Data Center Tenders
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Work For This Project Includes, But Is Not Limited To, P-614 Joint Consolidated Communications Center Facility At Andersen Air Force Base, Guam. This Project Consolidates The Andersen Air Force Base Communications, Command And Control, Computer, Intelligence/information Technology (c4i/it) Functions Into A Resilient And Diverse Open Architecture Solution By Construction Of A New, Two-story, Reinforced Concrete Communications Center And Administrative Support Space For The 36th Communications Squadron (36cs). Work To Include Electrical, Mechanical, Water, Communication, Fire Suppression/detection, Air Conditioning System With Humidity Environmental Controls, Utilities, Pavements, Security, Parking, Associated Site Improvements, And All Necessary Supporting Facilities For A Complete And Usable Facility. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens.
the Magnitude Of This Project Is Estimated Between $100,000,000 And $250,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,286 Calendar Days.
a Sources Sought Notice (n62742-25-s-1303) For This Procurement Was Posted On 22 August 2024 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision.
this Is An Lpta Source Selection Procurement. The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306 (a)). Therefore, The Initial Proposal Shall Conform To The Solicitation Requirements And Should Contain The Best Offer From A Technical And Price Standpoint Based On The Following Factors: Factor 1 – Experience, Factor 2 – Past Performance, And Factor 3 – Safety. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars.
only The Three (3) Lowest-priced Proposals Will Be Evaluated For Fair And Reasonable Pricing And Technical Acceptability. If None Of The Three (3) Lowest-priced Proposals Are Found To Be Technically Acceptable, Then The Next Three (3) Lowest-priced Proposals Will Be Evaluated For Technical Acceptability. If None Of The Six (6) Lowest Priced Proposals Are Found To Be Technically Acceptable, Then All Remaining Proposals Will Be Evaluated For Technical Acceptability.
the Government Intends To Select The Lowest Reasonably Priced Technically Acceptable Offer And Award A Contract (within The Funds Available) Without Conducting Discussions.
a Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features:
precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A.
uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A.
clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A.
1. Projects Submitted To Demonstrate Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed To Perform That Type Of Work In This Contract.
2. If The Offeror Self-performed The Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Then The Offeror Must Confirm That It Will Self-perform The Same Relevant Individual Feature(s) In Order To Be Considered. If Offeror Does Not Intend To Self-perform, See Note 9 About Teaming Arrangements.
3. Projects Submitted Shall Collectively Demonstrate Experience In All Three (3) Individual Features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System. Failure To Demonstrate Experience In All Three (3) Individual Features Shall Be Considered A Deficiency And An Unacceptable Rating Will Be Assigned For This Factor. All Individual Features, Or Multiple Individual Features, Do Not Have To Be Within Any Single Project Scope.
4. Relevant Projects Shall Have Been Completed Or Substantially Completed Within The Last Ten (10) Years Of The Date Of Issuance Of The Rfp. “substantially Complete” Is Defined As At Least 90% Physically Completed Construction.
5. Building Alteration, Repair, Renovation, Conversion, And Addition Work Will Not Be Considered As Relevant Projects.
6. A Relevant Construction Project Is Further Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project; Rather Offerors Shall Submit The Work Performed Under A Task Order As A Distinct Project. For Example, Multiple Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts That Demonstrate Experience In One Or More Of The Desired Individual Features Describe Above Shall Be Submitted As A Distinct Project, Rather Than Submitting All Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts As A Single Project.
there Are Two Volumes Of Specifications And Drawings Issued For This Rfp. Volume 1 For The Construction Of The Entire Facility, And Volume 2 Is For The Construction Of A Secure Space Within The Facility. Consequently, The Volume 2 Specifications And Drawings Are Marked “controlled Unclassified Information” And Will Only Be Released To The U.s. Citizens Of U.s. Firms.
volume 2 Will Only Be Released As An Amendment To U.s. Citizens Of A U.s. Firm Attachment (1). All Contractor Personnel Handling And Accessing The Volume 2 Documents Must Be Vetted As A U.s. Citizen Prior To Receiving Any Volume 2 Documents. To Determine Eligibility For Receipt Of Volume 2 Rfp Documents, Each Interested Firm Shall Complete And Submit A U.s. Firm Certification, Attachment (1). All Sources, Whether Prime Offerors Or Subcontractors At All Tiers, Must Certify That It Is A U.s. Firm. Once A Favorable U.s. Firm Determination Has Been Made, All Individuals Of The Approved U.s. Firm Requiring Access To The Rfp Documents Shall Complete And Submit:
(1) Certification Of U.s. Citizen (attachment 2)
(2) Proof U.s. Citizenship
(3) Signed Non-disclosure Agreement (attachment 3)
a List Of Acceptable Documents For Proof Of U.s. Citizenship Is Provided In Attachment (2). Submit The Required Forms To Ms. Merbby Corpuz The Following Forms Mentioned Above To Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil.offerors Are Encouraged To Submit The Required Documents As Soon As Possible.
the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Volume 2 Rfp Documents. The Navfac Drawings And Specifications Are Marked "controlled Unclassified Information"; Therefore, The Navfac Drawings And Specifications Are Considered "covered Defense Information.” Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation.
offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission.
note: The Prime Contractor Shall Designate A Primary Point-of-contact Who Will Be Responsible For Managing And Submitting The Required Forms And Proof Of U.s. Citizenship For Its Employees And Subcontractor/supplier Firms And Its Employees To A Liaison With The Government. Forms Shall Be Submitted In Alphabetical Order First By Firm Name And Then Alphabetically By Last Name Of Individuals Of The Firm. Also, A List Of Personnel For Each Shall Be Submitted.
a One-time Pre-proposal Site Visit Is Scheduled For 18 Mar 2025 0900 Chst. This Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms:
base Access Request – Contractor Memo (fill-in Information In Red).
iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.)
base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass)
foreign National Access Request Form
contractor Policy Update Memo
either A U.s. Passport Or Real Id Act Driver’s License/id
the Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil On Or Before 24 February 2025, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To The Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance.
