensive, Vendor-managed System That Includes Ongoing Support, Maintenance, Updates, Performance Monitoring, And Reporting. The Reporting Must Feature Metrics And Benchmarks To Demonstrate The Effectiveness Of The Solution. the Solution Shall Interface And Provide Integrations To Va Security Information And Event Management (siem) , Continuous Monitoring (conmon), And Incident Response Platforms (e.g. Splunk, Servicenow) the Solution Must Comply With Relevant Government Security Standards, Including Federal Information Security Management Act Of 2002â (fisma), Federal Risk And Authorization Management Program (fedramp), Federal Information Security Management Act Of 2002â (fisma), And Federal Information Processing Standard Publication 140-2, (fips Pub 140-2), While Maintaining Compliance With Evolving Regulations And Emerging Federal Standards Such As The Latest National Institute Of Standards And Technologyâ (nist) Updates. additional Questions To Be Answered By Industry In The Rfi Response: licensing - What Is Included As Part Of The Licensing Model? (i.e., Perpetual, Concurrent, Subscription-based, Proprietary, Network, Other)? Is Support Included As A Part Of Licensing? Does The License Have The Flexibility To Increase Licenses To Your Current Configurations Over Time? Do The Licenses Need To Be Installed Or Can Va Install? please Describe What Is Included In Ongoing Support, Maintenance, Updates, And Performance Monitoring. what Metrics And Benchmarks Do You Provide That Measure And Proves The Effectiveness Of The Solution In Protecting Application? maintenance - Will The Maintenance Renewal Be Annual, Or Can You Provide A Quote To Estimate For 4 (four) Years Of Maintenance? What Does The Maintenance Renewal Cover (updates, Patches, Support, Etc.)? training - What Type Of Software Training Is Offered (i.e., User Training, Technical Training/knowledge Transfer, Etc.)? How Many Days Does Software Training Consist Of? Is The Training On-site, Remote, Or Virtual? What Is The Cost Of Training? please Provide A Pricing Estimate For An Enterprise License To Include A Proof Of Concept Funding Scenario For 6 Months, Annual Maintenance Costs Or Annual Licensing Costs, Any Additional Support Costs, Any Additional Service Costs, Training Costs, And Any Costs Not Otherwise Specified Or Identified. how Is The Effectiveness Of The Proposed Solution Measured? appendix A detailed Operating And Capability List the Contractor Shall Provide A Response To Each Line In The List. Responses Requested For Each Line Are Fully Capable Or Not Capable. item # requirement fully Compliant not Compliant 1 runtime Threat Detection And Prevention provide Real-time Threat Detection And Prevention At The Application Runtime, With A Response Time Of Less Than 10 Milliseconds. protect Against Zero-day Vulnerabilities And Novel Attack Vectors, With The Demonstrated Ability To Prevent Previously Unknown Attacks. 2 application Compatibility And Performance Impact support Major Programming Languages And Frameworks Used By The Va, Including But Not Limited To Java, .net, Python, Node.js be Fully Compatible With Both Legacy And Modern Va Applications, Enabling Protection Without Requiring Extensive Modifications To Existing Systems. Maintain Less Than 5% Overhead In Application Response Times, Even Under High-load Transaction Scenarios, To Ensure Negligible Impact On End-user Experience And Application Functionality. 3 traffic Inspection And Filtering (waf/ngfw) inspect And Filter All Incoming Hypertext Transfer Protocol (http)/hypertext Transfer Protocol Secure (https) Traffic, With The Capacity To Process At Least 100,000 Requests Per Second During Peak Usage Without Compromising Performance. support Both Positive Security Models (allowlisting) And Negative Security Models (blocklisting), With The Flexibility To Switch Or Combine Models Based On Application-specific Requirements. provide Robust Protection Against The Owasp Top 10 Vulnerabilities, With Regular Signature And Behavior-based Updates To Address Emerging Threats And Attack Techniques. achieve A 50% Reduction In Successful Web Application Attacks Within The First Year Of Full Implementation, As Verified Through Periodic Security Incident Reports And Analytics. 