Software Tenders

Software Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others...+1Electrical and Electronics
United States
Details: Special Notice special Notice page 4 Of 4 special Notice *= Required Field special Notice page 1 Of 4 the Department Of Veterans Affairs, Network Contracting Office 09, Hereby Provides Notice Of Its Intent To Award A Sole Source Purchase Order For Preventative Maintenance Contract. The Preventive Maintenance The For The Watchdog System By Avidity. According To The Oem Proprietary Letter, Avidity Is The Oem Of The Watchdog System Including All Hardware Components, Applicable Licensed Software Applications And Surgical Instrumentation. As The Oem, They Use Oem Parts To Repair The System They Are The Sole Source To Maintain These Systems. Avidity Is The Original Equipment Manufacturer And Does Not Authorize Customers Or Third-party Repair Entities To Service Avidity Products Or Sell Parts For Service And Repair To Third Party Service/repair Companies. Avidity Is The Exclusive Service Agent For Their Proprietary Products And Any Non-oem Service Voids Any Manufacturer Support And Warranties. Their Technicians Are Trained Specifically On These Machines And Their Parts To Keep With Uniform Repairs. The Contract Is Expected To Be Awarded In Accordance With Far 13.106-1(b)- Soliciting From A Single Source. The Anticipated Award Date Is March 1, 2025. naics Code: 811210 Electronic And Precision Equipment Repair And Maintenance (sba Size Standard 1,000 Number Of Employees) psc: J065 Maint/repair/rebuild Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies This Notice Of Intent Is Not A Solicitation Or Request For Competitive Quotes. However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement Within Seven Calendar Days After Publication Of This Notice. a Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For Determining Whether To Conduct A Competitive Procurement. The Department Of Veterans Affairs Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Responses Will Be Considered. All Responses From Responsible Sources Will Be Fully Considered. As A Result Of Analyzing Responses To This Notice Of Intent, The Government Shall Determine If A Solicitation Will Be Issued. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) To Be Eligible For Award And Must Submit A Current Authorized Distributor Letter From The Manufacturer. interested Parties Are Encouraged To Furnish Information By Email Only With Response To Intent To Sole Source 36c24925q0127 In The Subject Line. All Documents Submitted Will Not Be Returned. All Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements Listed Above To Carmen Hanczyk, Contracting Officer, By Email At Carmen.hanczyk@va.gov No Later Than February 05 2025 @ 11:00am Est. The Capability Documentation Should Include General Information And Technical Background Describing In Detail The Prospective Contractor's Capabilities And Experience That Will Demonstrate The Ability To Support These Requirements.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-1560-016659591-qe, Tdp Ver 001, Qty 12 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With 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 Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-5895-016701390-qf, Tdp Ver 001, Qty 23 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. Required Mandatory Government Sources Of Supply Have Been Reviewed In Accordance With Far 8.002 And Dfars 208.002. None Of The Required None Of The Required Sources Are Able To Provide The Required Item(s). Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With 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 Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

NATIONAL RESEARCH COUNCIL OF THE PHILIPPINES Tender

Telecommunication Services
Philippines
