Data Center Tenders
Data Center Tenders
Bangladesh Data Center Company Limited Tender
Goods
Security and Emergency Services
Bangladesh
Purchaser Name: Bangladesh Data Center Company Limited | Fire System Spare Parts/rev./2024 Procurement Of Fire System Spare Parts For Bdccl
Closing Date19 Jan 2025
Tender AmountRefer Documents
Bangladesh Data Center Company Limited Tender
Goods
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Bangladesh
Purchaser Name: Bangladesh Data Center Company Limited | Spare Parts For Chiller/2024 Procurement Of Spare Parts For Chiller
Closing Date23 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: Sources Sought Notice
this Is A Sources Sought Notice
(a) The Government Does Not Intend To Award A Contract On The Basis Of This Sources Sought Or To Otherwise Pay For The Information Solicited.
(b) Although "proposal," "offeror," Contractor, And "offeror" May Be Used In This Sources Sought Notice, Any Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. The Government Is Seeking Information For Market Research Purposes Only.
(c) Any Information Received From A Contractor In Response To This Sources Sought May Be Used In Creating A Solicitation. Any Information Received Which Is Marked With A Statement, Such As "proprietary" Or "confidential," Intended To Restrict Distribution Will Not Be Distributed Outside Of The Government, Except As Required By Law.
(d) This Sources Sought Is Issued By Visn 2 Contracting Office In Albany, Ny For The Purpose Of Collecting Information About Brooklyn & Saint Albans Annual Generator Load Bank Testing At The New York Harbor Healthcare System - Brooklyn Campus 800 Poly Place Brooklyn, Ny 11209 And New York Harbor Healthcare System St. Albans Clc 179-00 Linden Blvd. Jamaica, Ny 11425. The Va Is Seeking To Provide For This Requirement As One Time Service. The Naics Code Identified For This Requirement Is 811310 Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance. The Requirement Is Detailed In The Draft Statement Of Work Section Of This Document.
(e) Cursory Market Research Has Identified Small Businesses That May Be Able To Provide For This Requirement. Contractors That Are Able To Meet The Requirements In The Attachment And Possess An Interest In Performing These Service Or Providing For These Items, Are Encouraged To Email A Capability Statement And Full Information To Anthony Murray At Anthony.murray2@va.gov And Charles Collins At Charles.collins@va.gov.
- Part Of The Purpose Of This Sources Sought Is To Determine The Viability Of Set Aside To A Specific Socio-economic Category(service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business). Interested Parties Must Provide Company/individual Name, A Capability Statement, Examples Of Same Or Similar Work Performed At Other Facilities, Duns Number And Address, Point Of Contact And Social-economic. Interested Parties Must Also Provide Documentation Such As Certification And Training For Staff That Demonstrates That They Are An Authorized Solution Distributor And/or Authorized Service Technicians. Respondents Who Fail To Provide The Information Request In The Paragraph May Be Deemed Non-responsive And Incapable Of Meeting The Government Need.
If Contractor Is A Service-disabled Veteran-owned Small Business (sdvosb), A Veteran-owned Small Business (vosb), Or Any Other Special Category Of Contractors, Then Contractor Is Responsible For Providing Documentation In Support Of This. This Information Will Be Used To Determine The Viability Of A Set Aside For This Requirement. If Any Of The Requested Information Is Not Supplied With The Response, This May Result In The Contractor Not Being Considered In The Government S Procurement Strategy.
the Following Information Is Required For Determining Procurement Strategy And Viability Of Sources:
set Aside Requirements Have Limitations On Subcontracting And Must Be Adherent To The Limitation On Subcontracting Under Far 19 And The Buy American Act (baa) For Commercial Product Procurements. This Procurement Is Located In Brooklyn, New York And Jamaica, Ny. Provide Your Supporting Documentation To Support Your Capability On Adherence To Limitations On Subcontracting Iaw Far 19.505(b)(1) And Vaar 819.70 As Prescribed In Vaar 852.219-75.
if Your Intention Is To Subcontract Work, What Tasks Will Be Performed By You As The Prime Contractor?
what Tasks Will Require A Subcontractor Due To Your Inability To Perform Them Within Your Company?
- Contractors Shall Also Identify Any Federal Supply Schedules That May Carry The Desired Equipment Or Supplies.
- Contractors Shall Identify Pertinent Point Of Contact For Company, Contractor Duns Number For Size Standard And Socioeconomic Verification In Sam And Vip, As Well As For Any Intended Subcontractors.
- Contractor Shall Provide 2 To 3 Instances Of Past Experience Which Demonstrate That They Are A Firm Regularly Engaged In This Type Of Work, To Include Letters From Original Equipment Manufacturers (oem) If Your Firm Is An Authorized Distributor.
