Data Center Tenders
Data Center Tenders
U S CUSTOMS AND BORDER PROTECTION USA Tender
Others
United States
Details: Request For Information And Sources Sought
inter-connection Point (icp) Colocations
background And Purpose:
this Public Posting Is For Informational, Planning, And Market Research Purposes Only And Constitutes A Request For Information (rfi) And A Sources Sought Request (ssr) Only For United States, Department Of Homeland Security (dhs), Customs And Border Protection (cbp). This Announcement Does Not Constitute A Commitment, Implied Or Otherwise That A Solicitation Or Procurement Will Be Issued. This Is Not A Solicitation, Request For Proposal (rfp), Or Invitation For Bids (ifb). No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests.
all Information Received Resulting From This Rfi Will Be Used By Cbp For Acquisition Planning And Market Research Purposes Only. However, Your Response May Be Releasable To The Public Under The Freedom Of Information Act (foia), 5 U.s.c. 552, And The Dhs Foia Regulation, 6 C.f.r. Chapter 1 And Part 5. If You Wish Cbp To Consider Any Portion Of Your Response As "confidential Commercial Information", You Should Clearly Mark The Portion As "confidential Commercial Information". The Procedures For Identifying "confidential Commercial Information" Are Set Forth In The Dhs Foia Regulation Cited Above And Are Available On The Dhs Website: Http://www.dhs.gov/xfoia/editorial0579.shtm. Cbp, At Its Discretion, May Request Respondents To This Rfi To Meet With Cbp Program And Contracting Officials And To Elaborate On Information In Their Written Response. Respondents To This Rfi Will Not Be Notified Of Any Results Derived From A Review Of The Information Provided. All Information Contained In This Rfi Is Preliminary And Is Subject To Revision And Is Not Binding On The Government.
the Purpose Of This Public Posting Is To Give Contractors The Opportunity To Provide Information Regarding Their Capability To Provide Services For Cbp’s Existing Colocation Facilities In Ashburn, Va And San Jose, Ca As Well As Include Optional Services. In Addition To Colocation Services, The Contractor Shall Provide High-quality Inter-connectivity Between Isps And Public Iaas Csp And Government Iaas Csp Connections With The Capability To Dynamically Provision And De-provision Infrastructure To Meet Cbp Requirements.
draft Requirement Overview:
the Contractor Shall Provide Colocation Services To Implement Scalable Icps And Caps In Up To Three Distinct, Geographically Diverse Locations On The U.s. East Coast, U.s. West Coast, And U.s. Central Region. The Contractor Shall Provide Facilities That Support Zero-hop Connectivity, Direct Cross Connects, Internet Peering, Cloud Peering, Traffic Exchange, And Ethernet Services With Numerous Major Isps, Csps, And Xaas (everything As A Service, Such As Software As A Service (saas), Platform As A Service (paas), And Infrastructure As A Service (iaas)) Providers.
the Contractor Shall Offer East, West, And Central Hubs That Offer Internet Bypass Services, Where Major Cloud Services Are Directly Connected Within Their Private Facility Network Without Having To Traverse The Internet Or Multiple Hops.
cbp Acknowledges And Agrees That The Services Described In This Sow Will Be Provided Within The Contractor’s Data Centers And Such Services Do Not Require The Contractor To Access, Handle, Manage, Or Control Personally Identifiable Information (pii) Or Sensitive Information (si) Described In This Sow (collectively Pii And Si). Cbp Will Not Disclose Any Pii And Si To The Contractor Unless And Until Contractor Agrees In Writing To Receive Such Pii And Si. If Cbp Intends To Provide Pii And Si To The Contractor, Cbp Shall Inform The Contractor Of Same Prior To Disclosure.
the Contractor Shall Provide The Space And Power As Specified In The Bom. Cbp Personnel Will Install Hardware Into The Cabinets In The Private Cage Space Throughout The Life Of The Task Order.
information Request:
1. Can Zero Hop Connectivity To Cloud Service Providers Be Provided?
2. Can Connectivity To A Fabric Interconnect That Would Allow Cbp To Quickly Setup, Delete And/or Change Virtual Connections To Multiple Cloud Service Providers And 3rd Party Collocated Cages Over The Redundant 100gbps Connection To The Interconnect?
3. Cbp Requires Redundant Zero Hop Low Latency Layer 2 100gbps Connectivity Secured With Macsec To Existing Dhs Headquarters And Ice Collocated Cages.
4. Can Fully Diverse 100gbps Connectivity Secured With Macsec To Our Legacy Springfield Virginia Datacenter Be Ordered On The Same Pr
5. Can Fully Diverse Dark Fiber 100gbps Connectivity Secured With Macsec To Our Oit Headquarters Office In Ashburn Virginia Be Order On The Same Pr
6. Does The Vendor Have Telecommunication Agreement For Procuring Connectivity Via Dark Fiber And Point-to-point Ethernet Circuit That Support Macsec In Bandwidths To Include 1gbps, 10gbps And 100gbps.
7. Are You Able To Support Direct Cbp Contact With Colocation Provider To Directly Handle Reporting Of Outage And Coordination Of Repair Of Telecom Order Connections, Cage Facility Concerns And Ability To Open Tickets For Visitor And Shipments, Control Approved Person Access To Our Cage.
8. Can The Vendor Provide A Solution That Allows For The Existing Co-located Environments To Remain In Place As Cbp Has Neither Sufficient Time Nor Funding To Building And Procure The Required Equipment To Build Out A Parallel Environment To Allow For Mission Critical Infrastructure And Service To Remain Active And In Service?
instructions:
interested Parties Are Encouraged To Respond To This Notice If They Have The Capability And Capacity To Provide The Identified Services. Capability Statements Are Not Needed At This Time. Please Be Advised, Cbp Will Not Address Any Questions About This Rfi Or Requirement.
the Due Date And Time For Responses Is No Later Than 12:00 Pm Edt, Friday, February 7, 2025. Responses To This Rfi Shall Be Submitted Via Email To: Ebrima Conteh: Ebrima.conteh@cbp.dhs.gov With The Subject Line “inter-connection Point (icp) Colocations Rfi" To Be Considered.
all Responses Must Adhere To The Page Limits Of 10 Pages Total. The Submission Shall Be Logically Assembled. Each Response Section Shall Be Clearly Identified And Shall Begin At The Top Of A Page. All Pages Of Each Response Section Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date, And Referenced Number Listed On The Notice In The Header And/or Footer.
primary Point Of Contact:
ebrima Conteh
contract Specialist
ebrima.conteh@cbp.dhs.gov
attachment:
draft Statement Of Work
bom
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: 1.0 Procuring & Administrative Contracting Office
air Force District Of Washington (afdw) Contracting Directorate (pk) Headquarters Air Force (haf) - Enterprise Support Division (pkh), Dodaac: Fa7014
2.0 Introduction
this Is A Sources Sought Notice (ssn) Which Is Being Released To Industry For Information Gathering And Planning Purposes Only Pursuant To Far Part 10 Market Research. This Ssn Is Not A Solicitation Nor Shall This Ssn Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Request For Quote (rfq). The Government Shall Not Award Any Contract Solely On The Basis Of This Ssn Nor Shall The Government Reimburse Any Contractor For Any Associated Costs They Incur To Submit A Capability Package To The Government In Response To This Ssn. This Market Research Notice Is Being Deployed To Bring Forth Qualified, Capable Sources And In No Way Shall Restrict The Government’s Final Acquisition Strategy, Planning, Or Requirements Refinement.
