Data Center Tenders
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
Goods
Civil And Construction...+1Others
Kyrgyzstan
Purchaser Name: Intellectual Data Center Of The National Statistical Committee Of The Kyrgyz Republic | Purchase of Stationery for Employees of the CID Nsk Kr for 2025
Closing Date6 Mar 2025
Tender AmountKGS 49.9 K (USD 571)
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
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: This Contract Will Be Procured In Accordance With The Brooks Architect-engineer Act As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Government Intends To Award A Multiple Award, Not Exceeding Three Awards, Idiq For Architect-engineer (a/e) Services To Be Performed For The Department Of Commerce (doc), National Oceanic And Atmospheric Administration (noaa), National Environmental Satellite, Data, And Information Service (nesdis) From This Announcement. The Contractor’s Performance Period Is For A 12-month Base Period And Four 12-month Option Years; A Total Of Five Years If All Options Are Exercised. The Primary Geographical Area Is The Washington Dc-metro And Surrounding Areas As Well As Fairbanks, Alaska, As Follows Below. Work Under Task Orders May Be Required To Be Performed Within The United States (u.s.).
nesdis Ssmc1 Building, 1335 East West Highway, Silver Spring, Md 20910
nesdis Ssmc3 Building, 1315 East West Highway, Silver Spring, Md 20910
nesdis Satellite Operations Facility (nsof), 4231 Suitland Rd, Suitland, Md 20746
nesdis Fairmont Cbu Facility (cbu), Vertex Building, 1000 Galliher Drive, Fairmont, Wv 26554
nesdis Wallops Cda Station (wcdas), 35663 Chincoteague Road, Wallops, Va 23337
nesdis Fairbanks Cda Station (fcdas), 1300 Eisele Road Fairbanks, Ak 99712
university Of Maryland M Square Building 5830, University Research Ct., College Park, Md 20740
in Accordance With Far 36.209, “no Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative.” Future Construction Contracts To Any A/e Awardee Will Be Limited In That Respect.
noaa/nesdis Reserves The Right To Utilize The A/e Contractor In Other Locations Within The U.s. And Its Territories. The Government Reserves The Right To Award One Or No Contracts As A Result Of This Announcement. If The Government Decides To Award A Contract From This Notice, The Government May Individually Rank The Firms That Respond. The Government Reserves The Right To Invite The Highest-ranked Firms From This Announcement For Interviews. However, The Government Is Not Obligated To Conduct Any Interviews And May Rank Firms Based Simply On Their Response, So Offerors Should Submit Their Best Response. If Interviews Are Conducted, Any Firm That Responded But Was Not Invited To An Interview May Request A Debriefing In Accordance With Far 15.506.if Interviews Are Conducted, Any Firms Selected For Interviews Will Be Re-ranked, After The Interviews, Based On The Selection Criteria Listed Below.
the Government May Request Services In Accordance With The Ordering Provisions Of This Contract. Task Orders May Be Issued For Individual Projects. Each Task Order Will Be A Negotiated Firm Fixed Price Contract Based On An Individual Statement Of Architect And Engineer Services (saes) Which Shall State:
the Scope Of Work To Be Performed;
required A/e Tasks;
required Deliverables;
government-provided Materials And/or Services;
specialized Codes, Standards, References, And Publications; And
periods Of Performance With Schedule For Intermediate Milestones.
typical Facilities May Include, But Are Not Limited To, The Following:
office Buildings;
warehouses And Storage Buildings;
laboratories And Research Facilities;
communications Installations;
weather Forecast Offices; Or
data Centers.
the Government Will Require A/e Services At Nesdis Sites Associated With Studies And Reports; The Construction Of New Facilities; And The Renovation, Repair, Expansion, And/or Demolition Of Existing Facilities. A/e Idiq Services May Include, But Are Not Limited To, Those Listed In Attachment 1 – Statement Of Architect And Engineer Services, Idiq Base Contract, Section 1.4 “types Of Services”.
overview
selection Of The Most Highly Qualified Firm(s) Will Be Based On The Evaluation Of The Following Three (3) Equally Weighted Factors:
corporate Experience
professional Qualifications & Management Capabilities
past Performance
offerors Must Address All Three Criteria In Their Submission. Instructions For What To Submit And How Each Section Will Be Evaluated Are Provided Below.