on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Closing Date15 May 2025
Tender AmountRefer Documents
Credit Information Corporation Tender
Software and IT Solutions
Philippines
Details: Description March 21, 2025 Request For Quotation No.: 2025-cims(016)-npsvp-0011 Procurement Of Existing Cloud-based Web Application Firewall (waf) Solution (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php Procurement Of Existing Cloud-based Web Application Firewall (waf) Solution * With One (1) Website Included * Three (3) Additional Websites 1 Lot 970,000.00 970,000.00 Contract Duration: One (1) Calendar Year Or May 20, 2025 To May 19, 2026 Delivery Schedule: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 27, 2025, 5:00 P.m. 1. Philgeps Certificate/number; 2. Mayor’s/business Permit For The Current Year; 3. Latest Income/business Tax Returns; 4. Notarized Omnibus Sworn Statement (annex C); And 5. For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(016)-npsvp-0011, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Qty Uom Particulars Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) 1 Lot Procurement Of Cloud-based Web Application Firewall (waf) Solution * With One (1) Website Included * Three (3) Additional Websites Contract Duration: One (1) Calendar Year Or May 20, 2025 To May 19, 2026 Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Existing Cloud-based Web Application Firewall (waf) Solution 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Cic Needs And Uses A Cloud-based Web Application Firewall (waf) Service That Offers Powerful Way To Protect Critical Web Applications Of Cic, And To Efficiently Manage And Optimize Website Performance Where The Submitting Entities (ses) And Accessing Entities (aes) Access The Credit Data And Reports Securely. Cic Uses The Cloud-based Web Application Firewall (waf) Solution With The Following Features And Capabilities: 1. 99.99% Uptime 2. Can Block Over 600 Million Attacks Per Day 3. Enterprise Reporting And Analytics 4. Security At The Speed Of Devops 5. Flexible Deployment Options 6. Use The Web Application Firewall To Secure: A. Active And Legacy Applications B. Third-party Applications C. Apis & Micro Services D. Cloud Applications, Containers, Virtual Machines And More 2. Purpose The Cic Aims To Renew The Existing Of Existing Cloud-based Waf Solution To Continually Provide A Secure And Easy-to-manage Technology That Integrate With Other Credit Information System (cis) Infrastructure And Systems Of The Cic To Secure, Protect, And Reduce Web Application Risks While Overcoming Its Limited Budget And Man-power Resources. 3. Scope The Paid License Covers To Receive Professional Services, Product Updates And Versions, And Access To Technical Support For One (1) Year. 4. Definition Of Terms Term Definition Cyber Threats In Computer Security, A Threat Is A Potential Negative Action Or Event Facilitated By A Vulnerability That Results In An Unwanted Impact To A Computer System Or Application Ddos In Computing, A Denial-of-service Attack Is A Cyber-attack In Which The Perpetrator Seeks To Make A Machine Or Network Resource Unavailable To Its Intended Users By Temporarily Or Indefinitely Disrupting Services Of A Host Connected To The Internet. Firewall In Computing, A Firewall Is A Network Security System That Monitors And Controls Incoming And Outgoing Network Traffic Based On Predetermined Security Rules. A Firewall Typically Establishes A Barrier Between A Trusted Network And An Untrusted Network, Such As The Internet. Https Hypertext Transfer Protocol Secure (https) Is An Extension Of The Hypertext Transfer Protocol (http). It Is Used For Secure Communication Over A Computer Network, And Is Widely Used On The Internet. In Https, The Communication Protocol Is Encrypted Using Transport Layer Security (tls) Or, Formerly, Secure Sockets Layer (ssl). The Protocol Is Therefore Also Referred To As Http Over Tls, Or Http Over Ssl. Key Exchange Key Exchange (also Key Establishment) Is A Method In Cryptography By Which Cryptographic Keys Are Exchanged Between Two Parties, Allowing Use Of A Cryptographic Algorithm. Multi-factor Authentication (mfa Or Sometimes 2fa) Multi-factor Authentication Is An Electronic Authentication Method In Which A Computer User Is Granted Access To A Website Or Application Only After Successfully Presenting Two Or More Pieces Of Evidence To An Authentication Mechanism: Knowledge, Possession, And Inherence. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Web Application Firewall A Web Application Firewall Is A Specific Form Of Application Firewall That Filters, Monitors, And Blocks Http Traffic To And From A Web Service. Website A Collection Of Web Pages And Related Content That Is Identified By A Common Domain Name And Published On At Least One Web Server --definitions Are Retrieved From Wikipedia.com, Techopedia.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: 1. The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: 1. Grant The Sp’s Authorized Representative Access To Its Premises, Equipment And Facilities Located Therein To Perform Its Obligations, Provided That Such Representative Shall Be Accompanied By The Duly Assigned Personnel Of The Cic Technical Support Department. 2. Secure The Necessary Access Pass And Building Permit Required By The Building Administrator And Assumes Responsibility For The Safe Custody And Use Of The Equipment. 3. Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. 4. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. 5. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. 6. Conducts Assessment/evaluation Of The Sp 60 Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider A) Duly Notarized Statement That The Sp Has Been In Business Of Providing The Cic’s Existing Cloud-based Web Application Firewall Solution For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. B) The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. C) The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes On The Escalation Or Incident Management Procedure Immediately. D) The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One (1) Year. 8x5 (monday To Friday) For Local Support, And 24x7 For International Helpdesk Support. E) The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Free Onsite Support During The Contract Period. F) Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager A) The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. B) The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications.) 3. Technical Support Staff A) The Sp Should Assign At Least Two (2) Technical Support/engineers To The Cic Project. They Must Be Permanent Employees Of The Service Provider For At Least One And Half (1 ½) Years. (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications.) 6.2. Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance System Overview 1. A Cloud-based Web Application Firewall (waf) Service That Offers Powerful Way To Protect Critical Web Applications And Optimize Website Performance. A) Cloud-based Web Application Firewall (waf) With 1 Website Included; B) Three (3) Additional Websites; C) Coverage Period: May 20, 2025 - May 19, 2026 2. The Solution Must Leverage Accurate Rule-sets To Protect Websites Against Known And Emerging Cyber Threats, Such As Sql Injection, Cross-site Scripting (xss), Spam, Site Scraping, Malicious Bots, And Other Owasp Top Ten Vulnerabilities 3. Ddos Attack Mitigation And Defense For All Types Of Ddos Attacks. 4. Content Delivery Network Function To Improve Website Responsiveness, Lower Web Server Utilization, And Reduces Bandwidth Consumption. The Solution Should Automatically Cache And Serve Website Content From Distributed Data Centers, To Eliminate Bottlenecks At Central Servers, And Ensure That Website Visitor Is Receiving Content From The Data Center With Closest Proximity To Their Geographical Location. 5. Provides Automated Pci Reporting Without Impacting Web Development Processes And Does Not Require In-house Pci Expertise On Involved Pci Consulting Projects. 6. Cloud-based Deployment. 7. Protect Log-in Pages Of Publicly Available Web Applications With Strong Two-factor Authentication Without Integration, Coding Or Software Changes. End User Should Be Able To Manage And Control Multiple Logins Across Several Websites In A Centralized Manner. 8. Two Factor Authentication Is Supported Using Either Email, Sms Or Google Authenticator. 9. The Solution Must Be The Same With The Existing Cloud-based Waf Solution And Login Protect Licenses Of The Cic. 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response A) Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Report On Any Issues B) Incident Response/support Tickets Relayed Through Helpdesk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And C) Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report A) The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. B) The Sp Shall Submit A Detailed Problem Resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 30 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 8. Terms Of Payment Payment Shall Be Made On The Following: 1. Payment Shall Be Made On A One-time Basis, Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. 2. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance” By The Cic Inspection Committee. 3. Payment Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.
Closing Date27 Mar 2025
Tender AmountPHP 970 K (USD 16.9 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: A Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business, And You Are Interested In This Project Please Respond Appropriately.
project Location: Niagara Falls Air Reserve Station, Ny
project Description: This Design-bid-build Project Includes The Construction Of A New Addition To Building 317; Renovation Of The Existing Building 317; And Demolition Of Building 206. The Project Will Allow For The Consolidation Of Communications Functions That Are Currently Housed In Multiple Facilities On Niagara Falls Air Reserve Station.
the New Addition Will Be A 2,100 Square Foot Single-story Building Constructed On The North Side Of The Existing Building. Construction Will Consist Of A Concrete Slab On Grade Foundation, Reinforced Concrete Masonry Unit Walls, And Sloped Roof With Steel Decking And Asphalt Shingles. The Addition Will Be For Admin Space.
the Existing Building 317 Is A 7,500 Square Foot, Single-story Facility. The Building Renovation Will Require Removing Select Interior Walls; Replace All Exterior Doors And Hardware; Replace All Interior Finishes, Including Floors, Walls, And Ceiling Materials, Including Suspended Acoustic Ceiling Panels, Grid, And/or Gypsum Board; Upgrade Existing Electric Distribution System, Replace Existing Interior Light Fixtures, Upgrade Existing Mechanical And Hvac Systems, Upgrade Existing Telecommunications Systems, And Upgrade Existing Fire Protection/life Safety Systems And Renovation Of Restrooms. The Project Will Be Phased: Phase 1 Will Include The Creation Of The New Server Room, Electrical Room And Rerouting Of Comm Cabling; Phase 2 Will Include The Remainder Of The Building Renovation And The Construction Of The Addition After The Government Installs The Servers In The New Server Room At The End Of Phase 1. The Server Room, Existing And New, Must Remain Operational And Protected During The Entire Renovation And Construction Phase By The Contractor. Including The Required Supporting Services Such As Primary And Backup Power And Cooling
government Personnel Will Require Periodic Access To This Area Throughout The Project Duration. This Server Area Will Have Sipr And Nipr Offices. Renovations For A New Server Room Location Within Building 317 Is Part Of This Project. The Government Is Responsible To Install The Servers In The Newly Renovated Area Once The Server Room Is Completed. Then, Contractor Access Will Be Allowed For The Existing Server Room To Be Renovated For Admin Space.