*note: Recipients Of This Ssn Are Hereby Advised That The Government Shall Not Accept Any Capability Package Submitted In Response To This Ssn Containing Extraneous, Unsolicited Material Or Content Which Does Not Conform To The Government’s Specific Questions And Request For Certain Procurement/contracting Data As Expressed Below. Additional Company Literature, Presentations, Pamphlets, Papers, Etc. Must Not Be Submitted In Response To This Ssn And Any Such Unsolicited Artifacts Shall Not Be Accepted Nor Reviewed By The Government. Recipients Of This Ssn Should Not Request An Extension Or More Time To Respond To This Ssn Regardless Of Circumstance.
3.0 Naics Code
the North American Industrial Classification System (naics) Code For This Ssn Is 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, And Related Services.
*note: A Small Business Firm Competing As A Prime Contractor Would Need To Perform At Least 50% Of The Total Requirement Form Within Its Own Company (see Far 52.219-14, Limitations On Subcontracting).
4.0 Background & Description Of Government’s Requirements
the Government Has A Potential Requirement To Provide Professional Support, Sustainment, And Modernization Of The Current A1 Virtual Data Center (a1 Vdc) Which Is A Fully Functioning Commercial Cloud Environment Capable Of Supporting Applications In The Air Force A1 And A1 Dta Portfolios, And For Building Out The A1 Multi-cloud Ecosystem (a1 Mce) Landing Zone. Commercial Professional Services Would Be Performed To Ensure Continued Operations Of The Existing Environment, Execution And Management Of Multi-cloud Ecosystems, Modernization/optimization (i.e. Enhancing Common Shared Services, Streamlining Processes, And Achieving Cost Efficiencies), Execution And Management Of Big Data And Ai Initiatives, Execution Of Emerging Technologies Across A Multi-cloud Ecosystem, And Increase Capabilities Of The Cloud Environment Per Applicable Information Technology (it) Guidance, As Well As, Dod And Air Force Directives/policies Across Multiple Impact Levels Including Il6.
5.0 Government Questions For Industry Response
1. Experience In Multi-cloud Ecosystems:
a. Does Your Company Have Experience Architecting, Implementing, Managing, And Optimizing A Multi-cloud Landing Zone Ecosystem Across Dod Impact Levels (il), Especially Il6, Within Dod Rmf And Cloud Computing Srg Standards?
b. If So, Is That Multi-cloud Ecosystems Experience From Performing As A Prime Contractor, Subcontractor, Integrator, Commercial Business Partner, Etc.?
c. If So, Describe Your Approach To Governance, Change Management, And Incident Response In Each Of Those Environments.
d. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
2. Optimization Of Common Shared Services:
a. Does Your Company Have Experience Delivering And Optimizing Common Shared Services (such As A Centrally Managed Devsecops Ci/cd Pipeline And Development Tools), Streamlining Processes, And Achieving Cost Savings Or Efficiencies Within A Multi-cloud Landing Zone Ecosystem?
b. If So, Include Your Methods For Integrating Governance Structures And Managing Change To Support Continuous Improvement.
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
3. Artificial Intelligence Initiatives:
a. Does Your Company Have Experience Executing And Managing Artificial Intelligence (ai) Initiatives Across A Hybrid Multi-cloud Landing Zone Ecosystem?
b. If So, Explain Your Process/methodology, Including How You Architect And Implement Monitoring Guiderails Within That Hybrid Multi-cloud Landing Zone.
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
4. Big Data Initiatives:
a. Does Your Company Have Experience Executing Big Data Initiatives And Architecting Zero Trust Framework Architectures Across A Multi-cloud Landing Zone Ecosystem?
b. If So, How Did Your Company Incorporate Governance, Change Management, And Incident Response Strategies In Such Initiatives Across A Multi-cloud Landing Zone Ecosystem (explain Your Process And Methodology)?
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
5. Multi-cloud Management Technologies:
a. Does Your Company Have Experience With Emerging Technology Tools And Services Unique To Multi-cloud Landing Zone Ecosystems (e.g., Palo Alto Sase, Splunk, Elastic, Hashicorp, Aqua Security, Etc.)?
b. If So, Describe Your Company’s Experience/expertise In Implementing Microservices And Containerization Technologies Within The Environments Of Those Multi-cloud Landing Zone Ecosystems.
c. If So, Describe The Exact Technology Tools And Services That Your Company Used In Those Multi-cloud Landing Zone Ecosystems.
d. If So, Does Your Company Suggest Any New Technology Tools/services Or Recommend Any Proven Technology Tools/services That Can Facilitate Additional Value To The Environments Of Those Multi-cloud Landing Zone Ecosystems?
6. Subcontracting Dependencies:
a. If Your Company Has Experience Managing And/or Performing Requirements For A Multi-cloud Landing Zone Ecosystem, What Percentage Of That Work Was Performed By Your Company As A Subcontractor Versus By Your Company As The Prime Contractor (also, Explain Whether That Work Was Related To Managing And/or Performing)?
b. Would Your Company Need To Subcontract Significantly To Perform Most Of The Subject Requirements Identified Above And If So, Identify Each Of Those Requirements Where Subcontractors Would Need To Be Assigned?
c. Explain How Governance, Change Management, And Incident Response Processes Are Maintained Across Your Subcontractor Teams As Both The Prime Contractor Managing Assigned Subcontractors And As A Subcontractor Performing On Behalf Of The Prime Contractor.
d. Provide Examples Of Subcontracting Sources, Business Partnerships/relationships, Goals, And Plans Your Company Would Utilize To Ensure Performance Of All Subject Requirements.
6.0 Additional Information For Capability Packages
as Part Of The Capability Packages Submitted In Response To This Ssn, All Respondents Must Fully Address The Government’s Requested Related Procurement And Contracting Data Expressed Below Which Will Help During Other Pre-award Activities In The Future.
respondents Must Identify/provide The Contractor’s:
a. Company Name (full Legal Name And D.b.a., If Applicable);
b. Company Address;
c. Company Pre-award/proposal Team/business Development Point Of Contact (poc) By Name (first And Last);
d. Company Poc Email Address;
e. Company Poc Telephone Number;
f. Cognizant Dcma Office Code And Info (if Applicable);
g. Cognizant Dcaa Office Code And Info (if Applicable);
h. Cognizant Defense Security Office Code And Info (if Applicable);
i. Current Facility Classification Level (fcl);
j. Federal Cage Code And Unique Entity Id (sam.gov);
*note: A Company Must Be Registered In The System For Award Management (sam) To Be Considered Responsible For A Federal Contract Award. To Register Your Company, Go To Https://www.sam.gov.
k. Business Size (large Or Small) And Applicable Socioeconomic Categories (vosb, 8a, Hubzone, Sdb, Wosb, Etc.) For The Established Naics Code Established Above For This Ssn And For The Contractor’s Other Similar Naics Codes;
l. General Services Administration (gsa) Federal Supply Schedules (fss), Multiple Award Contracts (macs), Government-wide Acquisition Contracts (gwacs), Dod Enterprise Service Initiatives (esi), Indefinite-delivery Indefinite Quantity (idiq) Contracts, Agreements, And/or Blanket Purchase Agreements (bpas) That The Contractor Currently Holds And Authorizes Ordering From The Respective Air Force Contracting Office (provide The Respective Contract/agreement Numbers, Identify The Source Of The Procurement Vehicle, And Any Other Relevant Information);
*note: Some Examples Are….air Force Enterprise Sbeas Idiqs; Stars3, Alliant2, Vets2, And Oasis+ Gsa Gwacs; Nasa Sewp Gwac; National Institute Of Health (nih) Gwacs; Veterans Administration (va) Gwacs; Gsa Af 2git Bpas; Etc.