1. Corporate Experience
instructions To Offerors
offerors Shall Submit A Minimum Of Three (3) And A Maximum Of Five (5) Relevant Projects Performed As The Prime Contractor Within The Last Seven (7) Years That Are Similar In Size, Scope, And Complexity To Those Described In This Solicitation. Projects May Include Work Completed For Federal, State, Local Governments, Or Private Entities. Federal Government Experience Is Considered A Strong Asset.
for Joint Ventures, Projects May Be Submitted By The Joint Venture Entity Or Any Individual Member.
for Ongoing Contracts, The Contractor Must Have At Least 12 Months Of Performance Completed By The Solicitation Closing Date To Be Considered.
each Project Description Should Include The Following:
purpose And Scope Of The Project, Facility Type, Tenant Mission, Facility Use (e.g., 24/7 Ops), Square Footage, And Equipment Complexity.
total Contract Value.
description Of Services And Level Of Responsibility.
list Of Subcontractors Used And Associated Dollar Values.
contract Type (e.g., Firm-fixed-price, Cost-reimbursable, T&m).
contract Start And End Dates, Including Options.
client Contact Information (name, Title, Phone, Email, Address).
building Owner Or Representative Contact Information (name, Title, Phone, Email, Address).
evaluation Criteria
corporate Experience Will Be Evaluated Based On The Diversity, Complexity, And Relevance Of Prior Work Similar In Scope To:
sustainability And Energy Efficiency Projects
hazardous Materials Abatement
building Demolitions And New Construction
fault Tolerance Analysis
primary And Backup Power Systems
mechanical And Hvac Systems For 24/7 Operations
facility Master Planning And Space Utilization
operations And Maintenance Service Improvement
more Recent And Highly Relevant Experience Will Be Rated More Favorably. Work By Predecessor Companies Or Subcontractors May Be Considered.
2. Professional Qualifications & Management Capabilities
instructions To Offerors
offerors Shall Submit A Staffing Plan And Resumés (maximum 1 Page Each) For All Key Personnel, Including The Project Manager, Architects, Engineers, And Other Key Professionals. The Plan Should Describe How Personnel And Any Subcontractors Will Be Deployed To Accomplish All Aspects Of The Contract Scope.
key Personnel Should Demonstrate Experience Managing Multi-discipline Projects At A Single Location Simultaneously. All Personnel Must Be Familiar With Current Codes And Standards Relevant To Their Discipline.
offerors Must Propose Individuals Who Meet Or Exceed The Minimum Qualifications Outlined Below. After Award, Changes To Proposed Key Personnel Require Government Approval.
minimum Key Personnel Qualifications
project Manager
minimum Of Five (5) Years Of Experience As An Architecture Or Engineering Project Manager
experience With Leadership, Negotiation, Schedule Management, Cost Control, Risk Management, Contract Administration, Communications, Work Breakdown Structures, And Quality Management
architect
registered Architect (ra) Licensed In A U.s. State, The District Of Columbia, Or A U.s. Territory
minimum Of Five (5) Years Of Experience As A Design Architect
experience With Space Planning, Evidence-based Design, Life Safety, Accessibility, Sustainability, Historic Preservation, And Construction
structural Engineer
licensed Professional Engineer (pe) In Structural Discipline Or Structural Engineer (se) In A U.s. State, The District Of Columbia, Or A U.s. Territory
minimum Of Five (5) Years Of Experience As A Design Structural Engineer
experience With Modern And Antiquated Structural And Foundation Systems, Seismic Design, Blast Resistance Design, And Dynamic Analysis
civil Engineer
licensed Professional Engineer (pe) In Construction, Geotechnical, Transportation, Or Water Resources/environmental Disciplines
minimum Of Five (5) Years Of Experience As A Design Civil Engineer
experience With Site Analysis And Development, Circulation, Roadway And Pavement Design, Stormwater Management, Utility Design, Geotechnical Evaluation, Roofing Systems, And Sustainability
surveyor
licensed Professional Surveyor (ps) In The State(s) Where Survey Work Will Be Performed
minimum Of Five (5) Years Of Experience As A Professional Surveyor
experience With Topographic, Utility, Landscape, Cadastral/boundary, Deformation, And Structural Surveying
mechanical Engineer
licensed Professional Engineer (pe) In Mechanical Discipline
minimum Of Five (5) Years Of Experience As A Design Mechanical Engineer
experience With Hvac-r Systems, Building Automation, Plumbing, Steam Generation/distribution, Data Centers, Fire Protection, Elevator Systems, Equipment Planning, Sustainability And Energy Management, And Building Commissioning/retro-commissioning
electrical Engineer
licensed Professional Engineer (pe) In Electrical Discipline
minimum Of Five (5) Years Of Experience As A Design Electrical Engineer
experience With Low/medium Voltage Distribution, Emergency Generation, Lighting And Controls, Fire Alarms, Electronic Security, Telecommunications, Building Automation, Lightning Protection, Arc Flash/selective Coordination Studies, Sustainability, And Commissioning
fire Protection Engineer
licensed Professional Engineer (pe) In Fire Protection Discipline
minimum Of Five (5) Years Of Experience As A Design Fire Protection Engineer
experience With Healthcare, Ambulatory Care, Residential, And Business Occupancies; Life Safety Surveys; And Development Of Joint Commission Statement Of Conditions (soc) Documents
evaluation Criteria
this Factor Evaluates The Depth And Relevance Of Experience Of Proposed Key Personnel, And The Effectiveness Of The Staffing Plan In Supporting Successful Contract Execution.