building 206 Is A 7,520 Sf Facility That Will Temporary House Personnel Displaced During The Renovations. Once Beneficial Occupancy Is Obtained For Building 317, The Demolition Of Building 206 May Commence.
the Contract Duration Is Estimated At 580 Calendar Days. The Estimated Cost Range Is Between $5,000,000 And $10,000,000. Naics Code Is 236220. All Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email By Monday, 24 March 2025, By 3:00 Pm Eastern Time.
responses Should Include:
identification And Verification Of The Company’s Small Business Status.
contractor’s Unique Entity Identifier (uei).
documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits.
description Of Experience: Provide Descriptions Of Up To Three (3) Projects Completed By You As The Prime Contractor Or If The Offeror Is A Small Business, They Can Provide Past Performance Of Affiliates In Accordance With Dfars 215.305(a)(2)(c). Submissions Of Past Performance From Affiliates Must Include Documentation Of The Affiliation To The Offeror. To Be Relevant The Projects Submitted Should Be Greater Than 90% Construction, Complete Or Completed Within The Last 5 Years And Are Similar To This Project In Scope And Size.
A. Projects Similar In Scope To This Project Include:construction/renovation Of Communication Buildings Or Data Centers
B. Projects Similar In Size To This Project Include:construction/renovation Projects Of Approximately 5,760 Sf Or Greater.
C. Based On The Definitions Above, For Each Project Submitted Include:
i. The Current Percentage Of Construction Is Complete And The Date When It Was Or Will Be Completed.
ii. Scope Of The Project.
iii. Size Of The Project.
iv. Dollar Value Of The Construction Contract.
v. Whether The Project Was Design-bid-build Or Design-build.
vi. Identify The Number Of Subcontractors By Construction Trade Utilized For Each Project.
vii. Documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits.
viii. The Portion And Percentage Of The Project That Was Self-performed.
5. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished.
responses Shall Be Submitted To Laura Phillips-payne At Laura.phillips-payne@usace.army.mil No Later Than (nlt) Monday, 24 March 2025 @ 3pm Eastern Time.
questions Can Be Emailed To Laura Phillips-payne At Laura.phillips-payne@usace.army.mil Nlt 19 March 2025. This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey.
notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought.
all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg.
please Begin The Registration Process Immediately In Order To Avoid A Delay Of The Contract Award Should Your Firm Be Selected.
alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration.
effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation, Or The Vendor Risks No Longer Being Active In Sam.
vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam.
to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date24 Mar 2025
Tender AmountRefer Documents
Philippine International Convention Center Tender
Telecommunication Services
Philippines
Details: Description Request For Quotation Date: April 10, 2025 Rfq No. 2025-up-07 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Six (6) Month Subscription Of 300 Mbps Internet Bandwidth Speed, With An Approved Budget For Contract (abc) Of Four Hundred Ninety-five Thousand Pesos (₱495,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of April 14, 2025. A Copy Of The Following Are Required To Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Valid Tax Clearance; D. Philgeps Registration Number; E. Omnibus Sworn Statement; And F. Copy Of The Technical Specifications Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-up-07 Technical Specifications I. Project Title: Six (6) Month Subscription Of 300 Mbps Internet Bandwidth Speed Ii. Approved Budget For Contract (abc): Four Hundred Ninety-five Thousand Pesos (₱ 495,000.00), Vat Inclusive. Iii. Descriptions Of The Project: - Supply, Installation And Configuration Of Dedicated Internet Service Connection Via Fiber Optic Cable For Six (6) Month Leased Line From Isp Site To Picc Temporary Office Of Pacific Contrete Products, Inc. In Macapagal Pasay With At Least 99.5% Uptime Service Availability; - Installation (the Cost Of Which Shall Be Bundled With The Six Month Contract Service Fee) Including The Provision Of The Needed Cables/insulation And Other Related Materials Following Industry Standards; - Provide 12 Wifi Routers As A Requirement, Which Must Be Ready For Use. - The Purpose Of The Project Is To Ensure Our Business Is Always Connected Even When Our Primary Network Goes Down. Iv. Scope Of Works/services: The Winning Bidder Shall Provide An Internet Connection Service, Which Shall Comply With The Following Minimum Requirements: 1. Dedicated Direct Internet Connection Via Leased Line With The Following Minimum Specifications: 2. With Committed Information Rate (cir) Full Bandwidth For Both Upstream And Downstream Network Traffic Flow As Follows: (300mbps) 3. Last Mile Availability: (99.5%) (4 Hour's Allowable Down Time A Month) 4. Provide 24x7 Monitoring Facility Available Online That Would Show Historical And Real-time Performance Of The Internet Service I.e. Multi Router Traffic Grapher (mrtg) Or Similar Software For Monitoring Network Devices And Traffic, This Should Cover Up To The Last One (1) Year Historical Data 5. Package Inclusions: - 12 Units Wi-fi Routers 6. Back-up Router Configuration In Case Of Malfunction Or Breakdown Of The Main Router 7. The Configuration Must Be Done In Such A Way That There Will Be No Downtime In Case Of Main Router Breakdown. 8. Manage And Operate Local Internet Peering (i.e. Mix, Gix, Phix, Phopenix) 9. Must Have At Least 1gbps Peering With Phopenix 10. Provide Maintenance/implementation Services Which Includes: A) Maintenance Of All Isp-provided Hardware, Peripherals And/or Software To Ensure Proper Working Order; B) Replacement Of All Defective Hardware Peripherals And Materials Within The Contract Period; C) Advice On Downtime Occurrence Or If Internet Connection Is To Be Rerouted To A Backup Link; D) Advance Notification Of Not Less Than Seven (7) Days Before Scheduled Downtimes, Service Interruptions, Upgrades Or Preventive Maintenance, Subject For Approval Of; E) Monthly Access/usage Reports Or Utilization Graphs, Such As A Multi Router Traffic Grapher (mrtg) And/or Monitoring Of Link Quality And Bandwidth Utilization; F) Diagnostic Reports And Updates In Case Of Connection Failure. 11. Provide Customer Support To Ensure Resolution Of A Technical Problem Within The Prescribed Hours From Report Time; A) 24x7 On-call Support B) Provide Telephone Based (landline, Cellphone And Sms Or Email) Qualified Technical Support Available On A 24x7 Basis To Assist In Troubleshooting Issues Affecting The Internet Connection On The Provided Internet Service; C) Provide Qualified Technical Representative Within 24 Hours To Resolve Any Problem At No Additional Cost To, If The Problems Cannot Be Resolved Through Telephone Support Or Assistance; D) Auto-notification Thru Email Of Emergency Activities And Other Activities That May Or Will Affect The Internet Connection Or Service. V. Company Background: To Be Provided By A Duly Established Telecommunication Company (telco) With At Least Ten (10) Years In The Industry As Telco Services And Managing Internet Which Includes: A) Internet Security, Vpn, Firewall And Network Management (wifi) B) Fiber Optics Connectivity C) Dedicated Data Centers D) High Bandwidth Internet Access E) Network Design, Installation And Administration Services Vi. Schedule Of Requirement: - Effective From Implementation Effective Upon Receipt Of Notice To Proceed - Installation Service To Be Fully Completed Within Thirty (30) Calendar Days After Issuance Of The Notice To Proceed (ntp), Making The Internet Connection Ready To Use. Vii. Payment Schedule: Payment Shall Be On A Monthly Basis Subject To The Submission Of Billing Statement And Valid Tax Clearance. Viii. Warranty And Support: Six (6) Month Warranty And Support. Ix. General Conditions Of The Contract 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date14 Apr 2025
Tender AmountPHP 495 K (USD 8.6 K)
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: The Resilient Mwt Meo Program Will Host A Gmi Update Brief To Industry On Friday, 25 Apr 2025, Starting At 1300 Pacific Time.