m. Examples/references/samples (no More Than 3) Of Recent And Relevant Performance (recent, Meaning Within The Last 3 Years And Relevant, Meaning The Same Or Similar Requirements Based On The Subject Requirements Identified Above); And
*note: For Each Example/reference/sample, Provide The Federal Contract/agreement Numbers, Commercial Company-to-company Purchase Order Numbers, Dates/pops, Total Dollars, Description Of Work/requirements, Significance Of Work, Percent Of Work Performed As Prime And Sub, Project Poc Name, Project Poc Email Address, And Project Poc Phone Number.
n. Company’s History, Capabilities, Experience, Strengths, And Weaknesses In Providing Professional Services Which Are Similar To And/or Consistent With The Government’s Requirements Detailed Above.
7.0 Mandatory Capability Package Instructions, Formatting & Deadline
interested Parties Shall Submit Capability Packages To The Government Which Meet All Formatting, Instructions, Limitations, And The Submittal Deadline As Expressed Below.
capability Packages Must Be Submitted To The Government:
a. Within The Confines Of 8 Total Pages;
b. Electronically Via One (1) Email Before The Established Ssn Deadline;
c. In Adobe Portable Document Format (.pdf) Format Only;
d. In A Digital File Size That Does Not Exceed 5mb;
*note1: If File Size Is 5mb Or Larger, The Government Will Not Receive The Respondent’s Email And Attached Document Due To Internal Dod And Air Force Message System Limits And Restrictions.
*note2: Respondent’s Must Not Submit A Zip File Because The Government Email System Does Not Allow Transmittal Of Zip Files.
e. Containing Unclassified Data/information/content Only;
*note: Capability Packages A Submitted To The Government In Response To This Ssn Shall Not And Must Not Contain Any Controlled Unclassified Information (cui), Classified, Secret, Or Top Secret Data/information/contents.
f. And Received At The Identified Government Office On Or Before 4:30 Pm (central Time Zone) On Thursday, 30 January 2025; And
g. Air Force Contracting Office Electronically Via Email To Ms. Brittney Devallon, Afdw/pkh Contract Specialist, At Brittney.devallon@us.af.mil.
8.0 Organizational Conflict Of Interest
the Government Would Also Like To Remind Companies Of Their Responsibility To Avoid And/or Mitigate Any Potential Organizational Conflict Of Interest (oci). Guidance Is Found In Federal Acquisition Regulation (far) Part 9.5. If A Company Has A Potential Oci Situation, They Must Submit And Have An Approved Mitigation Plan Prior To The Government’s Consideration Of Any Proposal For Award. Since The Approval Process Can Be Lengthy And Approval Of Any Plan Is Not Assured, It Is Highly Recommended That Potential Oci Identification And Resolution Processes Begin During The Planning Phase If Possible. An Oci Could Result In The Canceling Of A Contract Or Determining An Offeror To Be Ineligible For Award. Potential Oci Issues, And Mitigation Plans If Developed, Shall Be Included As An Attachment To Capability Package. Such Oci Attachment Shall Not Be Considered In The Capability Package Total Page Count.
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: The Work For This Project Includes, But Is Not Limited To, P-614 Joint Consolidated Communications Center Facility At Andersen Air Force Base, Guam. This Project Consolidates The Andersen Air Force Base Communications, Command And Control, Computer, Intelligence/information Technology (c4i/it) Functions Into A Resilient And Diverse Open Architecture Solution By Construction Of A New, Two-story, Reinforced Concrete Communications Center And Administrative Support Space For The 36th Communications Squadron (36cs). Work To Include Electrical, Mechanical, Water, Communication, Fire Suppression/detection, Air Conditioning System With Humidity Environmental Controls, Utilities, Pavements, Security, Parking, Associated Site Improvements, And All Necessary Supporting Facilities For A Complete And Usable Facility. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens.
the Magnitude Of This Project Is Estimated Between $100,000,000 And $250,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,286 Calendar Days.
a Sources Sought Notice (n62742-25-s-1303) For This Procurement Was Posted On 22 August 2024 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision.
this Is An Lpta Source Selection Procurement. The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306 (a)). Therefore, The Initial Proposal Shall Conform To The Solicitation Requirements And Should Contain The Best Offer From A Technical And Price Standpoint Based On The Following Factors: Factor 1 – Experience, Factor 2 – Past Performance, And Factor 3 – Safety. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars.
only The Three (3) Lowest-priced Proposals Will Be Evaluated For Fair And Reasonable Pricing And Technical Acceptability. If None Of The Three (3) Lowest-priced Proposals Are Found To Be Technically Acceptable, Then The Next Three (3) Lowest-priced Proposals Will Be Evaluated For Technical Acceptability. If None Of The Six (6) Lowest Priced Proposals Are Found To Be Technically Acceptable, Then All Remaining Proposals Will Be Evaluated For Technical Acceptability.
the Government Intends To Select The Lowest Reasonably Priced Technically Acceptable Offer And Award A Contract (within The Funds Available) Without Conducting Discussions.
a Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features:
precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A.
uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A.
clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A.
1. Projects Submitted To Demonstrate Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed To Perform That Type Of Work In This Contract.
2. If The Offeror Self-performed The Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Then The Offeror Must Confirm That It Will Self-perform The Same Relevant Individual Feature(s) In Order To Be Considered. If Offeror Does Not Intend To Self-perform, See Note 9 About Teaming Arrangements.
3. Projects Submitted Shall Collectively Demonstrate Experience In All Three (3) Individual Features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System. Failure To Demonstrate Experience In All Three (3) Individual Features Shall Be Considered A Deficiency And An Unacceptable Rating Will Be Assigned For This Factor. All Individual Features, Or Multiple Individual Features, Do Not Have To Be Within Any Single Project Scope.
4. Relevant Projects Shall Have Been Completed Or Substantially Completed Within The Last Ten (10) Years Of The Date Of Issuance Of The Rfp. “substantially Complete” Is Defined As At Least 90% Physically Completed Construction.