key Personnel Qualifications, Past Performance, And Technical Capabilities Will Be Assessed, Including:
how Well Proposed Personnel Align With Required Qualifications
effectiveness Of Proposed Team Structure And Resource Allocation
risk Reduction Demonstrated In The Staffing Strategy
reference Checks On Key Personnel Performance (if Applicable)
3. Past Performance
instructions To Offerors
offerors Shall Submit Past Performance Information For The Same 3–5 Projects Submitted Under Corporate Experience. Include Customer References And Building Owner/representative Contact Details Who Can Speak To The Quality Of Services Provided.
for Significant Subcontractors Or Joint Venture Partners, Offerors Should Also Submit Past Performance Information And Relevant Customer Contacts.
evaluation Criteria
the Government Will Assess The Quality And Relevance Of Past Performance, Focusing On:
adherence To Contract Requirements And Schedules
quality Of Deliverables And Workmanship
proactive Issue Resolution And Milestone Achievement
management Responsiveness And Cooperation
commitment To Customer Satisfaction
references Indicating “excellent” Or “outstanding” Performance—particularly For Long-term Contracts—will Be Evaluated Favorably. The Government May Also Use Past Performance Data From Other Known Sources.
offerors Without Relevant Past Performance Will Receive A Neutral Rating, Which Will Neither Help Nor Hurt The Overall Score.
in Accordance With Far 36.6, This Is Not A Request For Price Proposal. Interested Firms Having The Capabilities To Perform This Work Must Submit A Full (i.e., Parts I And Ii) Electronic Copy Of Their Standard Form 330, “architect-engineer Qualifications,” To Be Received At The Address Listed Below No Later Than 10:00 Am (edt, Dc/local) On Monday, May 16, 2025. Submissions Received After This Date Will Not Be Considered, Except At The Government’s Sole Discretion. Submissions Shall Be Limited To A Total Of 80 Pages Single-sided (or 40 Pages Double-sided). Therefore, Conciseness And Simplicity Are Encouraged. These Forms Must Be Submitted To Both Mr. Mark Sullivan (mark.a.sullivan@noaa.gov) And Ms. Markita Simmonds (markita.simmonds@noaa.gov).
all Contractors Doing Business With The Government Must Be Registered With The System For Award Management (sam.gov). No Award Can Be Made To A Company Not Registered In Sam.gov. To Register With Sam.gov, An Entity Must Have A Unique Entity Identifier (uei) In Sam.gov, Which Can Be Obtained Free Of Charge Via Sam.gov. Please Visit Sam.gov For Additional Information On How To Register.
Closing Date16 May 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.
update (4/22/2025)
government Response To Industry Questions Have Been Included As An Attachment.
Closing Date2 May 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 Construction Project At The Bay Pines Va Medical Center Located In Bay Pines, Fl.
project Description:
the Project Shall Include, But Is Not Limited To, Building 107 Addition, Upgrading Facility Fiber Throughout The Buildings To Each Tele/comm Rooms (87), Provide A Redundant Fiber Run Throughout The Facility To Each Tele/comm Room, Provide Redundant Fiber Mains To The Pbx/telecom Demarcation And Data Center Rooms From The Provider Point, Install Or Upgrade Potentially (8400) It Outlets Located Throughout End User Spaces, And (175) 48 Port Patch Panels In (87) Tele/comm Rooms Throughout Campus Buildings (requires Field Verification), Install Or Upgrade Potentially (8400) Electrical Outlets Located Throughout The End User Spaces And (87) Dual Power Outlets In (87) Tele/comm Rooms Throughout The Campus (requires Field Verification), Upgrade Facility Power Distribution As Required, Upgrade Facility Hvac Distribution As Required, Physical Security Assessment And Upgrades, And Hazardous Materials Remediation And Abatement.as Required By Drawings And Specifications.
