Data Center Tenders

Data Center Tenders

Awarding Office For The Municipal Data Center In The Lower Rhine Region Tender

Others
Germany
Purchaser Name: Awarding Office For The Municipal Data Center In The Lower Rhine Region | To the tender 'renewal of Suse Rancher Support Subscription'
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Intellectual Data Center Of The National Statistical Committee Of The Kyrgyz Republic Tender

Services
Others
Kyrgyzstan
Purchaser Name: Intellectual Data Center Of The National Statistical Committee Of The Kyrgyz Republic | For Building Security Services
Closing Date27 Jan 2025
Tender AmountKGS 850 K (USD 9.7 K)

Intellectual Data Center Of The National Statistical Committee Of The Kyrgyz Republic Tender

Services
Civil And Construction...+2Others, Civil Works Others
Kyrgyzstan
Purchaser Name: Intellectual Data Center Of The National Statistical Committee Of The Kyrgyz Republic | Cid Nsk Kr Announces Competition for Internet Access Services for 2025
Closing Date27 Jan 2025
Tender AmountKGS 460 K (USD 5.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
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 Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il. project Description: the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site. 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-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 730 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. section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document. federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project: (1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades. (2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited. (3) Completion Of The Project Will Require An Extended Period Of Time. (4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project. (5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs. (6) Any Other Factors That The Agency Decides Are Appropriate. see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) 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 February 17, 2025 At 10:00 Am 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: shardae Webb contract Specialist shardae.webb@va.gov secondary Point Of Contact: william Henkel contracting Officer william.henkel@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 Date17 Feb 2025
Tender AmountRefer Documents 

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 ARMY USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Introduction the Army Program Director-base Emergency Communications Systems (pd-becs) Is Seeking Companies That Can Engineer, Furnish, And Install Computer‑aided Dispatch(cad), Next Generation 9-1-1 Call Handling Systems (ng-911 Ch), And Ng-911 Location Information Services(lis) In Support Of The Pd-becs Public Safety Answering Point (psap) Modernization Efforts. installations, Garrisons, And Other Army Operational Sites Use Different Names For Communications Centers Including Dispatch Centers, Integrated Incident Management Centers, Emergency Communications Centers(eccs), Incident Operations Centers, Fire Alarm Controlcenters, Etc. The Term Psap Is Used Generically To Represent Those Centers. Psap Modernization Will Bring Base Emergency Response Systems Into Compliance With The Current Version Of The Next Generation 9-1-1 (ng-911) I3 Standard (sta-010) Published By The National Emergency Number Association (nena), The Department Of Defense Public Safety Communications Directives And Instructions And Army Cyber Security Policies. The Army Operates Psaps At Thirty-eight (38) Conus Installations Supporting Organic Law Enforcement, Fire Protection, And Emergency Medical Services To A Combined Population Of Approximately 400,000 Active‑duty Military, Civilians, And Dependents. scope the Us Army Seeks A Balance Between Mature And State-of-the-art Technology That Enables The Employment Of Solutions That Will Prolong The Life Of The New System. Theusarmy Envisions That Its Modern Cad And Ng-911 Ch Solutions Will Be Based On Proven Technology Derived From Current Industry Standards. the Ng-911 Ch Solution Shall Be A Complete, On-premises System With Fully Redundant Host Controllers/servers, Call Taker/operator