please Limit The Number Of Dial-ins Per Company To 2; Other Attendees May Be Present On The Same Dial-in.
since The Content Presented Will Contain Cui Information, You Must Send The Name Of Two Attendees From Your Company To Maj Joe Silvio, Joseph.silvio.1@spaceforce.mil, At Least 24 Hours Prior To The Event Start To Receive An Invite To The Microsoft Teams Hosted Meeting.
the Email To Maj Silvio Must Contain The Information Below:
company Name
cage Code
name Of Two Attendees And Their Company Emails
on The Day Of The Meeting, Please Enter The Meeting Room At Least 10 Minutes Prior To The Meeting Start Time.
once You Enter The Meeting Room, You Must Set Your Meeting Name To: Company_cage_last Name
you Will Be Admitted To The Meeting Room In Arriving Order, Upon The Gmi Team Checking Your Company Name, Cage Code, And Attendee’s Last Name On File.
there Will Be An Opportunity For Q&a During The Meeting. Additionally, Respondents Have Until 1600 On Friday, 02 May 2025 To Submit Additional Questions Via Email To Maj Silvio. All Questions And Answers Will Be Posted To Sam.gov By 09 May 2025. No Proprietary Questions Will Be Answered At This Time. This Will Be The Last Announcement Posted To Sam.gov.
poc Information:
program Manager: Maj Joseph Silvio: Joseph.silvio.1@spaceforce.mil
contracting Poc: Capt David Kirkland: David.kirkland.9@spaceforce.mil
alt Contracting Poc: Leslie.semerena@spaceforce.mil
**original Sources Sought Request**
sources Sought Synopsis
resilient Meo Missile Warning And Tracking (rmmwt)
ground Management And Integration (gmi)
description / Purpose
1.1 The Resilient Meo Missile Warning And Tracking (rmmwt) Program Is Contemplating A Contract With Requirements For The Management And Integration Of Their Ground System Capabilities. Rmmwt Procures Missile Tracking Satellites In Spiral Deliveries Known As Epochs. Epoch 1 Will Provide Two Planes Provided By A Single Space Vehicle (sv) Vendor With Each Plane Containing Six Satellites. Plane 1 Is Planned To Launch In 4qfy26, And Plane 2 Is Planned To Launch In 2qfy28. Epoch 2 Is Not Yet Awarded But Plans To Purchase Up To Four Planes From Up To Two Sv Vendors Of Unspecified Number Of Satellites Per Plane. Award Of Epoch 2 Is Planned For 3qfy25, With A Plane 1 Launch In 1qfy29 And Subsequent Launches Each Quarter Thereafter Until All Planes Procured In Epoch 2 Are Launched. Development Of The Ground System To Include A Primary Meo Satellite Operations Center (msoc) And Three Ground Entry Points (geps), Two Sites With Three Antennas And The Third With One Antenna, Is Underway To Support The Epoch 1 System. The Government Is Researching Sources For Support To Epoch 2 And A Possible Transition Of Epoch 1 Responsibilities At A Future Date.
1.2 The Rmmwt Program Is Seeking To Identify Qualified Contractors With The Following Capabilities:
evolve And Maintain The Msoc At The Boulder Ground Innovation Facility (bgif) To Integrate Support For Epoch 2 Missions
unify All Missile Warning And Track (mwt) Ground Software Onto One Common Platform Software Framework And Hardware.
maintain Network Connectivity To The Msoc And A Continuous Authority To Operation (ato) Through Collaboration With The Other Contractors For Fulfillment Of This Milestone
evolve And Maintain Satellite Operations Center Services, To Include Constellation Mission Management Supporting Tasking.
provide Network Scheduling Services, Ground Resource Management, For Contacts Between The Geps And Svs
maintain And Expand Gep Capabilities
integration Of Multi-contractor System.
2.0 Requested Information
2.1 Qualified Sources Will Submit An Unclassified Statement Of Capability (soc) Demonstrating Their Experience And Capability In The Task Areas Listed Below. The Soc Should Provide Specific Examples Of Proficiency. Industry May Provide Responses To Any Or All The Areas Specified Below, Depending On Relevant Experience. Please Indicate If Interested In These Tasks As A Prime Or Subcontractor. If Indicating Interest As A Prime, A Contractor Should Be Capable Of Performing Or Overseeing And Integrating All The Task Areas Below. Industry Should Not Feel Compelled To Respond To Areas Outside Of Their Expertise. Each Subsection Directs Respondents To Describe The Contractor’s Experience With Areas Within Or Related To The General Scope Of Tasks.
2.1.1 Software Development
contractors Should Describe Experience With Software For Command And Control And Resource Management Of Various Assets Including Ground System, Ground Networks, Ground Antennas. The Software Capabilities Include The Following:
sending Commands/messages And Receiving Confirmations
routing Of Messages To And From Other Contractors’ Software System, Including To Factories And Externals
configuring Networks, Virtual Processors And Virtual Modems To Communicate Between Mtc Space Vehicles And Space Vehicle Provider Ground Software System.
deconflicting Resources (based On Various Methods To Include Constellation Models)
scheduling And Managing Contacts (configuration And Deconfiguration), Balancing Resources Among Users And Providing Resiliency Through Similar And Diverse Communication Paths (terrestrial And/or Space Based)
health And Safety Monitoring Of The Mtc Ground System
system Status Reporting And Anomaly Resolution
system Failover, Locally And Geographically Separated
tip/cue Of Tasking Between Multiple Imaging Space Vehicle Constellations
real-time And Pre-planned Tasking/collections
cross Domain Solutions (cds) For Automated Transferring Messages And Commands Across Domains, Both Different Domains At The Same Security Level Or Between Security Levels.
operating In Local Data Center And/or In The Cloud Environment
leveraging Automation To Reduce Operator Workload Requirements Is Preferred. Information Should Be Displayed In A User-friendly Graphical User Interface To System Operators.
2.1.2software Integration
contractors Should Describe Experience With Integration Of Third-party Software Onto An Existing Platform/framework Using Automated Continuous Integration / Continuous Delivery (ci/cd) Pipeline With Demonstrated Ability To Collaborate And Coordinate With Externals. Contractors Should Describe Experience With Upgrading, Deploying And Maintaining Framework Environments For Operations And For Use By All Program Contractors. Contractors Should Describe Experience In Performing System Updates Without Or Minimally Impacting Operations.
2.1.3ground Entry Points (gep)s
contractors Should Describe Experience With End-to-end Design, Construction, Build, Integration, Operations, And Maintenance Of Gep Site, Ground Antenna(s) And Associated Equipment For Space To Ground Communications In Support Of Operations.
2.1.4ops Center Management
contractors Should Describe Experience With Operation, Maintenance, And Sustainment At A Permanent Operations Facility (pl3 Or Above), Including Network, Software And Resource Management, Security, And Operations. Contractor Should Describe Experience In Government Owned, Contractor Operated (goco) Environment And Support To Government Operations.