4 protocol Validation And Bot Mitigation must Validate Http/https Protocols To Prevent Protocol-based Attacks, Including Http Desync Attacks. offer Transport Layer Security (tls)/secure Sockets Layer (ssl) Termination And Inspection Capabilities, Supporting Tls 1.2 And 1.3. include Advanced Bot Detection And Mitigation Capabilities Using Artificial General Intelligence (ai) And Machine Learning, With A False Positive Rate Of Less Than 0.1%. To 1% 5 distributed Denial-of-service (ddos) Protection And Performance provide Protection Against Application Layer (layer 7) Ddos Attacks, Capable Of Mitigating Attacks Of Up To 10 Gbps. offer Integration With Network-layer Ddos Protection Solutions Already In Use By The Va, Including The Ngfw. 6 cross-system Integration integrate With Existing Va Security Information And Event Management (siem) Systems, Including [specific Siem Solution Used By Va], With Bi-directional Data Flow From Ngfw, Waf, And Rasp. provide Apis For Custom Integrations With Other Va Security Tools, Including [list Of Specific Tools Used By Va], With Comprehensive Documentation And Support. 7 identity And Access Management integrate With The Va's Identity And Access Management Systems, Including Okta And Active Directory, Ensuring Role-based Access Control Across Ngfw, Waf, And Rasp. offer Unified Threat Intelligence Across All Components, With The Ability To Share Threat Data Across The Entire Va Network. 8 compatibility And Configuration integrate Seamlessly With The Va S Existing Palo Alto Ngfw Solution, Ensuring No Disruption To Existing Configurations. the Solution Synchronize Security Policies Across Ngfw, Waf, And Rasp To Prevent Conflicts And Ensure A Unified Approach To Traffic Inspection And Filtering. the Ngfw Must Retain Its Role In Network-layer Protection While Delegating Application-layer Protection To Waf And Runtime Threat Prevention To Rasp. 9 data Flow And Protocols the Integration Support Bi-directional Data Flow Between Ngfw, Waf, And Rasp, Allowing Threat Intelligence And Logs To Be Shared Across Systems. the Solution Support Standard Communication Protocols Such As Http, Https, Tls 1.2/1.3, And Integration With Siem Systems Already Used By The Va. 10 performance And Monitoring the Integrated Solution Maintain Optimal Performance With Minimal Impact On Network Latency, Ensuring That Traffic Inspection Remains Efficient Across All Three Systems. monitoring Occur Through A Centralized Dashboard That Aggregates Logs And Performance Metrics From Ngfw, Waf, And Rasp. 11 centralized Monitoring And Reporting provide A Unified Dashboard For Monitoring Ngfw, Waf, And Rasp Security Events, With Real-time Updates And Customizable Alerts. offer Customizable Views For Different Stakeholders (e.g., Security Teams, Application Owners, Executives), With Role-based Access Control. provide Detailed Logging Of Security Events From Ngfw, Waf, And Rasp, With Log Retention For At Least One Year To Support Forensic Analysis. 12 performance Scalability maintain High Availability And Fault Tolerance Across All Systems, With 99.99% Uptime Guaranteed. support Active-active Configurations For High Traffic Volumes, Capable Of Load Balancing Across Multiple Data Centers. 13 unified Deployment And Management support Various Deployment Options (e.g., Agent-based, Container-based For Rasp; Appliance-based, Cloud-based For Waf), Compatible With Va's Existing Infrastructure. provide Centralized Policy Management, Allowing For Consistent Policy Enforcement Across All Va Facilities. support Policy Version Control And Rollback Capabilities Across All Systems, With The Ability To Track Changes And Revert To Previous Configurations If Needed. 14 compliance aid In Meeting And Demonstrating Compliance With Fisma, Hipaa, And Fedramp Requirements, Providing Necessary Documentation And Audit Support. provide Data Masking Capabilities To Protect Sensitive Veteran Information, Including Social Security Numbers, Health Records, And Personal Identifiers. 15 security support Encryption Of Data In Transit And At Rest, Using Fips 140-2 Validated Cryptographic Modules Across All Integrated Systems. provide Audit Trails For All Administrative Actions And Policy Changes, With Tamper-evident Logging For Ngfw, Waf, And Rasp. provide A Fedramp Authorization If Cloud Deployed, And Support For An Authority To Operate (ato) In The Va Risk Management Framework (rmf). 16 interfaces provide Integrations To Va S Siem, Conmon, And Incident Response Platforms.