- Contractor Shall Provide A Listing Of Any Teaming Agreements They Intend To Employ In The Performance Of This Requirement If Awarded.
- Contractors Shall Include Any Relevant Comments About The Attachment(s) If Applicable.
statement Of Work
title: Generator Annual Testing And Corrective Repair Service
background: The Department Of Veterans Affairs, New York Harbor Healthcare System Engineering Service Seeks To Acquire Testing And Annual Service For Fifteen (15) Generators Listed Herein. All Work Will Be Performed In Compliance With Joint Commission (jtc) And National Fire Protection Association (nfpa) 110 Requirements. The Brooklyn Campus And St. Albans Clc Generators Are Designed To Provide Back-up Electrical Power During An Unforeseen Outage Of The Primary Electrical Source And Minimize Additional Disruptions To Critical Services.
scope: The Contractor Shall Provide Qualified Maintenance Labor, Equipment, Tools, Materials, Parts, Supplies, Transportation, Supervision, Any Other Items, And Non-personal Services Deemed Necessary To Perform Load Bank Testing Services On The Following Fifteen Generators And Provide Any Corrective Maintenance Repairs On Any Issues Identified:
st Albans Clc
equipment
location
make
model
serial No.
pm
frequency
emergency
diesel
generators
bldg. 64 Boiler Plant Upper Level
caterpillar 300kw
c9
cat000c9e Ngp00992
annual
bldg. 64 Boiler Plant Lower Level
caterpillar 1000kw
c32
jsj03348
annual
bldg. 174 (serves
bldg. 173 - Laundry)
caterpillar 750kw
c27
2a300225
annual
bldg. 167 (serves Bldgs. 85-87)
caterpillar 150kw
d150-10
cat00c71ll 7c00429
annual
bldg. 88 (serves Commissary)
caterpillar 500kw
c15
cat00c15k Nap0599
annual
bldg. 88 (serves
domiciliary Area)
caterpillar 200kw
d200-2
cat00c71ce
tg00540
annual
bldg. 89 Basement
caterpillar 150kw
d150-10
cat00c71v
l7c00430
annual
bldg. 168 (serves Bldgs. 91-93)
caterpillar 150kw
d150-10
cat00c71a
l7c00428
annual
emergency
gas
generators
guard Shack (police)
caterpillar 150kw
dg 30-2
cat00g30a Nb W00138
annual
pump Station
caterpillar 300kw
g300lg 6
gxj04856-
oly00000
annual
brooklyn Campus
equipment
location
make/rating
model
serial No.
pm
frequency
emergency
diesel
generators
main Generator
main Generator
caterpillar 2025kw
3516b
yat00416
annual
bldg. 4 (engineering)
a-board Generator
caterpillar 2200kw
3516b
1hn00551
annual
outpatient Clinic Generator
opc Generator Caterpillar
600kw
3508
23z06777
annual
building 14 (data Center)
bldg. 14 Data Center
generator Caterpillar
400kw
3456
cer00472
annual
building 13
bldg. 13 Critical Care
generator Mtu Onsite
energy 250kw
6r1600
ds250
16301004459
annual
tasks:
the Contractor Must Provide All Labor And Equipment To Accomplish The Task Of Annual Load Bank Testing Of Fifteen Generators And Provide Comprehensive Reports Upon Completion.
the Contractor Must Meet The Joint Commission S Requirements For Load Banking Testing As Follows:
30% Of Nameplate Rating For 2 Hours, Followed By
50% Of Nameplate Rating For 1 Hour, Followed By
75% Of Nameplate Ratings For 1 Hour, Plus Warm Up And Cool Down Time For A Total Continuous Run Of 4 Hours.
the Contractor Must Keep A Written Record Of Each Generator Run. The Contractor Report Include The Following Readings:
at 15-minute Intervals,
lube Oil Pressure
water Temperature
exhaust Temperature
amperes
volts
frequency
the Report Must Contain Certification Statements That Each Generator Was Load Bank Tested In Accordance With Original Equipment Manufacturer S Requirements.
contractor Must Provide A Report Of Any Corrective Maintenance Or Repair Services That Will Be Needed To Complete The Load Bank Testing, Should Any Arise. The Contracting Officer Will Review The Report With The Facility Point Of Contact (poc) And Make A Determination As To A Strategy To Accomplish Corrective Repair And Maintenance. Should The Contracting Officer Determine That The Best Value To The Government Comes From Allowing The Contractor To Perform Corrective Maintenance And Repair, Then A Price Quote Will Be Requested And The Changes In Work Will Be Effected Via A Written Modification From The Contracting Officer. No Other Person Has The Agency To Authorize Such A Change.