2.1.5cybersecurity
contractors Should Describe Experience With Cybersecurity Management And Sustainment Of System Authority To Operate (ato), As Well As Approval Process For Authority To Connect (atc), Including Cloud-based System Component Integration. Contractors Should Describe How Their Systems Engineering Processes Incorporate Cybersecurity Principles Into The Technical Baseline And Allow Tracing Of System Controls To Features, Test Events, And Test Artifacts.
2.1.6cloud-based Development And Hosting Services
contractors Should Describe Experience With Design Of A Scalable And High-performance Gov Cloud Infrastructure Within A Larger Ground System Architecture. Demonstration Of Compliance With Current Gov Cloud Security Standards.
2.1.7existing Contract Vehicles
the Government Is Contemplating Contracting Strategies For This Acquisition. In Addition To Your Stated Capabilities, Please Identify Any Existing Contract Vehicles That Can Be Used For This Critical Workload. For Any Existing Contract Vehicle, Please Provide The Government Contracting Office Responsible For The Contract.
3.0 Responses
3.1 The Soc Shall Be Organized Into Two Sections. Section 1 Of The Soc Shall Provide Administrative Information, And Shall Include The Following As A Minimum:
3.1.1 Name, Mailing Address, Cage Code, Phone Number, Fax Number, And E-mail Of Designated Point Of Contact.
3.1.2 Business Type (large Business, Small Business, Small Disadvantaged Business, 8(a)-certified Small Disadvantaged Business, Hubzone Small Business, Woman-owned Small Business, Very Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business) Based Upon North American Industry Classification System (naics) Code 541330 - Engineering Services, With A Size Standard Of $16.5 M In Average Annual Receipts. Responses From Small And Small-disadvantaged Business Are Highly Encouraged. Responses From Small Business And Small, Disadvantaged Business Firms Are Highly Encouraged. Interested Parties Shall State The Size Of Their Business
each Soc Must Include A Cover Page And Table Of Contents. The Number Of Pages In Section 1 Of The White Paper Shall Not Be Included In The 15-page Limitation, I.e., The 15-page Limitation Applies Only To Section 2 Of The Soc.
3.2 Section 2 Of The Soc Shall Include The Contractor’s Responses To Any Or All Of The Areas From Section 2 Of This Sources Sought. Contractor’s Should Clearly State Its Capabilities For Any Particular Section In A Logical Numbering Schema And Provide Clear Alignment To One Of The Areas In Section 2 Of This Sources Sought. The Government Is Interested In Qualified Sources That Can Meet Any Portion, Or All Of The Areas Discussed.
3.3 Section 2 Of The Soc Shall Not Exceed 15 Pages In Total Length. All Responses Must Conform To 8.5x11 Inch Pages, With Font No Smaller Than 12 Point. This Sources Sought Synopsis Is For Informational Market Research Only And In No Way Obligates The Government.
3.4 The Soc Shall Be Delivered In Microsoft Word Format Or Pdf Format And Are Due No Later Than 27 Feb 25, 1700 Pst. Responses Shall Be Submitted Via E-mail To The Primary Point Of Contact (poc), Capt David Kirklan, Procurement Contracting Officer (pco), At David.kirkland.9@spaceforce.mil And The Secondary Poc, Ms. Leslie Semerena At Leslie.semerena@spaceforce.mil. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information.
4.0 Questions
questions Regarding This Announcement Shall Only Be Submitted In Writing By E-mail To The Pco, David.kirkland.9@spaceforce.mil With A Courtesy Copy To Leslie.semerena@spaceforce.mil. Verbal Questions Will Not Be Accepted.
disclaimers And Notes
this Is A Sources Sought Synopsis Only. This Sss Is Issued Solely For Information And Planning Purposes; It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sss; All Costs Associated With Responding To This Sss Will Be Solely At The Interested Party’s Expense. Not Responding To This Sss Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. The Government Will Acknowledge Receipt Of All Submissions But Is Under No Obligation To Provide Feedback Or Integrate Respondents’ Contributions.
all Information In Response To This Sss Marked Proprietary Will Be Handled Accordingly. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With Applicable Regulations.
ssc Has Entered Into Contracts With The Aerospace Corporation, The Mitre Corporation, Linquest, Science Applications International Corporation (saic), Tecolote Research, American Systems Corporation, Inspire, Sierra Nevada Corporation, Axient Corporation, Space Ea Systems, Stellar Solutions, Exoanalytics, Booz Allen Hamilton, The Tech7 Company, Gemini Technologies Llc, Huntington Ingalls Industries, Odyssey Systems, New Bridge Partners, Sandia National Labs, Space Dynamic Lab, And Software Engineering Services. These Companies Support The Government’s Space Force Program Office By Performing Technical Reviews, Systems Engineering And Integration Analyses, Cost Estimation, And Other Advisory Services. Respondents Are Hereby Notified That All Responses Will Be Provided To Our Support Contractors For Their Services To The U.s. Space Force. If The Respondent Disagrees With The Release Of Its Sources Sought Response To Any Of The Aforementioned Firms And Their Subcontractors, The Respondent Must Clearly State This Restriction In The Cover Letter Accompanying The Sss Response.
foreign Firms Are Advised That They Will Not Be Allowed To Participate In This Acquisition At The Prime Contractor Level; However, Provided They Are Eligible To Do Business With The Us Government They May Be Eligible To Participate At The Subcontractor Level. The Research And Test Data Produced Under A Resultant Contract May Contain Military Critical Technology List (mctl) Information Whose Export Is Restricted By Export Control Act (title 22, U.s. Sec 2751, Et Seq.) Or The Export Administration Act Of 1979, As Amended (title 50, U.s.c., App. 2401, Et Seq.). Request Certification And Registration From The Defense Logistics Services Center (dlsc), Federal Center, 74 North Washington, Battle Creek, Mi 49016-3412 As Soon As Possible.
Closing Date2 May 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 NAVY USA Tender
Aerospace and Defence
United States
Details: The Rfq Number For This Announcement Is N0018925qz098. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And The Most Recent Dfars Publication Notice Made Effective 17 January 2025. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.acquisition.gov/far/. The Naics Code Is 513210 And The Small Business Standard Is 47 Million Dollars. The Proposed Simplified Acquisition Is Being Solicited On A Sole Source Basis With Tactical Communications Group, Llc (tcg), 2 Highwood Drive, Building 2 Suite 200, Tewksbury Massachusetts, 01876.
the Navsup Flc Norfolk Contracting Dept, Pentagon Directorate Is Issuing This Combined Synopsis/solicitation To Renew The Product Support Plan (software Maintenance As A Product) Required To Ensure That The Six (6) Battlefield Operations Support System (boss) Permanent Licenses Previously Purchased Under Contract N0018924pz376 Remain Fully Operational In Support Of U.s. Joint Staff (js) J7/joint Education And Doctrine Directorate Joint Interoperability & Data Link Training Center (jid-tc). The Resultant Purchase Order For This Procurement Will Include Commercial-off-the-shelf (cots) Supplies And Services For Which The Government Intends To Solicit And Negotiate With Only Tcg. The Government Will Not Pay For Information Submitted In The Response To This Notice. The Required Cots Supplies For Product Support Plan Will Have A One-year Coverage Period Encompassing 01 July 2025 Through 30 June 2026. It Is Intended To Award A Sole Source Firm-fixed Price Purchase Order.
the Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotations. However, All Quotations Received Within Five Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Purchase Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Found At Far 13.5, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Separate Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. The Closing Date And Time For Receipt Of The Quoter’s Quotation In Response To The Sole Source Combined Synopsis/solicitation Is 05 May 2025 At 12:00 Pm Est. The Quotation Shall Be Submitted Electronically Via Email To Megan.d.johnson21.civ@us.navy.mil.