5. Building Alteration, Repair, Renovation, Conversion, And Addition Work Will Not Be Considered As Relevant Projects.
6. A Relevant Construction Project Is Further Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project; Rather Offerors Shall Submit The Work Performed Under A Task Order As A Distinct Project. For Example, Multiple Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts That Demonstrate Experience In One Or More Of The Desired Individual Features Describe Above Shall Be Submitted As A Distinct Project, Rather Than Submitting All Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts As A Single Project.
the Request For Proposal (rfp) Will Be Available On Or Around 30 January 2025. There Are Two Volumes Of Specifications And Drawings Issued For This Rfp. Volume 1 For The Construction Of The Entire Facility, And Volume 2 Is For The Construction Of A Secure Space Within The Facility. Consequently, The Volume 2 Specifications And Drawings Are Marked “controlled Unclassified Information” And Will Only Be Released To The U.s. Citizens Of U.s. Firms.
volume 2 Will Only Be Released As An Amendment To U.s. Citizens Of A U.s. Firm Attachment (1). All Contractor Personnel Handling And Accessing The Volume 2 Documents Must Be Vetted As A U.s. Citizen Prior To Receiving Any Volume 2 Documents. To Determine Eligibility For Receipt Of Volume 2 Rfp Documents, Each Interested Firm Shall Complete And Submit A U.s. Firm Certification, Attachment (1). All Sources, Whether Prime Offerors Or Subcontractors At All Tiers, Must Certify That It Is A U.s. Firm. Once A Favorable U.s. Firm Determination Has Been Made, All Individuals Of The Approved U.s. Firm Requiring Access To The Rfp Documents Shall Complete And Submit:
(1) Certification Of U.s. Citizen (attachment 2)
(2) Proof U.s. Citizenship
(3) Signed Non-disclosure Agreement (attachment 3)
a List Of Acceptable Documents For Proof Of U.s. Citizenship Is Provided In Attachment (2). The Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil. Offerors Are Encouraged To Submit The Required Documents As Soon As Possible.
the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Volume 2 Rfp Documents. The Navfac Drawings And Specifications Are Marked "controlled Unclassified Information"; Therefore, The Navfac Drawings And Specifications Are Considered "covered Defense Information.” Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation.
offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission.
note: The Prime Contractor Shall Designate A Primary Point-of-contact Who Will Be Responsible For Managing And Submitting The Required Forms And Proof Of U.s. Citizenship For Its Employees And Subcontractor/supplier Firms And Its Employees To A Liaison With The Government. Forms Shall Be Submitted In Alphabetical Order First By Firm Name And Then Alphabetically By Last Name Of Individuals Of The Firm. Also, A List Of Personnel For Each Shall Be Submitted.
a One-time Pre-proposal Site Visit Is Scheduled For 27 February 2025, 9:00 A.m., Chamorro Standard Time (chst). This Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms:
base Access Request – Contractor Memo (fill-in Information In Red).
iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.)
base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass)
foreign National Access Request Form
contractor Policy Update Memo
either A U.s. Passport Or Real Id Act Driver’s License/id
the Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil On Or Before 06 February 2025, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To The Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance.
on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Details: Air Force Life Cycle Management Center/enterprise It And Cyber Infrastructure Division (aflcmc/hni)
user Experience Monitoring (uxm) Program Management Office (pmo)
request For Information (rfi), Revision 1 To (notice Id: Uxm_rfi), System Integration For Network, Systems, And Application Performance Visibility
1. Background:
the Department Of The Air Force (daf), Air Force Life Cycle Management Center (aflcmc), Cyber And Networks Directorate (hn), Enterprise Information Technology And Cyber Infrastructure Division (hni), Program Management Office (pmo) Is Seeking A Vendor To Act As A System Integrator For Current Systems Of Record. The Goal Is To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data Into A Single View.
the Primary Change Between The Initial Rfi (sam.gov Notice Id: Uxm_rfi) And This Revised Rfi Is The Shift In Focus From Seeking A Comprehensive Monitoring Solution To Emphasizing System Integration Using Existing Pilot Tools Already Deployed Across The Department Of The Air Force (daf). The Initial Rfi Aimed To Gather Information On Solutions That Provide Real-time Visibility Into It Network, Systems, And Application Performance, With Capabilities Such As Service Dependency Mapping, Network Modeling, And Application Performance Monitoring. In Contrast, The Revised Rfi Seeks A Vendor To Act As A System Integrator To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data. The Goal Is To Enable Real-time Visibility And Proactive Issue Resolution By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive Understanding Of The Traffic And Infrastructure Within Daf Networks.
the Uxm Pmo Is Responsible For Monitoring A Complex Network, Systems, And Application Infrastructure That Supports Critical Operations Within The Department Of The Air Force (daf). This Infrastructure Includes Base Networking Equipment, Multiple Data Centers, Cloud Environments, Vpns, And A Wide Range Of Applications Serving Internal Daf Users. The Pmo Is Seeking A Vendor To Provide System Integration Services That Can Enable Real-time Visibility Into The Performance Of The It Network, Systems, And Applications. The Goal Is To Proactively Identify And Resolve Issues By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive, Holistic, And Integrated Understanding Of The Traffic And Infrastructure Within Daf Networks. The System Integrator Deliverable Should Facilitate Root-cause Analysis, Automated Predictive Problem Detection, Suggest Solutions And Fixes, And Support Planning And Modeling For Network Improvements.
currently, Network Operators Are Using Fragmented, Piece-wise Approaches To Problem Discovery And Root Cause Analysis. We Are Looking For A System Integrator Who Can Improve Problem-solving Throughput And Issue Discovery By Tracing Problems From Endpoints Through The Network To The Underlying Services, Utilizing New And Existing Telemetry Sources.
the Monitoring Solution Should Include The Ability To Perform The Following Requirements:
service Dependency Mapping:integrate Tools To Automatically Map Interdependencies Between Applications And Alert On Unexpected Communication And Bottlenecks.
network Modeling Capabilities:integrate Solutions To Provide A Dynamic Network Map, Simulate Network Changes, Compare Configurations, Support Distributed Tracing, And Correlate With Network Events And Metrics From Logging.
application Performance Monitoring:integrate Tools For Agent-based And Synthetic Testing For Application Performance Monitoring, Real-time Transaction Visibility, And User Performance Tracking.
customizable & Extensible:support Integration Of Tools For Creating Custom Tests By Non-expert Programmers, Ingesting And Correlating Data From Other Vendors, And Integrating With Existing Daf And Disa Networking Modeling Investments.
standards:ensure Integration With Industry Standards Supported, Such As Export And Ingest Of Open Telemetry Data And Compliance With Semantic Conventions For Attributes.
accreditation And Approval:all Integrated Items Must Be Trade Agreements Act (taa) Compliant And Approved For Use Within The Department Of Defense (dod).
2. Response Format:
administrative Information:
company Name, Address, And Point Of Contact
cage Code
naics Code, Size Of Pursuant Business
large Business Or Small Business Designation
company Ownership: Domestic Or Foreign (indicate Country Of Ownership)
gsa Schedule(s)/gwac(s)/other Ordering Vehicles Held That Could Be Applicable To This Requirement
solution Overview:
key Features And Capabilities Of Your System Integration Services
how Your Services Address The Specified Requirements For Service Dependency Mapping, Network Modeling, Application Performance Monitoring, Customization, And Standards Compliance
technical Specifications:
hardware And Software Requirements For Integration
approach To Integrating With Existing Daf And Disa Networking Modeling Investments
hosting: Is This A Commercial Saas Approach, Or Can It Be Hosted On Afnet Cloud Assets With Il5 Level Security (highly Preferred)?
does All/part Of The Software Already Have Ato Certification On The Afnet?
how Do You Decompose Rum (application Telemetry) Into Underlying Network Traces (tcp, Ssl, Dns, Etc.)?
how Do You Correlate Synthetic Network Traces (tcp, Ssl, Dns) With Application Performance?
how Are Metrics And Log Data From Network Gear (routers, Firewalls) Correlated With Network Traces?
can Detailed Application Network Traces Be Captured Without Modification Of The Applications? How Does Your Approach Do This?
does Your Solution Support Integration With Itsm Systems Such As Servicenow? If So, What Integration Features Are Supported Out Of The Box?
how Will You Automate Data Cataloging So That Our Air Force Data Analysis Can Have A Clear Understanding Of The Data On Their Own Without Your Support?