if These Circumstances Result In A Need To Extend The Contract The Agreed Upon Extension Period Will Be Included In A Modification.
general Requirements:
a Post-award Site Visit Must Be Conducted By The Contractor To Determine Parking, Pathways, And Proper Connections To The Generator Units.
the Contractor Must Contact The Maintenance Supervisor Of Each Site To Schedule The Load Bank Test And Annual Service. Supervisors Contact Information Can Be Found Under Va Engineering Service Point Of Contact Section Herewith.
prior To Starting The Generators, The Contractor Must Perform A Pre-run Inspection To Include Checking The Oil Level, Coolant Level And A Visual Inspection Of The Motor/generator.
the Contractor Must Furnish The Load Bank And Make The Necessary Cable Connections From The Generator To The Load Bank. This May Require Parallel Runs Of Cabling. In Some Locations, This May Require Barricades, Safety Cones Or Both.
work Shall Be Conducted On Weekdays (monday Through Friday), Between 6:00 A.m. To 4:00 P.m. Work Shall Not Occur On Government Holidays.
the Work Performed Shall Not Interrupt Any Power To The Buildings Identified In This Statement Of Work.
place Of Performance: The Generators Listed In Section C Above Are Located At The Following Two Locations:
Department Of Veterans Affairs
new York Harbor Healthcare System Brooklyn Campus
800 Poly Place
brooklyn, Ny 11209
department Of Veterans Affairs
new York Harbor Healthcare System St. Albans Clc 179-00 Linden Blvd. Jamaica, Ny 11425
all Required Deliveries Are To Be Delivered To The Warehouse/loading Dock At The Respective Locations.
period Of Performance: The Annual Load Bank Testing Service Shall Be Completed Within 30 Days Of Notice Of Award. This Requirement Is A One-time Service And Does Include Option Years.
type Of Contract:
the Government Anticipates Award Of A Firm Fixed-priced Contract.
safety:
all Work Shall Comply With Osha Safety Standards, Joint Commission (jtc), Nfpa 110 And Nfpa 70/nec.
contractor Qualifications:
the Contractor Shall Have Safety Training Either On-the-job Or Classroom Type In Electrical Safety Outlined In The Osha Standard 29 Code Of Federal Regulations (cfr) 1910 Subpart S Electrical And Nfpa 70e Standard Of Electrical Safety In The Workplace. Training Certifications Shall Be Submitted To The Va Contracting Officer Prior To Work. If No Training Certificates Are Available, The Contractor S Employer Shall Certify That The Service Technician Has Met This Requirement And Submit It To The Va Contracting Officer.
acceptance:
va Personnel And Contractor Personnel Shall Inspect The Generators Prior To The Contractor Personnel Leaving The Facility. No Invoices Will Be Processed For Payment In The Absence Of Completion Of The Poc Inspection. The Contractor Shall Provide A Complete Written Report Of The Load Banking For Each Generator. Information In The Report Shall Have The Following Data:
company S Name, Address, Telephone Number And Fax Number.
name And Signature Of Contractors Who Performed The Load Bank.
va Purchase Order Number Or Contract Number.
date And Time Of Work.
generator Building Number.
generator Model, Engine Model, Nameplate Rating.
the Fifteen-minute Interval Log That Was Recorded During The Load Bank.
description Of Generator Condition And Any Deficiencies, If Any.
warranty:
the Contractor Shall Guarantee That All Work Performed Will Be Free From All Defects In Workmanship And Materials And That All Services And Repairs Will Provide The Capacities And Characteristics Specified. The Contract Further Guarantees That If, During A Period Of One Year From The Date Of The Certificate Of Completion And Acceptance Of The Work, Any Such Defects Will Be Repaired By The Contractor At His/her Own Cost.
Closing Date18 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094
synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar.
