Tenders of Dept Of The Air Force Usa

Tenders of Dept Of The Air Force Usa

DEPT OF THE AIR FORCE USA Tender

Security and Emergency Services
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
General Statement: this Is A Combined Synopsis/soliciation For The Commercial Items Issued By The 23rd Contracting Squadron, Moody Afb, Georgia. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. requirement: Two Separate Units At Moody Afb Require The Installation Of Hardwired, Closed-circuit Television (cctv) Surveillance Systems: 1. Atc - 23d Operations Support Squadron objective:monitor The Entry Points Of The Atc Tower. cameras:two (2) New Outdoor Cameras Are Required, One Covering The First-floor Entryway And The Other Covering The Tower Cab Entryway. monitoring:one (1) Monitor Is Required For System Observation. 2. Scif -820 Combat Operations Squadron objective:enhance Security And Monitoring Within A Classified Working Area (scif) And Its Entry Points. cameras:three (3) To Four (4) New Cameras Are Required For Both Indoor And Outdoor Coverage, Encompassing The Secure Area And The Exterior Door. system Specifications: 4k Resolution (8mp) Is Mandatory For All Cameras. person And Vehicle Detection Capabilities Are Preferred. recording: The System Must Include An 8-channel Nvr With A Minimum Of 2tb Hdd Storage Capacity. monitoring:two (2) Monitors Are Required For System Observation. please Review Soo Below For Complete Breakdown Of Customer Requirements. far 52.212-2 Evaluation - The Following Factors Shall Be Used To Evaluate Offers: Item Technical Capability, Lowest Price Technically Acceptable, And Past Performance. Disregard "this Provision Has Been Tailored To This Procurement And Is Provided Via Attachment To This Solicitation.", As Seen Below. offerors Shall Submit A Single Proposal Addressing Both Clin 0001 And Clin 0002, Ensuring Clear Delineation Of Pricing And Responses For Each Distinct Location And Its Respective Requirements. statement Of Objectives -atc moody Afb Bldg 1300 Cctv 1.0 Scope the 23d Operations Support Squadron (oss) Has A Requirement To Have A Surveillance System Installed In Building 1300. Vendor Will Be Required To Install 2 New Cameras In And Outside Of Building 1300: 1 Camera Outside The First-floor Entryway, And 1 Camera Outside The Tower Cab Entryway. System Must Not Have Wi-fi. Vendors Will Be Required To Provide All Necessary Parts, Equipment, And Software, And Will Provide Installation And Training For The Newly Installed System. Would Also Like A Warranty On Purchased Items And A Maintenance Plan If Feasible To Mitigate Downtime For System. Must Be Hardwired. We Need Closed Circuit Television To Monitor The Atc Tower Entry Points. Vendor Will Be Responsible For Providing 1 Monitor, 2 Cameras, Software Systems, Conduits, Cables And All Necessary Components For Camera Installation And Software System Installation To Cover The Necessary Areas. 2.0 Minimum Requirements 2.1 The Facility Should Have A Type Of Cctv Or Security Surveillance System In Place For Observation. 2.2 All Cameras Shall Be Connected To A Central Control/monitor To Be Located In The Air Traffic Control Tower (atct) Cab. 2.3 Vendor Is Responsible For Providing All Necessary Racks, Cabling, Servers, And Other Equipment To Include Those Items Identified In The Solicitation. 2.4 The System Must Provide Complete Coverage Outside The Main Entryway Of The Bottom Floor, And Outside The Tower Cab Entryway On The 7th Floor. 2.5 System Components (including Hardware And Software) Shall Be Compatible With And Authorized For Use In The Facility. 3.0 Installation 3.1 Vendor Will Be Required To Provide Installation Of All Parts And Equipment For The Provided System. 3.2 Building 1300 Contains Existing Infrastructure. Vendor Will Be Required To Use The Existing Drilled Holes In The Wall, Remove The Old Cable And Route New Cable In Existing Wall Tunnel Holes. 3.3 Vendor Will Not Have Any Exposed Wiring Or Make Any Additional Holes Or Modifications To The Building Without Prior Coordination. 3.4 Installation Will Be Conducted Monday - Friday, During The Hours Of 8:00 Am - 5:00 Pm Est. Vendors Must Always Be Escorted While Working Within Building 1300. 5.0 Warranty 5.1 The Vendor Warrants All Hardware And Software, Including Parts And Troubleshooting Equipment, Against Defects In Materials And Workmanship For A Period Of Five (5) Years From The Date Of Delivery ("warranty Period"). 5.2 The Vendor's Liability Under This Warranty Is Limited To Repairing Or Replacing, At Its Sole Discretion, Any Defective Equipment. This Warranty Does Not Cover Defects Or Damage Caused By: • Normal Wear And Tear. • Misuse, Abuse, Negligence, Or Accident. • Unauthorized Modification Or Repair. • Improper Installation Or Maintenance. • Use In Violation Of The Documentation Provided With The Equipment. 