does The System Support Automated Aging Of Data Into Hot, Warm, Cold, And Frozen Tiers?
what Tuning And Customization Is Possible For Doing Ai/ml Assisted Anomaly Detection And Forecasting?
how Will You Automate Schema Drift And Automated Schema Evolution As Incoming Telemetry Changes Based On Decisions Beyond The Control Of This Program Office?
what Technical Mechanism Do You Have For Data Synchronization With Powerbi To Allow Our Air Force Powerbi Users To Analyze And Create Workflows For Team Collaboration And Problem Analyses?
what Application Rum Stats Do You Collect? And At What Cadence? How Do You Handle Computers That Go Offline, Or Move Between Bases Or Are Occasionally On Vpn Networks?
data Resilience: What Rollback, Snap Shotting, Geo-replication, Etc. Is Supported?
health Monitoring: What Tool-ware Is Provided For Monitoring The Health Of The Application Rum Clients And Synthetic Monitors?
solarwinds: We Have Npm, Ntm And Ncm Data From Solarwinds Orion Servers, How Would You Incorporate That Into Our Performance Solution And What Benefits Would Accrue?
please Describe Any Native Tool-ware For Visualization And Eda (exploratory Data Analysis), Charting, Cross-filtering, Matrix Scatterplots, Correlation Matrices, Etc.
we Currently Have 24tb Of Telemetry Data Covering 2 Years, Describe Tools For Live Interactive Aggregation And Plotting For Interactive Exploration.
implementation Approach:
deployment And Configuration Steps For System Integration
estimated Timeline For Integration
how Would You Manage Collaboration With Our Afnet Operators Who Are Currently Collecting Application, Network, Synthetic Test, And Infrastructure Logs That Need To Be Integrated Into Your Solution?
vulnerability Handling To Include Notifications, Patches, And Test Plan Prior To Implementation
would The Implementation Include Import Of Historical Data (training Data)? If Yes, Can You Explain The Migration Mechanism?
is There Any 3rd Party Software Being Used? If Yes, How Are Vulnerabilities Being Handled For 3rd Party Software (i.e., Notifications, Patches Tested Before Implementation)?
is It Possible To Have A Model/reference Architecture For A Similar System That Has Been Put In Place?
pricing Model:
licensing Type Or Subscription Fees
any Additional Costs For Implementation, Training, Or Support
training & Support:
type Of Training Provided For System Integration
estimated Timelines And Manpower Resources Needed For Integration
types Of Technical Support And Response Times Available During And Post-integration
after Deployment, How Many Fte Are Required To Manage The Operation And Health Of The System On A Continuing Basis?
references:
provide 2-3 Examples Of Successful System Integration Projects In Similar Environments (government Or Non-government), Including The Following Information For Each Example:
organization Name
contract Number, If A Government Customer
point Of Contact (poc) And Contact Information
3. Questions And Submission Information:
any Questions Regarding This Rfi Must Be Submitted Via Email On The Q&a Template Within 10 Days Of This Posting To The Contracting Officer Atdiana.tien@us.af.mil And The Contracts Specialist Atveronica.schoultz@us.af.mil. All Questions And Their Answers Will Be Posted With This Rfi For All Interested Parties To Access.
if You Provided A Prior Submittal, You Can Reply “no Change” If The Revisions To The Rfi Do Not Necessitate A Change To Your Original Submittal, Or You Can Submit A Red-lined Version With Changes.
the Government Requests Submission Of Rfi Responses No Later Than 15:00 Eastern Time On 30 January 2025.
4. Disclaimer:
this Is An Rfi, As Defined In Federal Acquisition Regulation (far) 15.201(e). Any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal (rfp), Request For Quotation (rfq), Or Invitation For Bid (ifb); Nor Does Its Issuance Obligate Or Restrict The U.s. Government To Issue An Rfp, Rfq, Or Ifb In The Future. The U.s. Government Does Not Intend To Award A Contract Or Order Based On Responses From This Rfi.
not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, Rfq, Or Ifb, If Any Are Issued.
respondents Are Advised The U.s. Government Shall Not Pay For Any Information Provided, The Use Of Such Information, The Preparation Of Such Information, Travel Expenses, Nor Any Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense.
information Received From This Rfi Will Be Used For Acquisition Planning And Market Research Purposes; An Acquisition Strategy Has Not Yet Been Approved For This Requirement. As Such, Any Response Submitted To This Rfi Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Government Support Contractors.
any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. All Dod Contractor Personnel Reviewing Rfi Responses Will Have Signed Non-disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information. The U.s. Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable U.s. Government Regulations.
respondents Are Advised That The Government Is Under No Obligation To Provide Feedback With Respect To Any Information Submitted.
issuance Of This Rfi Does Not Obligate Or Restrict The U.s. Government To An Eventual Acquisition Approach.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Landkreis Potsdam Mittelmark Tender
Education And Training Services
Germany
Details: The Potsdam-Mittelmark district intends to implement an e-learning platform for the area of information security and data protection. This contract is to be awarded by way of a negotiated award without a prior competition. An e-learning platform for the subject area of information security and data protection is to be made available, the training content of which is to be regularly supplemented and updated. In addition to training our employees, the focus is also on raising their awareness. Current security measures, vulnerabilities and attack patterns, including phishing and social engineering, are to be taught in a learning environment prepared according to learning psychology aspects. Phishing campaigns are also to be sent out by email on a regular basis. Optionally, the platform should be expanded to include the subject areas of occupational safety, equal opportunities and anti-corruption. As part of the application management of the e-learning platform, it should be possible to activate different modules simultaneously and at different times. The activation of individual modules should be possible in the classification according to the corresponding fields of activity. Heterogeneous learning formats should guarantee that different learning types are addressed and that individual knowledge transfer takes place. A corresponding platform should therefore enable the following learning forms: gamification, videos, reading texts, voice notes (audios) and multiple-choice questions. The system should be compatible with AD connections and mobile use. The system must be able to transfer and update/synchronize the required data from the district administration's directory service via a secure interface in accordance with the state of the art. The system must also offer the option of implementing your own training units. The e-learning platform should either be operated "on premise" in the district administration's data center or as a cloud solution by the provider or a hosting service provider, whereby in the latter case the servers must be hosted within the European Union or the European Economic Area. In addition, it should be guaranteed that with a cloud solution there is a very high level of system availability (at least 99%) on the part of the provider. In addition, the provider should take technical and organizational measures appropriate to the risk to ensure the confidentiality, integrity and availability of the processed data.