Consoles, Voice Recording, And Integrated Automatic Location Information (ali) Database. Thesystemshall Support Inbound Calls From Army-owned And Operated Voice Wireline Legacy Time‑division Multiplexing(tdm) And/or Voice Over Internet Protocol(voip) Networks, Commercial Wireline (housing, On-base Contractors, Vendors, Etc.), And Commercial Wireless (mobile Phone) Sources. The Ng-911 Ch Solution Shall Include An Integrated Automatic Location Information (ali) Database To Provide Location Information For Calls Originating From Legacy Phones. The Ng-911 And Cad Systems Shall Be Integrated In Compliance With The Current Version Of The Nena Emergency Incident Data Object (eido) Standards (sta-021 And Sta-024). the Ng-911 Ch Solution Shall Be Tested And Approved By The Joint Interoperability Test Command (jitc) And On The Jitc Approved Product List (apl). System Redundancy, As Shown In The Jitc System Under Test Diagrams, Shall Have No Single Point Of Failure And Shall Provide Automatic Failover In The Event Of A Server Or Network Failure With No Loss Of Active Calls. The Army Anticipates Initially Fielding On Premise Ng-911 Chss Until The Technology Matures And Dod-approved Cloud-hosted Solutions Become Available From Industry. the Ng-911 Ch Solution Shall Support Calls Routed From Commercial (non-government) Sources Via Legacy 9-1-1 Selective Routers, Based On The Associated Existing Emergency Service Number(esn), Or Geospatially Routed Session Initiation Protocol (sip) Based Calls Via An Internet Protocol(ip) Based Emergency Services Ip Network(esinet) To Automatically Deliver 9-1-1 Calls To The Designated Army Psap. Theng-911 Ch Solution Shall Be Capable Of Interoperating With Other Dod, Federal, State, Local, Tribal, And Territorial E9-1-1 Or Ng-911 Psaps To Support Call Transfers And Conferencing, With Location Data, Between Psaps. the Cad Solution Is To Be Deployed As A Cloud Or Other Commercial Data Center-hosted Solution That Is Centrally Managed And Fully Redundant With No Single Points Of Failure. The Contractor Shall Provide Dedicated, Redundant Commercial Ip Circuits, With Backup Connections Leveraging The National First Responder Broadband Long‑term Evolution(lte) Wireless Network First Responder Broadband Network(frbn) Commonly Known As First Responder Network Authority(firstnet). the Cad System Shall Support Legacy Interfaces To Ancillary Sub-systems Local To Individual Installations. These Sub-systems Include Firestation Alerting Systems, Fire And Intrusion Alarm Central Monitoring Systems, Headset Arbitration Between Ng-911 And Radio Consoles, Vehicle And Personnel Location Information, Mobile Cad Applications, And Fire And Le Event/incident Records Reporting Systems. Applicable Interfaces May Differ By Army Installation. Examples Include But Are Not Limited To, Serial (rs-232, 422, 485), Analog, Contact Closure, Ip, Or Proprietary And May Involve Vendor-unique Application Programming Interfaces (apis). the Cad System Shall Provide An Integrated Gis-based Mapping Element. The Cad System Shall Provide Event Creation/updates, Event/run Cards, Event Closeout, Police/fire/ems Dispatch Protocols, Incident And Operational Reports, Database Updating, And Receiving Populating All 9-1-1 Caller Data To Include Calling Party Number(cpn) And Calling Device Location Data. the Contractor Shall Provide All Personnel, Infrastructure, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary For System Installation, Integration, Implementation, Testing, System Operator Training, And System Warranty And Support For The Cad, Ng-911 Ch Solution And Ng-911 Lis Systems. the Cad System Shall Have An Approved Federal Risk And Authorization Management Program(fedramp) Assessor, 3rd Party Assessment Organization(3pao), To Assess Its Cadsoftware Suite And Network Hosting Infrastructure To Ensure They Meet Impact Level 4(il-4) Requirements. The Contractor Shall Meet All Other Commercial Cloud Requirements As Listed In The Defense Information Systems Agency’s (disa’s) Cloud Computing Security Requirements Guide (srg). The Contractor Shall Meet All The Disa Requirements For A Provisional ‑ Authorization To Operate(p‑ato). the Ng-911 Lis Solution Shall Be An On‑premise Architecture, Co-located With Applicable Regional