the Software Specifications Are Listed Below. Furthermore, It Is Intended To Award A Single Purchase Order As A Result Of This Combined Synopsis/solicitation With The Following Clin Structure:
clin 0001: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For Six (6) Each, Battlefield Operations Support System (boss) Permanent Licenses For The Joint Staff J7 Joint Interoperability And Data Link Training Center (jid-tc). Coverage Period Encompasses 01 July 2025 Through 30 June 2026.
shipping/billing:
joint Interoperability & Data Link Training Center (jid-tc)
2449 Surveyor Street, Bldg. 718
fort Liberty, Nc 28308
billing: Attention: Debra Collins
shipping: Attention: Christopher Nichols
the Clause At 52.212-4 Contract Terms And Conditions-- Commercial Products And Commercial Services (nov 2023) Applies To This Acquisition Along With The Following Addenda To This Clause:
clauses Incorporated By Reference:
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.204-7 System For Award Management (nov 2024)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-16 Commercial And Government Entity Code Reporting (aug 2020)
52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
52.247-34 F.o.b. Destination (jan 1991)
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022_
252.203-7003 Agency Office Of The Inspector General (aug 2019)
252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023)
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024)
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
252.225-7048 Export-controlled Items (jun 2013)
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
252.232-7010 Levies On Contract Payments (dec 2006)
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (jan 2023)
252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023)
252.247-7023 Transportation Of Supplies By Sea (oct 2024)
clauses Incorporated By Full Text:
252.232-7006 Wide Area Workflow Payment Instructions
52.252-2 Clauses Incorporated By Reference (feb 1998)
252.211-7003 Item Unique Identification And Valuation (jan 2023)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (deviation 2025-o0003/ Deviation 2025-o0004) (mar 2025) Applies To This Acquisition And The Following Additional Far Clauses Cited Within This Clause Are Also Applicable To This Acquisition: Far 52.204-10, Far 52.209-6, Far 52.219-28, Far 52.222-3, Far 52.222-19, Far 52.222-36, Far 52.222-50, Far 52.225-13, Far 52.232-33, Far 52.222-55.
52.212-3 Offeror Representations And Certifications-- Commercial Products And Commercial Services (may 2024), With Its Offer. Additionally, The Quoter Is Advised To Provide A Completed Copy Of The Following Additional Certifications And Representations.
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-26 Covered Telecommunications Equipment Or Services—representation (oct
2020)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
252.204-7016 Covered Defense Telecommunications Equipment Or Services – Representation (dec 2019)
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation (may 2021)
252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022)
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation (jun 2023)
52.212-1 Instructions To Offerors--commercial Products And Commercial Services (sep 2023)
52.212-2 Evaluation--commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation On A Sole Source Basis To Tactical Communications Group (tgc), Llc (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are History Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
Closing Date5 May 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: The United States Department Of Commerce (doc), National Oceanic And Atmospheric Administration (noaa) Intends To Solicit, Negotiate And Award On A Sole Source Basis A Purchase Order With Rm Young Company For The Procurement Of Fifty (50) Rm Young Anemometers For The National Weather Service (nws), National Data Buoy Center (ndbc) At Stennis Space Center, Ms.
the Government Intends To Utilize The Authority Under The Federal Acquisition Regulation (far) 13.106-1(b)(1), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Unless, As A Result Of This Announcement, Acceptable Responses To This Notice Are Received And A Determination Is Made By The Government To Issue A Competitive Solicitation. The Government Intends To Award A Purchase Order To Rm Young Company For The Procurement Of Proprietary Anemometers For The Nws, Ndbc Division Based On Their Compatibility In Form, Fit And Function With Already Existing Systems.
sole Source Justification
the Scoop And The Coastal Land-based Weather Stations (cman) Were Designed Around The Selection Of The R.m. Young Propeller Anemometers. The Anemometers Must Mount On A Standard One-inch Pipe. The Scoop And Cman Data Acquisition Systems Have Firmware Algorithms And Constants To Convert The Propeller Anemometer Outputs To Wind Speed And Wind Direction. The Wind Direction Is Transmitted By A 10k Ohm Precision Conductive Potentiometer. With A Constant Voltage Applied To The Potentiometer, The Output Signal Is An Analog Voltage Directly Proportional To Wind Direction Angle. The Rm Young Propeller Wind Monitors Technology Uses Magnetic Induction For Measuring Wind Speed Which Requires No Energy Input. The Magnetic Induction On The Model 05108 Wind Monitors Produce A Wind Speed Signal In The Form Of And Ac Sine Wave Signal That Reflects An Output Of 0.166 M/s Per Hz Signal. Further, No Power Is Required To Be Provided To The Wind Monitor To Obtain The Wind Speed. Essentially You Get The Wind Speed For Free With Respect To Power Requirements. Further, The Directional Portion Of The Sensor Only Requires 0.6mw Of Power. That Is 100 Times Less Power Requirement Than An Ultrasonic Anemometer. This Low Power Wind Measurement Is Imperative In A Battery-operated Remote Buoy Station. The 05108 Anemometer Has Ceramic Bearings That Increase Its Reliability Where The Sensor May Be Deployed For More Than A Year At A Time. The Propeller Anemometer Also Provides For The Measurement Of Wind Gusts Over 100 M/s Where No Ultrasonic Anemometer Technology Can Currently Measure In That Range. The Ndbc Helped Develop The R.m. Young Propeller Anemometer Which Is Now Considered The Industry Standard. Further, The R.m. Young Company Is Willing To Work With All Customers In Developing Cables, Connectors, And Mounts That Meet Their Needs. No Other Propeller Anemometer Available Matches The Reliability Of The R.m. Young Propeller Anemometer. Hence, Replacement Wind Sensors Must Meet These Same Requirements.
manufacturers That Propose A Solution Using Other Than Rm Young Anemometers Must Furnish Detailed Specifications And Descriptions To Demonstrate Their Capability To Provide The Required Supplies That Satisfy The Government’s Needs. To Be Considered, Interested Parties Must Be Able To Demonstrate Their Ability To Provide Comparable Anemometers That Meets The Specific Characteristics Outlined Above. Capability Information Shall Include, At Minimum, Name, Telephone Number, Address Of Customers
for Which You Have Previously Furnished The Required Supplies, And A Detailed Narrative That Describes Your Ability To Provide The Required Supplies As Specified. The Government Will Give Price Preference To Us Made Products. Interested Parties Must Respond Via Email To Nikki.radford@noaa.gov Prior To The Closing Of This Notice.
the Naics Code For This Requirement Is 334519. The Government Intends To Solicit And Negotiate With The Only Known Source (rm Young Company) That Can Provide The Required Anemometers. This Is Not A Request For Quotes Or Proposals And There Is No Solicitation Available At This Time. The Government Reserves The Right To Solicit Quotes Based On The Receipt Of Affirmative Responses To This Posting Without Further Notice. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Open Competition To Businesses Other Than Rm Young Company.
all Contractors Doing Business With This Contracting Office (eastern Acquisition Division – Kansas City) Must Be Registered With A Valid Unique Entity Identification (uei) Number With The System For Award Management (sam) Website. Vendors Can Register With Sam At The Following Website Https://www.sam.gov.