Details: Description Department Of Science And Technology National Research Council Of The Philippines (nrcp) General Santos Avenue, Bicutan, Taguig City Telephone No. 8367-5927/ 8837-6143 Email: Procurement@nrcp.dost.gov.ph Nrcp Invites Philgeps Registered Suppliers For The Purchase Of Internet Modem Specifications: Package Weight: 6.73 Kg (14.83 Lbs) Package Dimensions: 430 X 334 X 79 Mm (16.92 X 13.14 X 3.11 In) Antenna Electronic Phased Array Field Of View 110 • Orientation Software Assisted Manual Orienting Weight: 1.10 Kg (2.43 Lb) 1.16 Kg (2.56 Lb) With Kickstand 1.53 Kg (3.37 Lb) With Kickstand & 15 M Cable Environmental Rating: Ip67 Type 4 With Dc Power Cable And Plug/cable Installed Operating Temperature: -30°c To 50°c (-22°f To 122°f) Wind Speed Operational: 96 Kph+ (60 Mph+) Snow Melt Capability Up To 25mm / Hour (1 In/ Hour) Power Consumption Average: 25-40w Input Rating: 12-48v 60w (12v Short Cable Coming Soon In Shop) Uss Pd Requirement: 100w, 20v/5a Minimum (with Usb-c To Barrel Jack Cable Accessory) Wi-fi Technology: 802.11a/b/g/n/ac Generation Wifi 5 Radio: Dual Band 3 X 3 Mu-mimo Ethernet Ports: One (1) Latching Ethernet Lan Port With Plug Coverage: Up To 112 M2 (1,200 Ft2) Security: Wpa2 Power Indicator: Led I Rear Face Plate, Lower Left Corner Mesh Compatibility: Compatible With All Mesh Systems *not Compatible With 3rd Party Mesh Systems Devices: Connect Up To 128 Devices Product Dimensions: 91 X 44 X 51 Mm (3.6 In X 1.7 In X 2.0 In) Weight: 0.2 Kg (0.44 Lbs) Environmental Rating Ip66 Type 4 Operating Temperature -30°c To 50°c (-22°f To 122°f) Power Specifications: 100-240v ~ 1.6a 50 - 60 Hz Quantity: 1 Unit Abc: 50,000.00 Additional Documents To Submit: 1. Valid Mayor's Or Business Permit; 2. Philgeps Registration Number 3. Omnibus Sworn Statement Note: • Philgeps Platinum Registration Certificate With Updated Annex A May Be Submitted In Lieu Of Eligibility Documents 1 And 2. • Failure To Submit The Requirements Mentioned Above Will Result In Non-compliant With The Bid.
Closing Date13 Feb 2025
Tender AmountPHP 50 K (USD 862)

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Details: This Synopsis Is Issued For A Total Small Business Set-a-side Solicitation That Will Be Issued Under Pr Number 1000197391 To Establish An Indefinite Quantity Contract (iqc) With 5 Base Years. Only Small Business Concerns Will Be Considered. nsn: 6150-01-481-1580; Cable Assembly,spec; Export Control; And Higher-level Quality Requirements. Government Product Lot Testing (gplt); Naics 335999 required Delivery Is 165 Days. Stock Delivery Locations Will Be To Any Facility In The Continental United States As Cited On Each Delivery. pricing Will Be Evaluated On The Estimated Annual Demand (ead) – 22 Each. The Guaranteed Minimum Will Be Cited In The Solicitation. there Will Be A 5-year Base With No Option, For A Total Of Five Years. Terms Are Fob Origin And Inspection/acceptance Origin For Dla Direct. this Item Has Technical Data Some Or All Of Which Is Subject To Export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State Or The Department Of Commerce. Export Includes Disclosure Of Technical Data To Foreign Persons And Nationals Whether Located In The United States Or Abroad. This Requirement Applies Equally To Foreign National Employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control Technical Data To Dla Contractors That Have An Approved Us/canada Joint Certification Program (jcp) Certification, Have Completed The Introduction To Proper Handling Of Dod Export-controlled Technical Data Training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been Approved By The Dla Controlling Authority To Access The Export-controlled Data. Instructions For Obtaining Access To The Export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ this Solicitation Includes Procurement Notice L09, Reverse Auction. Since A Reverse Auction May Be Conducted, Offerors Are Encouraged To Access The Procurex System And Review The Reverse Auction Help Tutorials At: Https//dla.procurexinc.com To Learn More About How To Participate In An Auction. solicitation Scheduled Release Date Is Tentatively 12 February 2025. Electronic (dibbs) Proposals/quotes Are Unacceptable. Proposals Are To Be Submitted To The Bid Custodian. A Copy Of The Solicitation Will Be Available Via The Bsm Internet Bid Board System (dibbs) Homepage (https://www.dibbs.bsm.dla.mil). Select "request For Proposal (rfp)" Under The Solicitations Heading. Then Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors.