Or Local Session Controllers, Providing An Liscapability With Ip Network Discovery Of Location Changes To Voip/sip End-user Devices. The Ng-911 Lis Solution Shall Be Jitc Tested And Approved And On The Jitc Apl. requested Information please Provide A Response To The Government Per The Below Submission Requirements On The Following Questions To Encourage Competition And Exchange Of Information. Vendors Should Identify Past (limit To Five (5) Years) Or Current Contracts That Your Company Has Been Either Prime Or Subcontractor Associated With Fielding Ng-911 Chs, Cad, And/or Lis Solutions On Dod Installations. Use The Following As Guidelines For The Responses. please Indicate Your Current Cage & Duns Codes. brief Descriptions Of Contract Or Task Order Projects Your Company Has Successfully Supported Which Demonstrate The Number Of Systems Implemented And Breakout By Capability Set. ng-911. cad. lis. other Relevant Capabilities. size Of The Systems. number Call Taker/dispatch Consoles At A Given Customer. If Relevant, List Multiple Projects/customers. psap Annual 9-1-1 Call Volume At A Given Customer. describe Any Challenges Faced And How Were They Resolved. Since This Rfi Covers Three Capabilities (cad, Ng9-1-1, Lis), Challenges Would Include Identified System Interoperability Dependencies, Government Dependencies/infrastructure/policies That Need To Be In Place Before Any Fielding Efforts, Cyber Constraints, Cloud Hosting Constraints, Etc. describe Any Technical, Logistic, And Programmatic Risks Your Company Foresees In Executing The Technology Changes Taking Place In The 9-1-1, Cad, And/or Lis Industry. were The Capabilities Implemented Commercial Off The Shelf (cots) Solutions? If So, What Was The Result (e.g., In Terms Of Schedule, Resource, Risk)? describe Your Company’s Experience Interfacing To 3rd Party, Ancillary Sub-systems. is Your Company The Original Equipment Manufacturer (oem) For Any Or All The Solutions Implemented? If Not, Please Provide A Brief Description Of Existing Teaming Arrangements That You Have To Deliver Solutions. which Dod Component(s) Issued The Project Requirement/solicitation And Subsequent Contract Award(s) was Your Company The Prime Or Sub-contractor? were Contract(s) Firm Fixed Price Or Cost Plus? were Contract(s) Lowest Price, Technically Acceptable (lpta) Or Best Value? how Many Ng911/cad Installs Can Be Completed In A Calendar Year? what Information And/or Documents Are Missing That Would Otherwise Allow Your Company To Submit A Proposal? will Your Company Propose On This Effort? Yes, Or No? if Yes, Please Indicate Your Business Type (for Example, Small Business, Large Business, Small, Disadvantaged Business…etc.). if A Small Business, Please Indicate If Your Company Would Be Capable And Intend For At Least 50 Percent Of The Cost Of Performance Incurred For Personnel To Be Expended For Employees Of Your Company (see Far 52.219-14). submission Instructions: any Information Considered By The Responder To Be Proprietary Shall Be Marked As Proprietary. None Of The Information Provided Shall Contain Any Classified Material Or Classification Markings. No Telephone Requests Or Questions Will Be Accepted. All Responses To This Rfi Shall Only Be Submitted In Writing To Army Contracting Command-aberdeen Proving Ground (acc-apg), Addressed To The Following: Contracting Officer, Katia.lacoste.civ@army.mil And Contract Specialist, Walker.d.bazemore.civ@army.mil. Responses Shall Be Received No Later Than Close Of Business (cob) On 13 Feb 2025. All Email Transmittals Shall Be Contained In A Message Less Than 10mb In Size.page Count Shall Not Exceed Five (5) Pages For This Rfi.cover Page Is Excluded From The Five (5) Page Limit. this Request Is Issued To Develop A Viable Rfp That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Request Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, An Rfp Is Released. The Requested Information Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. no Entitlement To Payment By The Government Of Direct Or Indirect Costs Or Charges Will Arise As A Result Of The Submission Of Information In Response To This Request. Proprietary Information Shall Not Be Submitted. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information.