project Description:
this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 27 January, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
mario Hairston
contract Specialist
mario.hairston@va.gov
secondary Point Of Contact:
scott Elias
contracting Officer
scott.elias@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date27 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Others
Germany
Description: Contract notice – general guideline, standard regulation Open procedure (services) Support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in ... Additional support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in network operations through temporary employment (anü) On the basis of its state-wide wide area network (hessennetz), the HZD offers the entire Hessian state administration, i.e. the ministries and the subordinate departments (e.g. tax offices, police departments, courts, etc.) a central, standardized communications platform for a total of around 80,000 PC workstations. These departments use local networks (LANs) at over 800 locations in Hesse to access local or central services. These LANs, with a total of around 300,000 connection points provided, form - together with the connecting wide area network (WAN) - the basic infrastructure for all IT communication in the state of Hesse. Central services are provided in three data centers, and a fourth location is under construction. In recent years, the number of systems managed by the network operations team (STN), network planning and the system and network monitoring team has almost doubled. This has also increased the workload in the teams. It is therefore necessary to buy in support. The main areas of application are implementations as part of change management in the area of complex LAN and WAN environments, as well as technical documentation in the area of change management in various operational areas. The aim of this tender is to conclude a framework agreement with a contract term of two years, with two automatic extensions for a further year each time for the aforementioned services. This is a matter of temporary employment. The focus of the requested service is in the area of technical documentation and the implementation of simple as well as complex LAN and WAN environments. The employees deployed are expected to have appropriate basic knowledge of how to use the tools provided by the client. Since HZD aligns the operation of its network infrastructure with the processes of the IT Infrastructure Library (ITIL), it is important for the client that the employees can demonstrate appropriate experience. The language used in dealings with the client and its customers is German, so appropriate written and spoken knowledge is required. A willingness to work outside of normal working hours if required is required. Employees in the LAN/WAN area The tasks include: - Participation in the general change management process of the HZD - Implementation of (standard) changes to the network components used in accordance with the specifications of the HZD - Implementation of the specifications in a uniform, structured and available project documentation - Consulting activities Qualifications For the temporary employees, knowledge and professional experience of certain qualifications are expected. If the term "professional experience" is used below, this is to be understood as competences, abilities and skills acquired through work activity. Professional experience does not include studies, internships or similar. Employee in the LAN/WAN area - Senior Mandatory qualifications are: Fluent written and spoken German At least three years of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) - Evaluation of new hardware and software components for networks Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in technical consulting Employee in the LAN/WAN area - Junior Mandatory qualifications are: - Fluent written and spoken German At least one year of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in Evaluation of new hardware and software components for networks General requirements A successful security check by the Hzd is a prerequisite for employment.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Others
Germany
Description: Contract notice – general guideline, standard regulation Open procedure (services) Support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in ... Additional support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in network operations through temporary employment (anü) On the basis of its state-wide wide area network (hessennetz), the HZD offers the entire Hessian state administration, i.e. the ministries and the subordinate departments (e.g. tax offices, police departments, courts, etc.) a central, standardized communications platform for a total of around 80,000 PC workstations. These departments use local networks (LANs) at over 800 locations in Hesse to access local or central services. These LANs, with a total of around 300,000 connection points provided, form - together with the connecting wide area network (WAN) - the basic infrastructure for all IT communication in the state of Hesse. Central services are provided in three data centers, and a fourth location is under construction. In recent years, the number of systems managed by the network operations team (STN), network planning and the system and network monitoring team has almost doubled. This has also increased the workload in the teams. It is therefore necessary to buy in support. The main areas of application are implementations as part of change management in the area of complex LAN and WAN environments, as well as technical documentation in the area of change management in various operational areas. The aim of this tender is to conclude a framework agreement with a contract term of two years, with two automatic extensions for a further year each time for the aforementioned services. This is a matter of temporary employment. The focus of the requested service is in the area of technical documentation and the implementation of simple as well as complex LAN and WAN environments. The employees deployed are expected to have appropriate basic knowledge of how to use the tools provided by the client. Since HZD aligns the operation of its network infrastructure with the processes of the IT Infrastructure Library (ITIL), it is important for the client that the employees can demonstrate appropriate experience. The language used in dealings with the client and its customers is German, so appropriate written and spoken knowledge is required. A willingness to work outside of normal working hours if required is required. Employees in the LAN/WAN area The tasks include: - Participation in the general change management process of the HZD - Implementation of (standard) changes to the network components used in accordance with the specifications of the HZD - Implementation of the specifications in a uniform, structured and available project documentation - Consulting activities Qualifications For the temporary employees, knowledge and professional experience of certain qualifications are expected. If the term "professional experience" is used below, this is to be understood as competences, abilities and skills acquired through work activity. Professional experience does not include studies, internships or similar. Employee in the LAN/WAN area - Senior Mandatory qualifications are: Fluent written and spoken German At least three years of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) - Evaluation of new hardware and software components for networks Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in technical consulting Employee in the LAN/WAN area - Junior Mandatory qualifications are: - Fluent written and spoken German At least one year of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in Evaluation of new hardware and software components for networks General requirements A successful security check by the HZD is a prerequisite for employment.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Data Center of the National Financial Administration of the NRW Tender
Publishing and Printing
Germany
Purchaser Name: Data Center of the National Financial Administration of the NRW | To the tender 'Framework agreement (RV) for the delivery of split air conditioning units including installation and maintenance'
Closing Date24 Jan 2025
Tender AmountRefer Documents
321-330 of 346 archived Tenders