Closing Date10 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
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.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Health Canada Tender
Others
Canada
Details: Advance Contract Award Notice (acan) Title: Support To The Canadian Surveillance System For Poison Information (csspi) Solicitation Number: 1000262309 1. The Purpose And Explanation Of An Acan An Advance Contract Award Notice (acan) Allows Health Canada To Post A Notice For No Less Than Fifteen (15) Calendar Days, Indicating To The Supplier Community That A Goods, Services Or Construction Contract Will Be Awarded To A Pre-identified Contractor. If No Other Supplier Submits, On Or Before The Closing Date, A Statement Of Capabilities That Meets The Minimum Requirements Identified In The Acan, The Contracting Authority May Then Proceed To Award A Contract To The Pre-identified Contractor. 2. Rights Of Suppliers Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services Or Goods Described In This Acan May Submit A Statement Of Capabilities Demonstrating How They Meet The Advertised Requirement. This Statement Of Capabilities Must Be Provided Via E-mail Only To The Contact Person Identified In Section 12 Of The Notice On Or Before The Closing Date And Time Of The Notice. If The Bidder Can Clearly Demonstrate They Possess The Required Capabilities, The Requirement Will Be Opened To Electronic Or Traditional Bidding Processes. 3. Proposed Contractor Parachute 300-150 Eglinton Ave E. Toronto Ontario M4p 1e8 4. Definition Of Requirements Or Expected Results Unintentional Poisonings Are A Leading Cause Of Preventable Injury And Death In Canada, Particularly Among Children And Other Vulnerable Populations. Canada’s Five Regional Poison Centres Serve As Vital Resources For Both The Public And Medical Professionals Seeking Guidance On The Treatment Of Poisoning And Adverse Drug Reactions. Together, These Centres Manage Approximately 200,000 Cases Annually, Providing Valuable, Evidence–based Information On Exposures To A Wide Variety Of Products And Substances Regulated By Health Canada. Canada Did Not Have A National Poison Centre Surveillance System Until The Need Was Identified In 2013 And 2014 By Various Authorities. In Response, A Pan-canadian Task Force Was Established, Bringing Together The Canadian Association Of Poison Centres And Clinical Toxicology (capcct), Poison Centres, And Provincial, Territorial, And Federal Health Authorities, Along With Other Key Partners, To Collaborate On The Development Of The Canadian Surveillance System For Poison Information (csspi). In 2016, A Business Case Was Completed Outlining A Multi-year Implementation Plan For The Csspi Program, Including The Technical Development Of An Automated Surveillance Application On The Canadian Network For Public Health Intelligence (cnphi). Alongside The Csspi’s Implementation And Technical Development, Health Canada And Its Partners Have Been Nurturing And Expanding The Toxicovigilance Canada Network, While Also Conducting Public Outreach And Communication Activities With The Support Of Partners Such As Parachute, Canada’s Leading Injury Prevention Organization. Toxicovigilance Canada, Led By Health Canada, Is A Collaborative Network Of Various Disciplines And Jurisdictions That Strengthens The Capacity For The Timely Detection, Analysis, And Response To Poisonings, Substance-related Harms, And Toxic Chemical Exposures. With The Anticipated Rollout Of The Csspi Application On Cnphi In 2025-2026, The Program Will Achieve A Key Milestone: The Ability To Conduct Near Real-time Surveillance And Generate National Statistics On Poisonings. The Csspi Program Will Provide Critical Evidence To Support Core Departmental Responsibilities, Pan-canadian Toxicovigilance Initiatives, And Public Health Efforts Aimed At Poison Prevention, Through Knowledge Translation And Outreach Activities. The Objective Of This Contract Is To Support Public Outreach And Knowledge Translation To Enhance The Impact Of The Csspi Program And Strengthen The Toxicovigilance Canada Network. Over The Next Five Years, Health Canada Requires The Services Of A Contractor To Coordinate Pan-canadian Outreach And Communication Activities, Build Professional Capacity And Facilitate Knowledge Exchange Across A Broad Network In Canada, Support And Coordinate Csspi Face-to-face Meetings And Toxicovigilance Workshops With Key Stakeholders, And Lead The Publication Of The Pan-canadian Annual Data Reports. This Work Aligns With Health Canada’s Mandate To Help Canadians Maintain And Protect Their Health, As Well As With Commitments Outlined In The Minister Of Health’s Mandate Letter To Protect Canadians From Harmful Chemicals. 5. Minimum Requirements Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Minimum Requirements: 1. The Bidder’s Home Organization Must Have A Pan-canadian Mandate As Well As Significant And Recent Experience In Point Prevention And Harm Reduction Activities. 2. The Bidder’s Home Organization Must Have Significant Knowledge And Experience In Knowledge Translation And Public Outreach At The Pan-canadian Level. 3. The Bidder’s Home Organization Must Have Significant And Recent Experience Working With Canadian Poison Center Data And Medical Toxicology And Or Specialist In Poison Information. 4. The Bidder’s Home Organization Must Have An Established Pan-canadian Network That Includes Partners And Stakeholders Spanning Federal/provincial/territorial (f/p/t) Health Authorities As Well As Ngos, Academia And International Partners Involved In Toxicovigilance, All-hazards Prevention And Harm Reduction Efforts. *please Note – Significant And Recent Experience Is Defined As Minimum Five (5) Years Of Experience Within The Last Seven (7) Years* 6. Reason For Non-competitive Award Section 6 Of The Government Contracts Regulations Contains Four Exceptions That Permit The Contracting Authority To Set Aside The Requirement To Solicit Bids. For The Proposed Procurement, The Following Exception Applies: (d) Only One Person Or Firm Is Capable Of Performing The Contract 7. Applicable Trade Agreements And Justification For Limited Tendering This Procurement Is Subject To The Following: • Canadian Free Trade Agreement • Canada-chile Free Trade Agreement • Comprehensive And Progressive Agreement For Trans-pacific Partnership • Canada-colombia Free Trade Agreement • Canada-european Union Comprehensive Economic And Trade Agreement • Canada-honduras Free Trade Agreement • Canada-korea Free Trade Agreement • Canada-panama Free Trade Agreement • Canada-peru Free Trade Agreement • Canada-ukraine Free Trade Agreement • Canada-united Kingdom Trade Continuity Agreement • World Trade Organization-agreement On /government Procurement 8. Ownership Of Intellectual Property Contractor Will Own The Intellectual Property. 9. Period Of The Proposed Contract The Contract Period Shall Be From The 1st Of April 2025 Until The 31st Of March 2026, With Four (4) Option Periods. 10. Estimated Value Of The Proposed Contract The Estimated Value Of The Proposed Contract Is $300,000.00, Including All Applicable Taxes Plus Four (4) Option Years: Option Year 1 (2026/2027): $300,000.00 Option Year 2 (2027/2028): $350,000.00 Option Year 3 (2028/2029): $300,000.00 Option Year 4 (2029/2030): $300,000.00 The Estimated Total Of The Contract Including All Option Years Is $1,600,000.00 11. Closing Date And Time The Closing Date And Time For Accepting Statements Of Capabilities Is The 23th Of January, 2025 At 2 P.m. Est). 12. Contact Person All Enquiries Must Be Addressed By E-mail To: Name: Eryn Mathers E-mail: Eryn.mathers@hc-sc.gc.ca
Closing Date23 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions.
the Department Of Veterans Affairs Medical Center Located At Va Connecticut Healthcare System, West Haven Va Medical Center, 950 Campbell Avenue, West Haven, Ct 06516, Has A Requirement As Described In The Attached Statement Of Work.
the Government Intends To Award Stryker Sales, Llc, A Firm-fixed-price Sole Source Contract.
a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. This Notice Of Intent Is Not A Request For Competitive Proposals. This Is A Written Notice To Inform The Public Of The Governments Intent To Award On A Sole Source Basis.
interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government.
please Contact Manases Cabrera, Contracting Specialist, With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov.
this Notice Will Close On February 10, 2025, At 4:30 Pm Eastern Standard Time (est)
statement Of Work For Preventative And Corrective Maintenance Service Of Stryker Neptune Rovers And Docking Stations
general: The Contractor Shall Furnish All Labor, Travel, Materials, Support, And Service Necessary To Provide Preventative Maintenance (pm) And Corrective Maintenance Services On All Stryker Neptune Waste Management Equipment At The Va Connecticut Hcs In West Haven, Ct.