Closing Date13 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 

Municipality Of Polillo, Quezon Tender

Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Supply, Delivery And Installation Of Public Address System- Lgu Polillo, Quezon 1. The Municipality Of Polillo, Through The 5% Calamity Fund 2025 Approved By The Sangguniang Bayan Of Lgu Polillo Intends To Apply The Sum Of One Million Seven Hundred Ninety-six Thousand Seven Hundred Twenty Pesos Only (₱1,796,720.00) Being The Abc To Payments Under The Contract For Supply, Delivery And Installation Of Public Adress System- Lgu Polillo Quezon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 17, 2025 The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱ 5000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before February 17,2025 2:30pm. Late Bids Shall Not Be Accepted. 7. The Municipality Of Polillo Will Hold A Pre-bid Conference On February 3, 2025 2:30pm At Mpdc Office, 2nd Floor Municipal Annex Building, Mabini St., Brgy. Poblacion, Polillo, Quezon And/or Through Video Conferencing Or Webcasting Via Messenger, Which Shall Be Open To Prospective Bidders. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 17, 2025 2:30pm At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Polillo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Deborah B. Marasigan Bac Chairperson And Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson 1 Lot 8-core Hybrid Fiber Optic Outdoor Armored Cable With Tight Buffered Fibers For Aerial Mounting To Electric Posts. Accessories Included: Hooks, Pulleys & Fiber Drop Wires. 15 Pieces Ip67 Terminal/utility Box 400mm X 300mm X 180mm With Key Lock, Ce/rohs/iso9001 Type Approved, Bundled With Complete Mounting Screws And Stainless Metal Belts & Locks. 15 Units Fiber Optic Media Converter-gigabit, High Density Hot-swappable Media Converter Redundant Hot-swappable Ac And 12v Dc Power Supplies With Built-in 4-ports Switch 10x1000 Plus Hybrid A-b Tx/rx In One Device. 15 Pieces Fiber Optic Patch Cords (sm) Compatible, Sc/sc Connector. 15 Units Fiber Optic Splice Box Fiber Capacity 8-sc Output Ports 8x6mm+1x Up To 10mm (full Assembly) 8-core Ip65//66/67 1 Piece 16u Network Data Cabinet 1 Unit 1200 Core Switch Fully Managed Aggregation Switch, 1200 Sfp+ Ports; (8) Plus Rj45 Ports; (2) Rj45 Serial Console Port, L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non-blocking Throughput, Forwarding Rate 1.2gbps. 8 Units Gigabit Ethernet Sm Sfp Sc 20km 1200 Transceivers Module. 1 Unit 4k Led Monitor 55″ Inch 3840×2160 (uhd) Cctv Monitor- Industrial 1 Lot Network Cat-6e Pure Copper Outdoor Type Cable, 305m/box Bare Copper Shielded 15 Units 10/15amps Circuit Breaker 240vac 1 Unit Computer System Unit (amd) Specification: Intel Core I5-12th Generation System Unit, 16gb System Memory, 4gb Video Card, 2x 1tb Hdd, 500gb M.2. Ssd, 22” Led Monitor, Windows 11 Professional Operating System & Microsoft Office 2021 Professional. (to Be Installed At Mdrrmo Eoc For Configuration & Maintenance Use Plus Data Backup And Paging System Server)" 15 Units Network Horn Speaker Paging System Audible Distance 40-50m Supports Poe, 50w, Ip65. 1 Unit Network Public Address Software It Can Work Within Lan Network Including Fiber Links And Wireless Ptp/ptmp. Support Up To 1000 Zones User Can Set Up The Whole Network System Using The Main Software Features: Grouping / Zoning, Paging, Music Playback, Schedule Recorded Playback, One Button Alarm To All Speakers 1 Unit Public Address Condenser Mic Desktop With Chime Ac220vplug & Play Function Output Voltage Selectable Turn On & Off Chime Function Adjustable Chime Volume 1 Lot Vrght-8c-sm 8 Core Fiber Optic Cable Single Mode 15 Pieces 48v Power Adaptor 1000mah 1 Lot Fiber Optic Laying, Wired-fiber Cabling/stringing And Mounting Of Network Devices/peripherals, Ip Cameras & Utility Boxes. Fiber Setup, Configuration, Fine Tuning And Synchronization Of Pa System Equipment Installed At Mdrrmo Eoc. Testing For Full Functionality As A Whole Of The System. 