Closing Date12 Feb 2025
Tender AmountRefer Documents 

City Of San Jose, Nueva Ecija Tender

Telecommunication Services
Philippines
Details: Description The San Jose City – Local Government Unit (sjc-lgu) Through Its Bids And Award Committee (bac), Will Undertake An Alternative Method Of Procurement Through Negotiated Procurement For The Item Stated Below, In Accordance With Section 53.9 Small Value Procurement Of Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Sjc-lgu Hereinafter Referred To As “the Purchaser”, Not Request Of The Price Quotation For The Subject Below: Qty Unit Description 1 Set Queuing Management System Kiosk (touch Screen) Wireless Calling Pad Media Player Kiosk Software 5-port Network Switch Wirings, Connector Components, Pipes And Fittings Labor Cost, Materials, General Services, And Prelimaries Approved Budget Of The Contract (abc) Inclusive Of Vat 380,000.00 Award Of Contract Shall Be Made To Bidder With The Lowest Quotation For The Subject Goods Which Comply With The Minimum Specifications And Other Terms And Conditions Stated Herein. Prospective Bidders Shall Accomplish And Submit The Duly Price Quotation Form (pqf) Not Later Than 3 Calendar Days Upon Publication At Bac Secretariat At The General Services Office (gso) 2nd Floor Sjc-government Building. Use Of Forms Other Than The Attached Sjc-lgu Prescribed Rfq Is Not Acceptable. Sjc-lgu Condition Of Sale: 1. Delivery Schedule: Fifteen (15) Calendar Days From Receipt Of Approval Po/ntp 2. Delivery Site: General Services Office – Local Government Unit – San Jose City, Nueva Ecija 3. Bid Validity: Sixty (60) Calendar Days From Submission Of Bid Interest Supplier/service Provider Is Required To Submit The Following Documents: 1. Valid Mayor's Business Permit; 2. Bir Certificate Of Registration; 3. Dti Registration (sec Registration For Corporations); 4. Valid Philgeps Registration; 5. Income/ Business Tax Return; 6. Payment Form 0605; And 7. Omnibus Sworn Statement 8. Valid Tax Clearance Certificate Any Alterations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative. The Penalty For Late Deliveries Is One Tenth (1/10) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Price. Once The Cumulative Amount Of Liquidated Damage Reaches Ten Percent (10%) Of The Contract Price, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Sjc-lgu Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd) Esteban C. Valdez, Jr. Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 380 K (USD 6.5 K)

DEPT OF THE NAVY USA Tender

Others...+2Machinery and Tools, Electrical and Electronics
United States
Details: Nsn 7h-4730-017212841, Tdp Ver 001, Qty 1 Ea, Deliver To W25g1u, W1a8 Dla Distribution, New Cumberland, Pa 17070-5002, Induction Niin Is 7h, 4730, 017212841, Manifold Block Assy, 4801429. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase / Contract Repair Of This Part From Additional Sources. It Has Been Determined To Be Uneconomical To Buy The Data Or Rights To The Data. It Is Uneconomical To Reverse Engineer The Part. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With 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 Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: *****this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source***. background the National Institute Of Standards And Technology (nist), Materials Measurement Laboratory, Materials Science And Engineering Division (https://www.nist.gov/mml/materials-science-and-engineering-division) Is On The Market For A Video Rate Electrochemical Scanning Tunneling Microscopy. The Simplest Path To Attain This Capability Is By Upgrading The Electronics And Control System Of Our Existing Conventional Electrochemical Scanning Tunneling Microscope (ecstm) That Is Presently Limited To Conventional Slow Scan Rates, E.g. 36 Lines Per Sec. The New System Will Intercept Signals From Our Existing Microscope And Add Fast X,y,z Waveforms While Simultaneously Monitoring The Response Signal, Such As The Tunneling Current, Through A Fast Analog To Digital Converter. The Advanced Fast Scan And Video Imaging Capability Are Needed To Study Electrochemical Deposition And Etching Processes Relevant To The Fabrication Of Advanced Microelectronics Chips And Devices. Video Rate Ecstm