Closing Date8 May 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Software and IT Solutions...+1Aerospace and Defence
United States
Details: The Rfq Number For This Announcement Is N0018925qz231. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And The Most Recent Dfars Publication Notice Made Effective 17 January 2025. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.acquisition.gov/far/. The Naics Code Is 513210 And The Small Business Standard Is 47 Million Dollars. The Proposed Simplified Acquisition Is Being Solicited On A Sole Source Basis With Tactical Communications Group, Llc (tcg), 2 Highwood Drive, Building 2 Suite 200, Tewksbury Massachusetts, 01876.
the Navsup Flc Norfolk Contracting Dept, Pentagon Directorate Is Issuing This Combined Synopsis/solicitation To Renew The Product Support Plan (software Maintenance As A Product) Required To Ensure That The One (1) Battlefield Operations Support System (boss) Permanent License Previously Purchased Under Contract N0018924pz389 Remains Fully Operational In Support Of U.s. Joint Staff (js) J7/joint Education And Doctrine Directorate Joint Interoperability & Data Link Training Center (jid-tc). The Resultant Purchase Order For This Procurement Will Include Commercial-off-the-shelf (cots) Supplies And Services For Which The Government Intends To Solicit And Negotiate With Only Tcg. The Government Will Not Pay For Information Submitted In The Response To This Notice. The Required Cots Supplies For Product Support Plan Will Have A One-year Coverage Period Encompassing Date Of Award Through 31 January 2026, Plus Three 12-month Option Periods, Extending The Coverage Period To 31 January 2029. It Is Intended To Award A Sole Source Firm-fixed Price Purchase Order.
the Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotations. However, All Quotations Received Within Five Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Purchase Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Found At Far 13.5, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Separate Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. The Closing Date And Time For Receipt Of The Quoter’s Quotation In Response To The Sole Source Combined Synopsis/solicitation Is 21 April 2025 At 12:00 Pm Est . The Quotation Shall Be Submitted Electronically Via Email To Megan.d.johnson21.civ@us.navy.mil.
the Software Specifications Are Listed Below. Furthermore, It Is Intended To Award A Single Purchase Order As A Result Of This Combined Synopsis/solicitation With The Following Clin Structure:
clin 0001: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Battlefield Operations Support System (boss) Permanent License For The Joint Staff J7 Joint Interoperability And Data Link Training Center (jid-tc). Coverage Period Encompasses Date Of Award Through 31 January 2026.
clin 0002: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Boss Permanent License For The Joint Staff J7 Jid-tc. Coverage Period Encompasses 1 February 2026 Through 31 January 2027.
clin 0003: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Boss Permanent License For The Joint Staff J7 Jid-tc. Coverage Period Encompasses 1 February 2027 Through 31 January 2028.
clin 0004: Qty 1 Each, Product Support Plan Renewal (software Maintenance As A Product) For One (1) Boss Permanent License For The Joint Staff J7 Jid-tc. Coverage Period Encompasses 1 February 2028 Through 31 January 2029.
shipping/billing:
joint Interoperability & Data Link Training Center (jid-tc)
2449 Surveyor Street, Bldg. 718
fort Liberty, Nc 28308
billing: Attention: Debra Collins
shipping: Attention: Christopher Nichols
the Clause At 52.212-4 Contract Terms And Conditions-- Commercial Products And Commercial Services (nov 2023) Applies To This Acquisition Along With The Following Addenda To This Clause:
clauses Incorporated By Reference:
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.204-7 System For Award Management (nov 2024)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-16 Commercial And Government Entity Code Reporting (aug 2020)
52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
52.247-34 F.o.b. Destination (jan 1991)
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022_
252.203-7003 Agency Office Of The Inspector General (aug 2019)
252.204-7004 Antiterrorism Awareness Training For Contractors (jan 2023)
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024)
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
252.225-7048 Export-controlled Items (jun 2013)
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
252.232-7010 Levies On Contract Payments (dec 2006)
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel (jan 2023)
252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023)
252.247-7023 Transportation Of Supplies By Sea (oct 2024)
clauses Incorporated By Full Text:
252.232-7006 Wide Area Workflow Payment Instructions
52.252-2 Clauses Incorporated By Reference (feb 1998)
252.211-7003 Item Unique Identification And Valuation (jan 2023)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (deviation 2025-o0003/ Deviation 2025-o0004) (mar 2025) Applies To This Acquisition And The Following Additional Far Clauses Cited Within This Clause Are Also Applicable To This Acquisition: Far 52.204-10, Far 52.209-6, Far 52.219-28, Far 52.222-3, Far 52.222-19, Far 52.222-36, Far 52.222-50, Far 52.225-13, Far 52.232-33, Far 52.222-55.
52.212-3 Offeror Representations And Certifications-- Commercial Products And Commercial Services (may 2024), With Its Offer. Additionally, The Quoter Is Advised To Provide A Completed Copy Of The Following Additional Certifications And Representations.
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-26 Covered Telecommunications Equipment Or Services—representation (oct
2020)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
252.204-7016 Covered Defense Telecommunications Equipment Or Services – Representation (dec 2019)
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation (may 2021)
252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022)
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation (jun 2023)
52.212-1 Instructions To Offerors--commercial Products And Commercial Services (sep 2023)
52.212-2 Evaluation--commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation On A Sole Source Basis To Tactical Communications Group (tgc), Llc (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are History Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
Closing Date21 Apr 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Details: Air Force Life Cycle Management Center/enterprise It And Cyber Infrastructure Division (aflcmc/hni)
user Experience Monitoring (uxm) Program Management Office (pmo)
request For Information (rfi), Revision 1 To (notice Id: Uxm_rfi), System Integration For Network, Systems, And Application Performance Visibility
1. Background:
the Department Of The Air Force (daf), Air Force Life Cycle Management Center (aflcmc), Cyber And Networks Directorate (hn), Enterprise Information Technology And Cyber Infrastructure Division (hni), Program Management Office (pmo) Is Seeking A Vendor To Act As A System Integrator For Current Systems Of Record. The Goal Is To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data Into A Single View.
the Primary Change Between The Initial Rfi (sam.gov Notice Id: Uxm_rfi) And This Revised Rfi Is The Shift In Focus From Seeking A Comprehensive Monitoring Solution To Emphasizing System Integration Using Existing Pilot Tools Already Deployed Across The Department Of The Air Force (daf). The Initial Rfi Aimed To Gather Information On Solutions That Provide Real-time Visibility Into It Network, Systems, And Application Performance, With Capabilities Such As Service Dependency Mapping, Network Modeling, And Application Performance Monitoring. In Contrast, The Revised Rfi Seeks A Vendor To Act As A System Integrator To Combine Data Sources Into A Unified View, Incorporating Infrastructure, Network Capability, And Endpoint Performance Data. The Goal Is To Enable Real-time Visibility And Proactive Issue Resolution By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive Understanding Of The Traffic And Infrastructure Within Daf Networks.
the Uxm Pmo Is Responsible For Monitoring A Complex Network, Systems, And Application Infrastructure That Supports Critical Operations Within The Department Of The Air Force (daf). This Infrastructure Includes Base Networking Equipment, Multiple Data Centers, Cloud Environments, Vpns, And A Wide Range Of Applications Serving Internal Daf Users. The Pmo Is Seeking A Vendor To Provide System Integration Services That Can Enable Real-time Visibility Into The Performance Of The It Network, Systems, And Applications. The Goal Is To Proactively Identify And Resolve Issues By Integrating Existing Monitoring Tools And Systems To Achieve A Comprehensive, Holistic, And Integrated Understanding Of The Traffic And Infrastructure Within Daf Networks. The System Integrator Deliverable Should Facilitate Root-cause Analysis, Automated Predictive Problem Detection, Suggest Solutions And Fixes, And Support Planning And Modeling For Network Improvements.
currently, Network Operators Are Using Fragmented, Piece-wise Approaches To Problem Discovery And Root Cause Analysis. We Are Looking For A System Integrator Who Can Improve Problem-solving Throughput And Issue Discovery By Tracing Problems From Endpoints Through The Network To The Underlying Services, Utilizing New And Existing Telemetry Sources.