1 Lot Installation Materials & Peripherals: Cable Tie, Metal Clamps, G.i. Wires, 4-gang Outlets, Electrical Wires, Rj45 Connectors, Fiber Sleeve’s, High Pressure Nails, Silicon Sealant, Plastic Molding, Fiber S-clamps, Metal Straps, Metal Straps Lock, Double Sided Tapes, Electrical Tapes, Led Wall Mount Brackets, Hdmi Cables, Woods Screws, Metal Screws, Etc. Technical Requirements And Conditions 1.bidder/supplier Requirement. Interested Contractor/system Integrator Must Present The Following: A. A List Of Accredited Or Authorized Service Providers For The Preventive Maintenance Of The System To Ensure The Quality And Fast After Sales Services Response For The Maintenance Of The Project, During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To Repair Any Reported Problem Of The Entire. B. This Project's Complexity And Utmost Need To Rely On The Contractor’s Professionalism, Qualifications, And Integrity. To Exhibit The Knowledge And Experience Necessary To Ensure Optimal Customer Satisfaction, The Bidder/supplier Must Be In The Industry For At Least Eight (8) Years.; C. The Service Provider: Must Have The Capacity And Ability To Provide Maintenance Services And Technical Support In The Next Business Day. D. Has Implemented At Least 3 Similar Projects In The Deployment Of A Fiber Optics Backbone Cabling E. Service Provider Must Submit Detailed Work Plan Specifying Installation Design. F. Installation Shall Be Supervised By Professional Electronics Engineer And Safety Officer G. Service Provider Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. H. Service Provider Is Reachable Through Phone Or Email For Technical Support I. Complete The Delivery Of The Functional Network Within 30 Days From The Receipt Of The Notice To Proceed. J. Upon Installation, The Network Shall Be Tested For Continuity And Speed Together With All Conditions And Parameters Identified. K. The Bidder Shall Provide The Following Requirements: Note: All Certifications Mentioned In This Section Must Be Submitted With Your Eligibility Documents Under Technical Specification.  Certificate Of Offered Brand Distributorship/dealership From The Local Distributor With The Exact Address Of The Bidder’s Showroom Or Warehouse Must Also Provide.  Training Certificate Of Fiber Optic & Splicing From The Distributor Of Brand Offered, At Least 4 Persons, And Must Be Indicated At Manpower Requirements.  Certification From The Bidder That The Products/items To Be Delivered Are Brand-new And Latest Model Of Its Kind.  Unconditional Statement That The Bidder Will Comply With The Provision On The Complete Installation, Calibration, Testing And Commissioning Of Entire System.  Unconditional Statement That The Bidder Will Comply With The Provision That The Contractor Shall Provide The Wiring Layout Plan Indicating All Equipment Locations With Its Corresponding Serial Numbers And End-to-end Connectivity Of Inputs To Outputs.  Unconditional Statement That The Bidder Will Comply With The Provision That All Other Equipment And Materials Not Mention Under Technical Specification That Are Necessary For The Complete Installation And Commissioning Of The Whole System Shall Be Provided By The Winning Bidder.  Unconditional Statement From The Bidder Reflecting That During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To The Repair Any Reported Problem Of The Entire System Upon Receipt Of Notice From The Municipality Of Polillo.  Unconditional Statements That The Bidder Will Comply With The Above Mentioned (installation, Configuration And Testing) Of The Technical Specifications. Note: All Certifications/documents Mention In This Section Must Be Submitted During The Bid Opening. 