Imaging Will Enable Measurement Of Surfactant Adsorbate Dynamics That Operate During Electrochemical Deposition Of Metals And To Track How Such Adsorbates And Their Phase Transitions Influence Morphological And Microstructural Evolution During Metal Deposition. The Proposed Research Will Help Reveal How Phenomena At Atomistic And Mesoscopic Length Scale Impacts Macroscopic Outcomes. In Addition To Imaging The Control System Should Off The Option Of Having The Ability To Track The Surface Diffusion Of Individual Molecules Or Adatom, A Process Known As Atom Tracking. Once Integrated Within Our Existing System The New Controller And System Should Enable Seamless Transitions Between Slow Scan Imaging With Our Existing Conventional Scanner And The New High Speed Video Rate Scanning Or Atom Tracking Functions. The High-speed Control System Should Have Its Own Control Algorithms And Software To Handle And Process The Substantial Data Flow Associated With Video Rate Imaging. contract Line-item Number (clin) 0001: The Contractor Shall Provide One (1) Control System And High Voltage Unit With Software For Control And Data Acquisition Of Video Rate Scanning Probe Microscopy. the System Shall Meet Or Exceed The Technical Specifications Identified Below. All Items Must Be New. Used Or Remanufactured Equipment Will Not Be Considered For Award. Experimental, Prototype, Or Custom Items Will Not Be Considered. The Use Of “gray Market” Components Not Authorized For Sale In The U.s. By The Contractor Is Not Acceptable. dedicated Controller For Video Rate Scanning Probe Microscopy Based On Field Programmable Gate Array (fpga) Technology And Fast Analog To Digital (adc) Conversion. the Control System Should Enable Accelerated Acquisition Of Atomic Scale Images And Also Offer As An Option The Ability To Track The Motion Of Features Such As Adatoms, Vacancies And Clusters Across The Surface, A Process Known As Atom Tracking. the Implementation Of Fast Probe Motion Control And Signal Acquisition Need To Be Fully Compatible And Transparent With Our Existing Pid Stm Controller Control Electronics (e.g. Molecular Imaging Pico Scan). No Modification To The Existing Scanner Hardware Or Electronics Should Be Required For High-speed Operation And Its Should Be Able To Easily Switch Between The Fast-scanning Mode And The Traditional Slow Imaging Mode Without Any Disruption. the System Should Intercept Signals From Our Existing Commercial Spm System And Adds Fast X, Y, And Z Waveforms, While Simultaneously Acquiring The Response Signal (such As Tunneling Current, Amplitude Or Phase) Through A Fast Adc. the System Should Be Capable Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz. the Control Unit Adc Must Sample At 100 Ms/s With 16-bit Resolution With An Input Range Of At Least ±1 V/±10 V And Control Unit Fast Output Of 1.39 Ms/s At Least 14-bit Resolution ±10 V. the High-speed Scanning Voltage Unit Takes A ±10 V Input With Selectable Gain To Drive Differential Piezo Output With Max Input And Output Voltages Of ±200 V. atom Tracking Involves Two-dimensional Feedback That Allows Local Extremum (protrusion Or Depressions) On The Imaged Surface To Followed With High Temporal Resolution. a Computer, Monitor, Keyboard And Mouse Along With Software To Control Video Rate Scanning And Optional Atom Tracking Operation. installation And Training Shall Be Provided And One Year Warranty And Service Agreement. nist Conducted Market Research From August 2024 – November 2024 By, Speaking With Colleagues, Performing Internet Searches, And Speaking With Vendors To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Caen Technologies, Inc. (uei: Cgh1csxqj5h7) Can Meet All The Governments Minimum Requirements. Particularly, The Combination Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz. And A Control Unit With Adc Samples At 100 Ms/s With 16-bit Resolution. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements. whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization. identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses. for The Naics Code indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section. provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement. please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received By November 18, 2024. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future. this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations. no Award Will Be Made As A Result Of This Notice. nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. thank You For Taking The Time To Submit A Response To This Request.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs. background advanced Semiconductor Technology Has Led To Continuous Performance Improvements In Transistors. However, Many Iterations Are Needed To Obtain Optimal Performance And The Yield And Reproducibility Is Incredibly Poor. Furthermore, Us Chip Makers Are Ill-equipped With Legacy Measurement Techniques And Underperforming Models. We Propose A Robust Path To Develop And Verify High-frequency Transistor Models: 1) New On-wafer Standards And Calibration, 2) Precision Noise Measurements For Transistor Quality Assurance, 3) Improved Characterizations, 4) Optimal Models Tailored To A Given Technology, And 5) Transistor Model Verification Across Frequency With Key Performance Indicators.   the National Institute Of Standards And Technology (nist) Radio Frequency (rf) Technology Division Is Seeking A Passive Tuner Solution That Operates From 170 Ghz To 260 Ghz. The Automated Passive Tuner Must 1) Be Waveguide Wr4.3 [170-260] Ghz Connectorized, 2) Be An Add-on To The Vertigo System, 3) Be Driven And Automated By The Vertigo “mmw-studio” Software To Enable Passive (and Hybrid) Load-pull Measurement And 4) Meet The Technical Specifications Described Below. this Solution Is Attended To Be Used For The Characterization Of High-frequency Transistors Under Large-signal And Load Conditions. This Solution Must 1) Be Wr4.3 [170-260] Ghz Connectorized, 2) Have Wr4.3 Automated Passive Tuners With Embedded Couplers That Will Enable Impedance Source And Load Control, And Dc/rf Power Control 3), Allow Absolute Amplitude And Phase Calibration Of Wave Parameters With Extended On-wafer Calibration Options, 4) Integrate A Visualization Software To Display General Large-signal Figure-of-merits Of Transistors Measured Under Various Conditions And, 5) Have An Add-on Active Load-pull Option. nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements: must Be An Automated (not Manual) Tuner (ethernet Or Usb) add-on To The Vertigo System And Fully Driven By The Vertigo “mmw-studio” Software Only To Enable Passive And Hybrid Load-pull Measurement. frequency Of Operation: Rectangular Waveguide Wr4.3 [170-260] Ghz insertion-loss Must In A 50 Ohm-load Condition Must Not Exceed 1.2 Db. must Handle A Minimum Rf Power Of 10 W (cw) the Vector Repeatability Of The Tuner Must Not Exceed -40 Db must Present A Minimum Reflection Coefficient Of 0.88 Across Frequency And Over 360 Degrees. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Details: ***update 16 December 2024: The Draft Rfp Document (located In The Attachments Section), Encompassing Sections L And M Of The Draft Rfp, Has Been Added To This Posting. Please See The Updated Information And Instructions In The Revised Sections Below.*** ***update 27 November 2024: Pws Attachment Was Revised By Removing Cui Header. This Document Contains No Cui.*** introduction: army Contracting Command – Aberdeen Proving Ground (acc-apg) Is Releasing This Draft Request For Proposal (rfp). This Is Not To Be Construed As A Commitment By The Us Government To Form A Binding Contract Or Agreement. The Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Rfp. All Submissions Become Government Property And Will Not Be Returned. This Draft Rfp Is Open To All Business Types. this Draft Rfp Is Issued For The Purpose Of Developing A Viable Solicitation That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Draft Rfp Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, A Solicitation Is Released. This Draft Rfp Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Rfp. Proprietary Information Shall Not Be Submitted In Response To This Draft Rfp, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information. No Award Will Be Made As A Result Of This Draft Rfp. This Draft Rfp Is For Informational Purposes Only To Promote Exchanges Of Information With Industry. The Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Rfp And Is