equipment Identification:
manufacturer
model
serial Number
asset Tag
location
stryker Corporation
neptune 3 Rover
2028227043
127940
3227-1-w-689
stryker Corporation
neptune 3 Rover
2030002513
127939
3227-1-w-689
stryker Corporation
neptune 3 Rover
2028700903
127938
3226-1-w-689
stryker Corporation
neptune 3 Rover
2019500343
127937
3246-1-w-689
stryker Corporation
neptune 3 Rover
2019501313
127936
3244-1-w-689
stryker Corporation
neptune 3 Rover
2021015143
127935
3246-1-w-689
stryker Corporation
neptune 3 Rover
2028227533
127934
3244-1-w-689
stryker Corporation
neptune 3 Rover
2030002013
127933
3244-1-w-689
stryker Corporation
neptune Docker
2034900093
127932
3226-1-w-689
stryker Corporation
neptune Docker
2033705023
127931
3226-1-w-689
table 1. Manufacturer, Model, Serial Number, Equipment Entry Number And Location Of Equipment
period Of Performance:
this Agreement Will Include A Base Year Plus Four Option Years.
base Year: 03/01/2025-02/28/2026
option Year 1: 03/01/2026-02/28/2027
option Year 2: 03/01/2027-02/29/2028
option Year 3: 03/01/2028-02/28/2029
option Year 4: 03/01/2029-02/28/2030
dates As Specified Unless Contract Award Passes These Dates. Then The First Date Of Performance Will Start The Day Of Award.
description Of Work: The Contractor Shall Provide All Required Service Including Emergency Service, Repairs, Preventative And Corrective Maintenance, Labor, Travel, Original Equipment Manufacturer (oem) Replacement And Repair Parts, And Technical Support For The Neptune 3 Rover Systems. All Services Performed Shall Be In Accordance With The (oem) Specifications. Field Service Engineers Must Be Licensed Or Contracted With The Original Manufacturer To Work On The Equipment. All Parts And Software Must Be Certified New From The Original Manufacturer.
hours Of Performance: Normal Hours Of Coverage Are Monday Through Friday 8:00 Am To 6:00 Pm Est Excluding Federal Holidays.
a. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By The Contracting Officer S Representative (cor).
b. Preventative Periodic Maintenance Will Be Performed Monday Through Friday 8:00 Am To 6:00 Pm Est Or As Agreed To By The User And The Cor In Accordance With Manufacturer S Recommendations.
c. There Will Be 24/7 Telephone Support Coverage And 24/7 On-site Support Coverage.
d. Federal Holidays Observed By The Vamc Are:
New Year S Day Labor Day
Martin Luther King Day Columbus/indigenous People S Day
Presidents Day Veterans Day
Memorial Day Christmas Day
thanksgiving Day
juneteenth Day
independence Day
note: Hardware/software Update/upgrade Installations Will Be Scheduled And Performed At A Mutually Agreed Upon Time At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designated Representatives. Government Provides Software/hardware Upgrade/update. There Shall Be No Additional Charge For Time Spent At The Site During Or After The Normal Hours Of Coverage Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
conformance Standards: Contractor Shall Provide Service And Ensure That The Equipment Functions In Accordance With The Equipment Manufacturer S Technical Performance Specifications. Contractor Shall Conform To All Regulations To Include But Not Be Limited To Federal, State, And Local Governing Any Chemicals, Equipment Or Work Which May Be Used Or Performed In The Work Under This Contract.
operational Uptime Requirements: The Medical Equipment/system Shall Be Operable And Available For Use 96% Of The Normal Operating Hours Of The Equipment. Downtime Will Be Computed From Notification Of Problem During Normal Work Hours.
guaranteed Response Time: The Oem Certified Field Service Engineer (fse) Will Use Commercially Reasonable Efforts To Respond To Customer S Requests Within 24 Hours Of Notification To The Vendor S Service Support Team.
live Phone Support: Service Shall Include Phone Support With Vendor Technical Support Engineers 24 Hours, 7 Days A Week.
after Hours Phone Support: Service For After Hour Phone Support Shall Include 24 Hours, 7 Days A Week, And 365 Days A Year For Technical Assistance When Required.
preventative Maintenance: Perform System Scheduled Maintenance Inspections As Outlined In The User S Manual Developed By The Manufacturer.
parts: All Needed Parts For Wear And Tear, Repairs, And Maintenance Conducted Are Covered.
parts Exchange And Protection: All Parts Required For The Repair Of The System (excludes Instruments And Accessories) Are Covered. Preferred Pricing On Repairs Or Replacement Due To Accidental Damage.
unscheduled Maintenance (emergency Repair Service):
a. Contractor Shall Maintain The Equipment In Accordance With The Manufacturer S Specifications. The Contractor Shall Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. All Required Parts Shall Be Furnished.
b. The Cor Or Government Designated Representatives Are Authorized To Request And Approve Service Calls From The Contractor.
c. Response Time: Contractor's Fse Must Respond With A Phone Call To The Cor Or Designated Representative Within 1 Hour After Receipt Of Telephoned Notification During Normal Hours Of Coverage.
scheduled Maintenance: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
labor And Travel Expenses: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
service Manuals/tools/equipment: All Required Manuals, Tools, And Equipment For Repairs And Maintenance Conducted Are Covered And Are The Responsibility Of The Vendor.
certified Trained Technicians And Key Personnel: The Scheduled Maintenance And Service Calls Shall Be Performed By Oem Trained Personnel In Accordance With The Agreement. Technicians Shall Include Fully Qualified Facility Service Engineers (fse) And A Fully Qualified Fse Who Will Serve As The Backup And Show Proof Of Competency, As Shown By Training Conducted On Said System. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment Identified In This Statement Of Work. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance. Proof Of Training Shall Be Provided Upon Demand And Be Immediately Sent Via Fax, Upon Demand To The Cor. All Fse S And Technicians Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fse's. The Cor And/or Designated Representative Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. It Is Anticipated That Any Hospital Regulatory Inspections (tjc, Etc.) Will Have The Vendor Providing Proof That They Meet Industry Standards Of Quality, And Traceable Standards, As Used To Calibrate This Device- System, At The Time Of The Maintenance Event.
check In Requirements: The Field Service Engineer Or Technicians Must Report To The Biomedical Engineering Department To Obtain A Badge And Sign In With The Biomedical Engineering Service Before Work Begins. Submit Any Mobile Media Devices That Would Be Used On The System To A Virus Scan. Upon Completion Of Work, The Field Service Engineer Must Report To The Biomedical Engineering Service To Sign Out And Brief Biomedical Staff Or Supervisor If Biomedical Staff Is Unavailable Concerning Completion Of Service. At The End Of Briefing Field Service Engineer Will Return The Badge And Sign Out In The Biomedical Engineering Department.
documentation: Contractor Shall Furnish A Detailed Field Service Report Upon Completion Of Work To Biomedical Staff In The Biomed Department. Payment Will Not Be Processed Until A Properly Completed Service Report Is Received. The Service Report Shall Contain, At A Minimum, The Following Information:
identification Of Equipment To Be Serviced:
va Ee Number
vendor Inventory Id Number
manufacturer Name
device Name
model Number
serial Number
system Id
name Of Contractor And Contract Number
name Of Fse Who Performed Services
contractor Service Esr Number/log Number
date, Time (starting And Ending), Equipment Downtime And Hours On-site For Service Call
va Purchase Order Number(s) Covering The Call If Outside Normal Working Hours
total Time Spent Performing Maintenance.