2. Resources/utilities. The Winning Contractor Or System Integrator Must Have The Appropriate Personnel, Tools, Resources, Equipment Specially Fiber Optic Fusion Machine, (fiber Optic Fusion Machine Is A Device That Uses An Electric Arc To Melt Two Optical Fibers Together At Their End Faces, To Form A Single Long Fiber.) And Accreditations For The Efficient Implementation Of The Project; 3. Fiber Type Classification. The Wired-fiber Network Infrastructure Backbone Requirement Must Be Single-mode 8-core For Node-1 And Node-2, (1 X 5km) Each Node, Total Equivalent To 10,000 Meters (10km) Outdoor Hybrid Type, Aerial Deployment Strategy Utilizing The Quezelco/barangay Posts To Hold And Suspend The Fiber-wire That Will Comprise The Network Backbone Covering 2 Separate Areas; 4. Speaker Installation Standards. All Network Speaker Mounted/installed In Identified Posts By End-user Must Be Supported With The Appropriate Ip67-steel/stainless Boxes With Standard 400mm Diameter Size And Standard Length Of 300x180mm 5. Standard Height Speaker & Utility Box. Standard Height Of Network Cameras From The Base Of The Quezelco Posts Is 10-feet Min, 15-feet Max. The Standard Height Of The Utility Box From The Base Of The Quezelco/barangay Posts Must Be 10-feet For Easy Technical Access And Maintenance; 6. Powering Standards. Powering Of Ip Cameras Must Be Surge Protected With Lightning Suppressor. Digital Molded Type Circuit Breakers With Min 10amperes To 15amperes Maximum Must Be Utilized Including 4gang Power Outlet. With #14 Wire As The Standard For Power Tapping To Quezelco/barangay Live Electrical Ac Source; 7. Proper Tagging, Marking And Labeling. Fiber Wire Nodes In The Data Cabinet Including Main I.t Equipment And Network Devices Must Be Properly Tagged, Labeled And Provided Identification; 8. Testing And Commissioning. Professional Testing That Includes Laser Light Penetration Test On All The Fiber Nodes Must Be Done By The System Integrator/contractor To Ensure Integrity And Quality Of The 2 Nodes As Main Wired-fiber Network Backbone To Secure And Enhance Connections Of Ip Cameras And Network Peripherals; 9. Coordination. The Contractor Is Responsible In Coordinating With Quezelco/barangay Relative To The Implementation Of Node 1 And 2 Wired-fiber Network Infrastructure Including The Power Tapping For Any Electrical Standards/precaution Requirements And Standards. Submit Power Consumption Ratings Of All Cameras And Network Devices; 10. Basis Of Inspection/implementation. The Program Of Work Will Be The Sole Basis Of The Contractor/system Integrator In Implementing The Project. This Will Also Serve As The Sole Basis Of Final Inspection Upon The Completion Of The Project By Authorized Agency Inspectors; 11. Change Variation Order. In Cases Of Needed Changes Of Deliveries Adjustments Necessary For The Project, The Contractor Or System Integrator Must Immediately Inform The Municipality Of Polillo, Quezon Province In Writing For Approval Prior To Delivery Of Items And/or Services; 12. Wiring Standards. Global Standards Fiber-wired Cabling And Well-organized Wiring And Proper Placement Of I.t Equipment And Network Devices At The Municipality Of Polillo Of The Command Center Must Be Observed By The Winning Contractor. Further, All I.t Peripherals And Network Devices Mounted Inside Utility/terminal Boxes In All The Locations Must Be Well Organized Properly Mounted Not Mess Up; And 13. Data Center Standards: All Existing Network Wirings/cablings Inside The Data Cabinet Should Be Included To Be Organize By The Winning Contractor For Wiring And Cabling Standards.
Closing Date17 Feb 2025
Tender AmountPHP 1.7 Million (USD 31 K)

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 
331-340 of 347 archived Tenders