Not Obligated By The Information Received. background: the Primary Mission Of Program Executive Office Intelligence Electronic Warfare And Sensors (peo Iew&s) Is To Provide Affordable, World Class Intelligence, Sensor, And Electronic Warfare Capabilities Enabling Rapid Situational Understanding And Decisive Action. Peo Iew&s Currently Leads The Charge For The Army’s Artificial Intelligence (ai)/machine Learning (ml) Efforts, With Project Linchpin (pl) Being The Army’s Program Of Record (por) For Artificial Intelligence Operations And Services (aiops+). Aiops+ Includes The Industry Recognized Practices Of Ai/machine Learning Operations (ai/mlops) And Pl Ai Ecosystem, Pl Standardized Approaches (e.g. Ai Risk Framework), Pl Design Principles, And The Secure Trusted Environments And Services Which Enable The Delivery Of Ai Solutions To Ai-enabled Programs. Additionally, Software (sw) Development Is The Cornerstone Of The Programs That Allow The Army To Develop The Capabilities Which Enable Spectrum And Cyberspace Superiority. Sw Is Key To Each Piece Of The Army’s Networked Intelligence, Electronic And Cyber Warfare Capabilities. Peo Iew&s Leverages Modern Sw Development Practices As It Supports Future Army Efforts Such As Electronic Warfare (ew) Re-programming As It Paces The Threat. scope: the Peo Iew&s’ Matoc, Entited Artificial Intelligence And Software At Pace (ais@p),will Support Rapid Awards Of Ai/ml And Sw Development Requirements To Support Pl And Other Entities In Response To A Constantly Evolving Threat Environment, Swift On/off Ramping Of Vendors, And The Ability To Quickly Transition Between Vendors In The Event Of Contractor Performance Concerns. This Contract Will Provide The Warfighter The Best Capabilities At The Best Value – In The Quickest And Most Efficient Manner Possible. the Peo Iew&s Ais@p Contract Vehicle Includes Two Vendor Pools Supporting Peo Iew&s Focusing On The Areas Ai/ml And Sw Development. The Ai/ml Pool Will Focus On Supporting The Project Linchpin Efforts. The Sw Development Pool Shall Include Design, Development, Fabrication, And Testing Of Developmental Systems Covering The Complete Range Of The Peo Iew&s Portfolio. Example Efforts May Include Signal Detection And Analysis, Ems Effects, And Signal Exploitation. draft Request For Proposal (rfp) Information: in Pursuit Of A Collaborative And Transparent Procurement Process, Acc-apg And Peo Iew&s Are Releasing This Draft Rfp To Industry For Review And Comment. This Proactive Approach Will Enable The Incorporation Of Valuable Industry Insights And Feedback, Ultimately Leading To A More Effective And Efficient Solicitation. the Draft Performance Work Statement (pws), And The Draft Rfp Document Are Located In The Attachments Section Below. The Draft Rfp Document Includes The Salient Details Of The Draft Rfp, Including Instructions To Offerors, Evaluation Criteria, Evaluation Phases, Basis For Award, And Small Business Set-aside Information. acc-apg And Peo Iew&s Are Proactively Releasing This Information For Industry Review And Comment In Advance Of The Scheduled Industry Day On January 7th, 2025, To Facilitate Informed Dialogue And Maximize The Value Of The Event. please Note That Any Documents Attached To This Draft Rfp Aredraftsand Are Subject To Change Before The Final Rfp Release. how To Respond To This Draft Rfp: acc-apg And Peo Iew&s Are Requesting That Interested Vendors: review The Pws And Draft Rfp Document Located In The Attachments Section Below. complete The Microsoft Forms Survey Requesting Basic Information From Prospective Vendors. the Link Is Located In The Links Section Below, As Well As Here:https://forms.osi.apps.mil/r/pmwdh4ugee . gather Constructive Comments, Questions, And Feedback Regarding The Pws And Draft Rfp Document, And Send Them By Email To The Peo Iew&s - Ais@p Mailbox. mailbox Address Is Listed In The Contact Information Section Below, As Well As Here:usarmy.apg.peo-iews.mbx.aisap@army.mil . subject Line Of The Email Must Read "draft Rfp Ais@p - [company Name]". acc-apg And Peo Iew&s Ask That Vendors Not Delay Their Feedback, To Allow The Government Time To Revise And Address Responses Prior To Industry Day.
Closing Date6 Jan 2025
Tender AmountRefer Documents 
7911-7920 of 8747 archived Tenders