5.3 The Vendor Will Provide Warranty Maintenance Services During The Warranty Period To Ensure Product Reliability. Such Services May Include, But Are Not Limited To, Troubleshooting, Repair, And Replacement Of Defective Parts. The Vendor Will Undertake Commercially Reasonable Efforts To Minimize Any Disruption To The Purchaser's Operations During The Performance Of Warranty Maintenance. --------------------------------------------------------//break//--------------------------------------------------------- statement Of Objectives - Scif moody Afb Bldg 1506 Cctv 1.0 Scope the 820 Combat Operations Squadron (cos) Intelligence Section Has A requirement To Upgrade The Camera System. Vendor Will Be Required To Install 3 Or 4 New Cameras In And Outside Of Building 1506. A 4k Security Camera System; 3 Or 4 Cameras To Cover The Secure Area Locations And The Outside Door. 4k Security Cameras Wired With Person Vehicle Detection, 8mp/4k 8 Ch Nvr With 2tb Hdd For Recording. System Must Not Have Wi-fi, Or 2-way Talk. The System Is For A Classified Working Area. Must Be Hardwired; Ir, Rf, Or Audio Communications Are Prohibited Dodm 5105.21-v1. We Need Closed Circuit Television To Monitor The Scif Entry Points. Vendor Will Be Responsible For Providing Two Monitors, 3 Or 4 Cameras, Software Systems, Conduits, Cables And All Necessary Components For Camera Installation And Software System Installation To Cover The Necessary Areas. vendor Will Be Required To Ensure Cameras In Building 1506 Connect And Are Compatible With The Vendor's Software. Vendor Will Be Required To Use The Existing Drilled Holes In The Wall, Remove The Old Cable And Route New Cable In Existing Wall Tunnel Holes. The Hub For The Camera System Will Be Installed In Room 102 In Bldg 1506 Next To The Special Security Representative (ssr). See Attachment 1, Bldg 1506 Cctv Layout. 2. Minimum Requirements For Building Camera Installation 2.1 Building 1506 2.1.1 A Minimum Of Two Monitors, 3 Or 4 New Cameras Will Be Installed Throughout The Building With One Outside Viewing The Front Door: The Others Viewing The Hallways note 3 Or 4 Cameras: We Anticipate Only A Third Camera Is Needed For Coverage Of The Hallway Highlighted In Yellow On The (scif) Camera Layout But If A Fourth Is Deemed Necessary To Provide Full Coverage, Then It Will Be Considered. 2.1.2 The Vendor Will Provide All Necessary Cables, Hardware And Electrical Connections To Ensure That The Cameras Are Working Properly And Connected To The System In In The Secure Room In Building 1506 2.1.3 The Vendor Is Required To Ensure The New Cameras In The Building Must Be Functional And Connected To The Vendor's Software. 2.1.4 The New Camera System Wiring Will Need To Follow The Predrilled Wiring Pathways In The Building. The Existing System Will All Be Replaced With New System So No Compatibility Of Software Should Be Needed. 3. Installation 3.1 Vendor Will Be Required To Provide The Two Monitors, 3 Or 4 Cameras, Conduits, Cables, Software And Other Hardware Required For A Working Camera System. 3.2 Vendor Will Be Required To Use The Existing Drilled Holes In The Wall, Remove The Old Cable And Route New Cable In Existing Wall Tunnel Holes. Must Be Able To View All Installed Cameras At The Hub Installed In Building 1506. 3.3 Vendor Will Be Required To Coordinate A Date And Time For Installation. Venders Must be Escorted At All Times In The Secure Working Area. 4. Warranty 4.1 The Vendor Warrants All Hardware And Software, Including Parts And Troubleshooting Equipment, Against Defects In Materials And Workmanship For A Period Of Five (5) Years From The Date Of Delivery ("warranty Period"). 4.2 The Vendor's Liability Under This Warranty Is Limited To Repairing Or Replacing, At Its Sole Discretion, Any Defective Equipment. This Warranty Does Not Cover Defects Or Damage Caused By: normal Wear And Tear. misuse, Abuse, Negligence, Or Accident. unauthorized Modification Or Repair. improper Installation Or Maintenance. use In Violation Of The Documentation Provided With The Equipment. 4.3 The Vendor Will Provide Warranty Maintenance Services During The Warranty Period To Ensure Product Reliability. Such Services May Include, But Are Not Limited To, Troubleshooting, Repair, And Replacement Of Defective Parts. The Vendor Will Undertake Commercially Reasonable Efforts To Minimize Any Disruption To The Purchaser's Operations During The Performance Of Warranty Maintenance. site Visit: a Site Visit Will Be Held Onfriday, February 28, 2025 At 10:00 Am Est. Base Map Attached For Guidance And Location Details, Please Refer Attachments. While Attendance Is Not Mandatory, It Is Highly Recommended. Vendors Are Encouraged To Inspect The Site In Order To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance To The Extent That Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Arrive At The Moody Air Force Base Visitor's Centerno Later Than 9:30 Am Est For Check-in(required For All Contractors Prior To Entering The Base) To Ensure On Time Arrival For The Site Visit. For Completing The Attached Base Pass Forms: Please Put Your Business Name Next To The "prime Contractor" Spot (where Abcd Is Present). Replace The Name John Doe With The Full Name Of The Member Requesting Base Access For The Site Visit, Include Date Of Birth (ssn Is Not To Be Added On The Form But May Be Needed For Check-in) And Company For All Additional Members That May Be Attending. When Complete, Email The Base Pass To June.alba@us.af.mil No Later Thanthursday, February 27, 2025 At 1 Pm Est. question Deadline Due By Wednesday, March 5, 2025 At 10 Am Est. site Visit - Security Protocol Notice: to Maintain The Integrity Of Secure Areas And Comply With Base Security Protocols, All Contractors Are Required To Leave Personal Electronic Devices Secured Within Their Vehicles For The Duration Of The Site Visit. this Includes, But Is Not Limited To: • Cellular Phones, Tablets, Smart Watches, Laptop Computers, Cameras contractors Are Requested To Come Prepared With Physical Notepads And Writing Instruments For Any Necessary Notetaking Or Documentation Purposes.we Appreciate Your Understanding And Cooperation In Maintaining A Secure Environment. all Contractors Are Responsible For Thoroughly Reviewing And Understanding All Provided Documentation Related To The Project And The Visit Itself. This Includes Site Maps, Schedule, And Any Specific Instructions Or Protocols Outlined In Communications Regarding The Visit. “notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.”