detailed Narrative And Itemized Description Of The Services Required And Performed Including:
labor And Travel
parts (with Part Numbers)
materials
location
corrective Action
copies Of All Test Reports
complete List Of Parts Replaced (when Applicable)
date And Time The Repair/support Was Completed
total Cost To Be Billed (if Applicable I.e., Part(s) Not Covered, Or Service Rendered After Normal Hours Of Coverage).
signatures:
fse Performing Services Described
authorized Va Employee Who Witnessed Service Described
note: - Any Additional Charges Claimed Must Be Approved By The Cor Or Designated Representative Before Service Is Completed!
the Service Report Shall Itemize Every Item In The Specification. Each Item Shall State The "as Found" Condition Or Values, The "calibrated To" Or "adjusted To" Values, The Factory Design Tolerances, And A Complete Description Of All Work Performed Concerning The Items. Included Will Be A List Of New Parts Used And Recommended Future Repairs.
reporting Requirements: The Contractor Shall Be Required To Report To The Clinical Engineering Department To Log In. This Check- In Is Mandatory. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Be Required To Log Out With Biomedical Engineering And Submit The Esr(s) To The Cor Or Designated Representative. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor Or Designated Representative For An "authorization Signature". If Cor Or Designated Representative Is Unavailable, A Signed, Authorized Copy Of The Esr Will Be Left With The User.
place Of Performance:
va Connecticut Healthcare System
west Haven Va Medical Center
950 Campbell Avenue
west Haven, Ct 06516
contracting Officer Representatives: Prior To Contract Award, The Contracting Officer Shall Designate A Va Medical Center Employee As The Cor. All Work Coordination Shall Be Made Through The Cor. The Contractor Shall Be Provided A Copy Of The Letter Of Delegation Authorizing The Cor At The Commencement Of The Term Of The Contract. No Other Person Shall Be Authorized To Act In Such Capacity Unless Appointed In Writing By The Contracting Officer.
safety Requirements: In The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions As The Contracting Officer May Determine To Be Reasonably Necessary To Protect The Lives And Health Of Occupants Of The Building. The Contracting Officer Shall Notify The Contractor Of Any Safety Issues And The Action Necessary To Correct These Issues. Such Notice, When Served To The Contractor Or His Representative At The Work Site Shall Be Deemed Sufficient For The Corrective Actions To Be Taken. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work And Hold The Contractor In Default.
invoicing: Payment To Be Made Monthly In Arrears By Certified Invoices And Must Contain The Contract Number In Addition To The Requirements Detailed In 52.212-4 (g) To Be Considered Valid. All Invoices Shall Be Submitted To The Va Financial Service Center And Emailed To The Cotr. All Invoices Will Reference The Purchase Order Number Assigned To The Contract.
additional Charges: There Shall Be No Additional Charge For Time Spent At The Site (during, Or After The Normal Hours Of Coverage) Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
reporting Required Services Beyond The Contract Scope: The Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor And/or Designated Representative (in Writing) Of The Existence Or The Development Of Any Defects In, Or Repairs Required, To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish To The Cor Or Designated Representative A Written Estimate Of The Cost To Make Necessary Repairs.
condition Of Equipment: The Contractor Shall Accept Responsibility For The Equipment. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract.
test Equipment: Prior To Commencement Of Work On This Contract, The Contractor Shall Provide The Vamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Vamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To The Original Equipment Manufacture S Standard.
identification, Parking, Smoking, And Va Regualtions: The Contractor's Fse's Shall Always Wear Visible Identification While On The Premises Of The Vamc. The Contractor Shall Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Vamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Vamc. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court.
training: The Contractor Shall Provide First Call Clinical Engineering Training For Current Qualified Technicians At The Vamc, Ct During Regular Service Hours Of Monday Through Friday From 8:00am 6:00 Pm Est. This Is Not An Ongoing Training And Will Only Be Provided On An Annual Basis As Required. All Training For Upgrades To Equipment Shall Be Considered Within Scope Throughout The Life Of The Contract. All Service And Repairs Are Performed By Oem Factory Certified Technicians.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
complaince With Osha Bloodborne Pathogens Standard: The Contractor Shall Comply With The Federal/california Osha Bloodborne Pathogens Standard. The Contractor Shall:
a. Have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens.
b. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Bloodborne Pathogens.
c. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens.
d. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract.
miscellaneous: Additional Equipment May Be Added And/or Removed Throughout The Life Of This Contract And Shall Be Considered Within Scope.
contractor Personnel Security Requirements: All Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Cor Or Government Designated Representative. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Cor A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. Escort Will Be Provided As Required In Sensitive Work Areas. The C&a Requirements Do Not Apply, And The Security Accreditation Package Is Not Required. The Identified Sole Source Vendor Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In Standard Acquisition Guidelines. Per The Va Handbook 6500.6, No Va Sensitive Information Will Be Transferred, Shared, Or Stored With Vendor. As Such, No Additional Mechanisms Will Be Needed To Ensure The Protection Of Information.
records Management Statement:
a. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
b. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
c. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
d. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
e. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
f. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
g. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy.
h. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract.
i. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
j. The Va Medical Center West Haven Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
k. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
vha Supplemental Contract Requirements For Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors:
contractor Employees Who Work In Or Travel To Vha Locations Must Comply With The Following:
documentation Requirements:
If Fully Vaccinated, Shall Show Proof Of Vaccination
note: Acceptable Proof Of Vaccination Includes A Signed Record Of Immunization From A Health Care Provider Or Pharmacy, A Copy Of The Covid-19 Vaccination Record Card (cdc Form Mls-319813_r, Published On September 3, 2020), Or A Copy Of Medical Records Documenting The Vaccination
if Unvaccinated And Granted A Medical Or Religious Exception, Shall Show Negative Covid-19 Test Results Dated Within Three Calendar Days Prior To Desired Entry Date. Test Must Be Approved By The Food And Drug Administration (fda) For Emergency Use Or Full Approval. This Includes Tests Available By A Doctor S Order Or An Fda Approved Over-the-counter Test.
documentation Cited In This Section Shall Be Digitally Or Physically Maintained On Each Contractor Employee While In A Va Facility And Is Subject To Inspection Prior To Entry To Va Facilities And After Entry For Spot Inspections By Contracting Officer Representatives (cors) Or Other Hospital Personnel.
Documentation Will Not Be Collected By The Va; Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Employees Are Subject To Daily Screening For Covid-19 And May Be Denied Entry To Va Facilities If They Fail To Pass Screening Protocols. As Part Of The Screening Process Contractors May Be Asked Screening Questions Found On The Following Website: Covid-19 Screening Tool. Regularly Check The Website For Updates.
contractor Employees Who Work Away From Va Locations, But Who Will Have Direct Patient Contact With Va Patients Shall Self-screen Utilizing The Covid-19 Screening Tool, In Advance Each Day That They Will Have Direct Patient Contact And In Accordance With Their Person Or Persons Who Coordinate Covid-19 Workplace Safety Efforts At Covered Contractor Workplaces. Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Must Immediately Notify Their Cor Or Contracting Officer If Contract Performance Is Jeopardized Due To Contractor Employees Being Denied Entry Into Va Facilities.
option To Extend Services (nov 1999): The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 5 Days.
Closing Date10 Feb 2025
Tender AmountRefer Documents
251-260 of 258 archived Tenders