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 June 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 450 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 Point Of Contact Listed Below By May 9, 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 300
independence, Oh 44131
primary Point Of Contact:
shawn Tavernia
contract Specialist
shawn.tavernia@va.gov
secondary Point Of Contact:
bridget E. May
contracting Officer
bridget.may@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 Date9 May 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
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
France
Details: The purpose of this contract is the design and construction of the extension of the data center located on the St Jérôme campus of Aix-Marseille University in the 13th arrondissement of Marseille. This is a contract with a firm tranche and optional tranche(s) in application of the provisions mentioned in Articles R2113-4 to R2113-6 of the Public Procurement Code. The details of the tranches are provided in the program. In application of article L2112-2 of the Public Procurement Code, the specifications include a social clause as a condition of execution of the contract, detailed in the article "Social Clause" of the Ccap. In order to facilitate its implementation, Aix-Marseille University has provided technical support identified in this same article.
Closing Date25 Apr 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: New 120-155mm Cannon Laser Bore Chamber Add-on Kit Capability For 120-155mm Cannon Gun Tubes. This Acquisition Shall Be Capable Of Use For: Precision Non-contact Bore Measurement Of 120-155 Mm Cannon Smooth And Rifle Gun Tubes. Measurement To The End Of The Muzzle With A Guide Tube Adaptor That Attaches To The Muzzle, For Supporting None-contact Gauge And Rigid Or Self-propelled Delivery Unit Laser Cannon Tube Bore And Chamber Gauging Kit Shall Employ A Set Of Opposed High-resolution Sensors That Are Automatically None-contact The Bore Chamber Along Its Length To Muzzle End Of Cannon Tube.1. The 120mm Cannon Laser Add-on Bore Gauging Kit Shall Be Operated As A Complete Turn-key Unit And Include The Following Major Components:120mm Cannon Bore Chamber Add-on Kit Guide Tube Assembly Certified Calibration Ring (5 Steps) Laser Bore Chamber Calibration Workspace Software2. The 155mm Cannon Laser Add-on Bore Gauging Kit Shall Be Operated As A Complete Turn-key Unit And Include The Following Major Components:155mm Cannon Bore Chamber Add-on Kit Guide Tube Assembly Certified Calibration Ring (5 Steps) Laser Bore Chamber Calibration Workspace Software3. The Laser Bore Chamber Scanning Modules Shall Meet The Following Specifications Axial Scan Resolution: 0.25mm (0.01 Inch) Minimum Rotary Scan Resolution: 0.1mm (0.004 Inch) Minimum Sensor Resolution: 0.005mm (0.00025 Inch)laser Spot Size: 0.050mm (0.002 Inch) Minimum Measurement Repeatability: 0.012mm (0.0005 Inch)measurement Accuracy: Minimum Of 0.025mm (0.001 Inch) In Bore And 0.05mm (0.002?) In Bore Chamber Angular Sampling Resolution: Variable ? Up To 0.1 Degrees Per Sample (3,600 Samples Per Revolution)measuring Range (diameter): Chamber Bore Size minimum Range maximum Range120mm 4.7000 In 6.3000 In155mm 6.1950 In 6.8000in 4.each Calibration Ring Shall Have Five Steps (diameters) Minimum Within The Center 75% Of The Range Of The Gauge The Calibration Rings Shall Be Measured With A Nist-traceable. A2la Accredited, Iso 17025 And Ans/incl Z540-1-1994 Standards5.automatic Sensor Calibration Software Shall Be Capable Of Conducting An Automatic Calibration Routine Calibration Software Shall Provide A Pass/fail Display Of Calibration Test Results If The Calibration Fails, The Software Shall Automatically Calculate Corrected Calibration Parameters Calibration Software Shall Allow The Operator To Manually Adjust Offset And Slope Of The Calibration Algorithm6. Data Analysis Shall Be Supported By Existing Analysis Software, With Modification If Required To Meet The Requirements In This Specification Analysis Modules For Post Processing Of Data Including But Not Limited To Calculating: Land And Groove Diameter, Area, Statistics, Reference Subtraction, Rotate Data, Remove Centering Offset, Remove Undefined Data, Remove Bad Data, Variable Median Filter, Averaging Filter
Closing Date21 Apr 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
971-980 of 1017 archived Tenders