the Monitoring Solution Should Include The Ability To Perform The Following Requirements:
service Dependency Mapping:integrate Tools To Automatically Map Interdependencies Between Applications And Alert On Unexpected Communication And Bottlenecks.
network Modeling Capabilities:integrate Solutions To Provide A Dynamic Network Map, Simulate Network Changes, Compare Configurations, Support Distributed Tracing, And Correlate With Network Events And Metrics From Logging.
application Performance Monitoring:integrate Tools For Agent-based And Synthetic Testing For Application Performance Monitoring, Real-time Transaction Visibility, And User Performance Tracking.
customizable & Extensible:support Integration Of Tools For Creating Custom Tests By Non-expert Programmers, Ingesting And Correlating Data From Other Vendors, And Integrating With Existing Daf And Disa Networking Modeling Investments.
standards:ensure Integration With Industry Standards Supported, Such As Export And Ingest Of Open Telemetry Data And Compliance With Semantic Conventions For Attributes.
accreditation And Approval:all Integrated Items Must Be Trade Agreements Act (taa) Compliant And Approved For Use Within The Department Of Defense (dod).
2. Response Format:
administrative Information:
company Name, Address, And Point Of Contact
cage Code
naics Code, Size Of Pursuant Business
large Business Or Small Business Designation
company Ownership: Domestic Or Foreign (indicate Country Of Ownership)
gsa Schedule(s)/gwac(s)/other Ordering Vehicles Held That Could Be Applicable To This Requirement
solution Overview:
key Features And Capabilities Of Your System Integration Services
how Your Services Address The Specified Requirements For Service Dependency Mapping, Network Modeling, Application Performance Monitoring, Customization, And Standards Compliance
technical Specifications:
hardware And Software Requirements For Integration
approach To Integrating With Existing Daf And Disa Networking Modeling Investments
hosting: Is This A Commercial Saas Approach, Or Can It Be Hosted On Afnet Cloud Assets With Il5 Level Security (highly Preferred)?
does All/part Of The Software Already Have Ato Certification On The Afnet?
how Do You Decompose Rum (application Telemetry) Into Underlying Network Traces (tcp, Ssl, Dns, Etc.)?
how Do You Correlate Synthetic Network Traces (tcp, Ssl, Dns) With Application Performance?
how Are Metrics And Log Data From Network Gear (routers, Firewalls) Correlated With Network Traces?
can Detailed Application Network Traces Be Captured Without Modification Of The Applications? How Does Your Approach Do This?
does Your Solution Support Integration With Itsm Systems Such As Servicenow? If So, What Integration Features Are Supported Out Of The Box?
how Will You Automate Data Cataloging So That Our Air Force Data Analysis Can Have A Clear Understanding Of The Data On Their Own Without Your Support?
does The System Support Automated Aging Of Data Into Hot, Warm, Cold, And Frozen Tiers?
what Tuning And Customization Is Possible For Doing Ai/ml Assisted Anomaly Detection And Forecasting?
how Will You Automate Schema Drift And Automated Schema Evolution As Incoming Telemetry Changes Based On Decisions Beyond The Control Of This Program Office?
what Technical Mechanism Do You Have For Data Synchronization With Powerbi To Allow Our Air Force Powerbi Users To Analyze And Create Workflows For Team Collaboration And Problem Analyses?
what Application Rum Stats Do You Collect? And At What Cadence? How Do You Handle Computers That Go Offline, Or Move Between Bases Or Are Occasionally On Vpn Networks?
data Resilience: What Rollback, Snap Shotting, Geo-replication, Etc. Is Supported?
health Monitoring: What Tool-ware Is Provided For Monitoring The Health Of The Application Rum Clients And Synthetic Monitors?
solarwinds: We Have Npm, Ntm And Ncm Data From Solarwinds Orion Servers, How Would You Incorporate That Into Our Performance Solution And What Benefits Would Accrue?
please Describe Any Native Tool-ware For Visualization And Eda (exploratory Data Analysis), Charting, Cross-filtering, Matrix Scatterplots, Correlation Matrices, Etc.
we Currently Have 24tb Of Telemetry Data Covering 2 Years, Describe Tools For Live Interactive Aggregation And Plotting For Interactive Exploration.
implementation Approach:
deployment And Configuration Steps For System Integration
estimated Timeline For Integration
how Would You Manage Collaboration With Our Afnet Operators Who Are Currently Collecting Application, Network, Synthetic Test, And Infrastructure Logs That Need To Be Integrated Into Your Solution?
vulnerability Handling To Include Notifications, Patches, And Test Plan Prior To Implementation
would The Implementation Include Import Of Historical Data (training Data)? If Yes, Can You Explain The Migration Mechanism?
is There Any 3rd Party Software Being Used? If Yes, How Are Vulnerabilities Being Handled For 3rd Party Software (i.e., Notifications, Patches Tested Before Implementation)?
is It Possible To Have A Model/reference Architecture For A Similar System That Has Been Put In Place?
pricing Model:
licensing Type Or Subscription Fees
any Additional Costs For Implementation, Training, Or Support
training & Support:
type Of Training Provided For System Integration
estimated Timelines And Manpower Resources Needed For Integration
types Of Technical Support And Response Times Available During And Post-integration
after Deployment, How Many Fte Are Required To Manage The Operation And Health Of The System On A Continuing Basis?
references:
provide 2-3 Examples Of Successful System Integration Projects In Similar Environments (government Or Non-government), Including The Following Information For Each Example:
organization Name
contract Number, If A Government Customer
point Of Contact (poc) And Contact Information
3. Questions And Submission Information:
any Questions Regarding This Rfi Must Be Submitted Via Email On The Q&a Template Within 10 Days Of This Posting To The Contracting Officer Atdiana.tien@us.af.mil And The Contracts Specialist Atveronica.schoultz@us.af.mil. All Questions And Their Answers Will Be Posted With This Rfi For All Interested Parties To Access.
if You Provided A Prior Submittal, You Can Reply “no Change” If The Revisions To The Rfi Do Not Necessitate A Change To Your Original Submittal, Or You Can Submit A Red-lined Version With Changes.
the Government Requests Submission Of Rfi Responses No Later Than 15:00 Eastern Time On 30 January 2025.
4. Disclaimer:
this Is An Rfi, As Defined In Federal Acquisition Regulation (far) 15.201(e). Any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal (rfp), Request For Quotation (rfq), Or Invitation For Bid (ifb); Nor Does Its Issuance Obligate Or Restrict The U.s. Government To Issue An Rfp, Rfq, Or Ifb In The Future. The U.s. Government Does Not Intend To Award A Contract Or Order Based On Responses From This Rfi.
not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, Rfq, Or Ifb, If Any Are Issued.
respondents Are Advised The U.s. Government Shall Not Pay For Any Information Provided, The Use Of Such Information, The Preparation Of Such Information, Travel Expenses, Nor Any Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense.
information Received From This Rfi Will Be Used For Acquisition Planning And Market Research Purposes; An Acquisition Strategy Has Not Yet Been Approved For This Requirement. As Such, Any Response Submitted To This Rfi Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Government Support Contractors.
any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. All Dod Contractor Personnel Reviewing Rfi Responses Will Have Signed Non-disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information. The U.s. Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable U.s. Government Regulations.
respondents Are Advised That The Government Is Under No Obligation To Provide Feedback With Respect To Any Information Submitted.
issuance Of This Rfi Does Not Obligate Or Restrict The U.s. Government To An Eventual Acquisition Approach.
Closing Date30 Jan 2025
Tender AmountRefer Documents
981-990 of 1017 archived Tenders