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Soon3 Mar 2025
Tender AmountRefer Documents 
2025 Jble Air Show-port-a-johns

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date24 Mar 2025
Tender AmountRefer Documents 
Rq Building 65 Unit Substation Updates

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Closing Soon3 Mar 2025
Tender AmountRefer Documents 
Rapid Non-invasive Concrete Structures Spalling Assessments

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools
United States
Closing Soon1 Mar 2025
Tender AmountRefer Documents 
This Requirement Is For 100 Hp Ttc Of Which The Contractor Shall Deliver Iaw The Salient Characteristics.

DEPT OF THE AIR FORCE USA Tender

Energy, Oil and Gas
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
The Purpose Of This Requirement Is For The Contractor To Provide All Labor, Material, Equipment, And Transportation Necessary For The Delivery Of Propane In Accordance With All Federal, State, And Local Regulations And The Attached Statement Of Work To Bldg 1550 Fairchild Afb Fire Department Training Grounds.

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents 
A&e Demo Bldg 1503/renovate Bldg 833

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents 
A&e Design Interior/exterior Refresh Bldg 842

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Building Construction
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
Notice: Sources Sought solicitation #: Fa480325ss001 posting Date: 21 February 2025 response Date: 28 February 2025 2:00 P.m. Est naics Code: 236220 Commercial And Institutional Building Construction sb Size Standard: $45 Million this Announcement Constitutes A Sources Sought Synopsis (market Survey). This Is Not A Request For Quote (rfq) Or A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary. this Sources Sought Notice Is For Market Research Purposes Only. The Information Submitted In Response To The Sources Sought Notice Will Not Be Utilized To Determine Vendor Standing In Any Future/potential Request For Quote/request For Proposal, Nor Will It Be Utilized To Determine If A Vendor Is Qualified To Submit A Request For Quote/request For Proposal For Any Future/potential Requirement. The Notice And The Information Received Shall Not Be Used To Determine How Well Respondents Can Perform A Requirement, Which Can Only Be Evaluated In Response To A Solicitation. Vendors Will Not Receive Formal Notification Or Feedback On Any Information Submitted In This Sources Sought Request. All Future/proposed Submissions/solicitations Requirements Solicited On A Government Point Of Entry Will Be Evaluated Independent Of Any Information Submitted In Response To This Sources Sought Notice. No Vendor Will Be Provided Information On Solicitations Issued On A Government Point Of Entry Based On This Sources Sought Request. this Sources Sought Notice Is Relative To The Naics Code 236220. The Small Business Size Standard For This Naics Code Is $45m. Large And Small Businesses Are Invited To Answer This Market Survey To Determine Market Capabilities. shaw Afb, Sc, Is Conducting Market Research To Determine The Existence Of Potential Sources To Perform The Requirements Requested In The Attached Statement Of Work location Of Work To Be Performed: Shaw Afb, Sc note: Please Submit An Electronic Response Including A Statement Of Capability, Socioeconomic Status And Expected Magnitude As Well As Poc (name, Telephone # And Email Address) Along With Contractor’s Cage, Duns, And The Physical Location Of Your Facility To The Individuals Listed Within This Notice. this Request May Not Directly Lead To A Request For Quotation/proposal. Deadline For Submission Is 2:00 P.m. Est, 28 February 2025. required Information: any Interested Party May Submit A Written Reply That Must Include 1). Capability Statement 2). Socioeconomic Status 3). Expected Magnitude response Deadline: 2:00 P.m. Est, 28 February 2025 where To Send Responses: electronically: ssgt Christon Reed e-mail: Christon.reed@us.af.mil phone: 803-895-9133 sra Tariq Ellis e-mail: Shaun.gann@us.af.mil phone: 803-965-9822 other Information: When And If Released, The Solicitation Will Be Posted To The Gpe (www.sam.gov).

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Call 001: Data Models And Flows Under Cso Fa9302-21-s-c001
21-30 of 854 active Tenders