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date28 May 2025
Tender AmountRefer Documents 
Details: Please Read Attached Document. frequently Asked Questions (faq) From Request For Information (rfi) q: Is There An Incumbent Tied To This Requirement? a: There Is No Incumbent. This Is A New Acquisition. q: Is This An Evolution Of The 2020 Integrated Military Satellite System Rfi? a: Yes. q: Would The Partner Nation (pn) Consider Government-owned, Contractor Operated (goco) Or Contractor-owned, Contractor-operated (coco) Options? a: What You See In The Rfi Represents The Extent Of What We Know About The Pn Requirements. From The Limited Discussions We’ve Had With Pn It Is Clear They Are Very Interested In Sovereign Control/ownership Of Whatever Architecture Results Here. There Are Certainly Goco Paths To That Depending On The Architecture. Coco Seems Less Suited To That Sovereign Control Desire. q: Does The Coverage Need To Be Restricted To The Region Of Interest (roi) Only? For Example, Is Overlap With Other Regions A Concern? a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. q: Can You Confirm That Submissions Are To Be Written To A United States Government (usg) Entity Vs. The Partner Nation (pn), And That Usg Is Responsible For Any Export Control/ International Traffic In Arms Regulation (itar) Filtering? a: This Is A Potential Foreign Military Sales (fms) Case. The License Export Is The Fms Case. q: Is Nudet And Hardening (hemp) A Desire For The Pn? a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. If It Is Not Stated, Then It Is Not Requested At This Time. q: Is There An Acquisition Timeline That Can Be Shared With Industry? a: As With Any Fms Case, After Market Research Usg Plans To Submit A Letter Of Offer And Acceptance (loa) And Upon Pn Acceptance Will Release A Solicitation, All Of Which May Take A Year Or More. q: Is There An Indication Of The Pn’s Priorities Between Technical Capability, Cost, And Schedule? a: At This Time, There Is No Indication Of Priorities Among Technical Capability, Cost, And Schedule. The Top Priority Is Adhering To The Requirements As They Are Stated In The Rfi. q: Rfi Section 6.4.13 & 6.4.15 Are Duplicated Statements. a: Noted. q: Rfi Section 6.7 Asks For Two Fixed And One Mobile User Terminal. Is This Request Distinct From Rfi Section 6.3? a: Yes. Q: Also, Does The "transportable Terminal" Imply A Full Relocatable Ground System, Or Just The Ability To Receive/transmit To Space Vehicles (svs) From Satellite Operation Centers (satocs)? A: We Have Provided All Of The Information Currently Available. If Assumptions Are Made, Please State Them In Your Response. q: Rfi Section 6.1.4 Implies A Conops That Prescribes The Mission Payload To Be A Staring Sensor. Is Usg Opposed To Alternative Solutions Such As A Scanner If It Satisfies Sensitivity, Line Of Sight, Revisit Requirements, And Other Key Performance Indicators? a: So Long The Sensor Adheres To The Requirements As They Are Stated In The Rfi., This Would Be Acceptable. q: Are There Any Implied Expectations To Satisfy Technical Intelligence Or Battlespace Characterization Missions? a: It Is Important To Adhere To The Requirements As They Are Stated In The Rfi. If Any Additional Features/capabilities Are Recommended Please Ensure That An Associated Cost Is Also Included. q: Rfi Section 6.1.5 Implies High Fidelity Sensing And A Sufficient Track Quality Messaging As Defined In Milstd 6016 (link 16). Is Expectation That This Sensor Will Satisfy A Kill Chain For Cued Engagement Absent Of Any Other Sensor Input (tpy2, Other Sensors Etc.). Or Is Cueing Referring To The Action To Cue Other Sensors To Achieve Fire Control? a: The Pn Has Other Ground-based Capabilities, Like Interceptors And Fire Radars, Which Will Be Queued By The Bmew Capability In The Requirements. q: Sipr / Nipr Email Address Not Provided For Classified Portion Of Rfi Response, Please Provide. a: For Classified Responses, Please Email At Zayd.j.al-marayati.civ@mail.smil.mil. For Unclassified Responses, Please Email At Ssc.iaf.marketresearch@spaceforce.mil. q: The Requirements For Ground Facilities (remote Tracking Stations (rts), Satellite Operation Centers (satoc), Mission Data Processing Centers (mdc), Presentation Center) All State That A System Design Is Required. Is The Contractor/system Integrator Responsible For All These Ground Facilities Design And Buildup? Or Is There A Desire For The Contractor/system Integrator To Oversee The Construction Of These Facilities If The Facility Is Customer Furnished? a: Contractor/si Is Responsible For Ground Facilities Design And Build Up. q: Are There Specific Frequencies, Parameters Pn Has In Mind For Compatibility? Does The Pn Have Specific Standards In Mind? Can Those Be Provided? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Who Is Responsible For The Cloud-based Services, Is It Customer Furnished? Is This Proprietary Cloud Or Commercial Cloud? What Is The Interface? a: The Lor Did Not Specify Who Would Be Responsible, Merely That The Data Should Be Compatible With Cloud-based Services. Pn Does Not Want A Proprietary Data Format That Cannot Be Uploaded To Common Cloud Services. q: Section 6.16 Talks About "the Network", "the Network Provider", Etc. Who Is Responsible For Acquiring "the Network Services", Is It Customer Furnished? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Should Contractor Assume That Pn Will Provide The "networking Services"? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Should Contractor Assume The Edge Devices "firewalls, Security, And Controls" Will Be Provided By The "network Provider"? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Will Pn Provide More Info Regarding To What "localization" Means? a: Localization In This Context Refers To The Use Of Labor Sourced From Within The Pn. q: Should Contractor Assume That Foreign Cross Domain Solution (fcds) Is Customer Furnished? a: Yes. q: Will Pn Be Providing The Interface Control Documents (icds) Between Satoc And "other" Satellite Systems? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Can The Customer Provide Guidance On Reference Terminal Sizing And/or Identify Any Size, Weight, And Power (swap) Constraints? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: The Rfi Requests A System Design For At Least Two Fixed And One Transportable Terminal And Identifies Multiple Frequency Bands That Must Be Supported (ku, Ka, X, L And Uhf). These Capabilities Are Not Commonly Combined Into A Single Terminal Solution. Would It Be Acceptable To Propose Separate Reference Terminal Solutions To Address The Narrowband And Wideband Frequency Requirements? a: Yes. q: Can You Provide Some Additional Information/references Regarding Interface And Interoperability Requirements (ref. C4i Modernization Systems Using Mutually Agreed On Common Standards, Interoperable With Mod And Joint Multi-national Space Operations, Networking Services Compatible And Interoperable With Nato Standards)? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Can Pn Elaborate On What "limited Protected Tactical Waveforms" Entails? a: All Available Information Was Provided In The Rfi; Document Any Assumptions. q: Is The Requirement Simply Stating That Satoc Software Shall Be Able To Command The Collision Avoidance Maneuver? Or, Will The Collision Avoidance Info Be Provided By Contractor Furnished Equipment (cfe) External Entity Or Satoc Contractor Needs To Provide This? What Is The Performance Requirement For The Collision Avoidance Maneuver? a: The Satoc Software Shall Be Able To Command Collision Avoidance Maneuvers, Using Data From The Contractor Provided System. No Specific Performance Requirements Are Given For The Maneuvers Or The Origin Of The Data Alerting Operators To A Future Collision. q: What Are These Data Format From Existing Satellite System And Interface To Command, Control, Communications, Computers, And Intelligence (c4i)? Will These Be Provided To Contractor In Rfp? a: All Available Information Was Provided In The Rfi; Document Any Assumptions.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date15 Apr 2025
Tender AmountRefer Documents 
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, Construction Period Services And Commissioning For Project # 663-25-700 Ehrm Infrastructure Upgrades Design At The Seattle Va Medical Center In Seattle, Wa. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By August 2025. The Anticipated Period Of Performance For Completion Of Design Is 365 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $20,000,000 And $50,000,000. Please Note That The 365-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Registered Communications Distribution Designer (rcdd) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address Services & Deliverables Provided Under The Contract/task Order Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Seattle Va Medical Center (vamc) At 1660 South Columbian Way Seattle, Wa 98108. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Samuel Cornwell At Samuel.cornwell@va.gov And Contracting Officer Joseph Rossano At Joseph.rossano@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By 1:00 Pm Et On April 15, 2025. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission - 36c77625r0043 Seattle Ehrm Infrastructure Upgrades Design Project. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number All Questions Must Be Submitted To Samuel.cornwell@va.gov And Joseph.rossano@va.gov With The Subject Line Sf 330 Questions Seattle Ehrm Infrastructure Upgrades Design. The Cutoff For Question Submission Is 1:00 Pm Et On March 28, 2025. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project #676-336 Fire Station Design-tomah Va Medical Center. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late March 2025. The Anticipated Period Of Performance For Completion Of Design Is 160 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 160-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Disciplines Requiring A Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project. The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approaches. The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Tomah Va Medical Center 500 E Veterans Street, Tomah, Wi. 54660. . Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Johnna Mcgraw At Johnna.mcgraw@va.gov . This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By January 10th 2025 At 1pm Est. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission Fire Station Design- Tomah Wi. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number. All Questions Must Be Submitted To Johnna Mcgraw With The Subject Line Sf 330 Questions Fire Station Design-tomah Wi. The Cutoff For Question Submission Is 1:00 Pm Est On December 16th, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
1211-1220 of 1232 archived Tenders