Software Tenders

Software Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Statement Of Work: Defibrillator kansas City Va Medical Center objective the Kansas City Va Medical Center Intends To Procure Replacement Defibrillators For Units That Have Reached End Of Life. This Document Highlights The Technical Specifications And Services Being Requested By The Facility For Consideration Towards Purchase Of The Units. Vendors Under This Proposal Shall Provide All Equipment And Accessories, Installation Services, And Project Management Support. scope the Contractor Shall Furnish All Equipment Detailed In Table 1. All Products Must Meet All Salient Characteristics And Functions Defined In Section 3. description quantity defibrillator (includes Expansion Pack If Applicable) 46 the Contractor Shall Provide All Components Required To Implement All Listed Hardware And Software So The System (including All Items In Table 1) Is Fully Operational. the Contractor Shall Provide Any Missing Parts, Features, Software, And/or Components Not Included To Fully Complete The Installation At No Additional Cost To The Government. the Contractor Shall Provide All Labor, Supervision, And Any Other Resources Required To Deliver, Assemble/install, And Test All Listed Equipment. all Hardware, Software, And Services Must Meet The Manufacturers And Veterans Affairs Specifications. salient Characteristics defibrillators specification/salient Characteristics: maximum Dimensions: Height 10 In; Width 12 In; Depth 13 In maximum Weight: 15 Pounds must Be Operational With Alternating And Direct Current (ac And Dc) includes Alternating Current (ac) Power Cord For Use In The United States guidelines 2020 Of American Heart Association- Compatible automated External Defibrillator (aed) Mode With Manual Override 5-year Minimum Hospital Warranty must Have The Following Accessories, Capabilities, And Ability To Operate In The Following Modes: physical Features nellcor Pulse Oximetry Compatibility order Sensor Separately non-invasive Blood Pressure 23-33cm Reusable Cuff With Minimum 3-meter Air Hose for Use With Adult, Pediatric And Neonatal Patients mainstream End Tidal Co2 adult And Pediatric Automated External Defibrillator (aed) And Electrocardiogram (ecg) Analysis With Appropriate Leads And Connections cable Management System color Liquid-crystal Or Light Emitting Diode Display Screen batteries rechargeable Lithium Lon Battery run-time And/or Power Level Indicator automatic Calibration Ready Stores History Of Use And Maintenance operators’ Manual 1 Per Defibrillator language: English provided By Manufacturer And Includes Manufacturer’s Instructions defibrillation biphasic Defibrillation provides Automatic Life Support Defibrillation When Powered On. ability To Function As An Automated External Defibrillator (aed), And Starts In That Mode When Initially Turned On manual Defibrillator To Support Pediatrics To Adults To Include Automatic Safety Feature To Eliminate The Risk Of Delivering An Adult Energy Level To A Pediatric Patient less Than 7 Seconds Of Ready Charge Time For A New Fully Charged Battery evaluates Electrocardiogram (ecg) Rhythm To Determine If Shock Delivery Is Required configurations configurable For Either Cardiopulmonary Resuscitation (cpr) Or Shock-first Driven Protocols energy Sequences Can Be Configured For Single Or Multiple Shocks With Fixed Or Escalating Energy Levels the Cardiopulmonary Resuscitation (cpr) Interval Length Is Configurable In 1-minute Increments For Up To 4 Minutes wi-fi Connectivity allows The Wireless Communication Of Clinical And Test Data (no Patient Health Data (phi)) synchronizes The Time To That Of The Network To Negate “clock Drift” And Ensures Time Accuracy Of Code Data. federal Information Processing Standards (fips) Compliant real Cardiopulmonary Resuscitation (cpr) Help numeric Display Of Cardiopulmonary Resuscitation (cpr) Depth And Rate For Adult And Pediatric Patients visual And Audio Prompts To Coach Cardiopulmonary Resuscitation (cpr) Depth For Adult Patients release Bar To Ensure Adequate Release Off The Chest metronome To Coach Rate For Adult And Pediatric Patients. indicates Elapsed Time Since Last Detected Chest Compression contractor Shall Deliver All Equipment To: kansas City Va Medical Center 4801 E. Linwood Blvd kansas City, Mo 64128 attn: Biomedical Engineering ensure That Equipment Is Sent To The Attention Of Biomedical Engineering include The Purchase Order (po) Number On The Shipping Label. deliver Materials To The Facility In Manufacturer's Original Sealed Boxes Or Containers With Brand Name Marked Thereon. Refurbished Products Will Not Be Accepted. package To Prevent Damage Or Deterioration During Shipment, Handling, And Storage. maintain Protective Covering In Place And In Good Repair Until Delivery Is Necessary. any Government Requested Delayed Delivery Up To 90 Days Shall Be At No Additional Cost To The Government. contractor Shall Conduct A Pre-delivery Meeting At Least 3 Days Prior To Initial Award Delivery Date For Verification Of Delivery And Installation Dates. delivery Of Oversized, Palletized Orders, Or Orders That Contain A Large Number Of Components Will Be Coordinated With The Contracting Officer’s Representative (cor) Who Will Communicate Internally With Warehouse Staff. contractor Shall Adhere To All Equipment Delivery Deadlines Outlined In Table 2. assembly, Installation, And Testing contractor Responsible For Assembly And Installation Of Systems After Notification From Contracting Officer’s Representative (cor)(or Designee) That It Has Been Delivered To Station. install Shall Include Unboxing And Transportation Of Equipment To Final Use Location. installation Shall Include Implementation And Testing Of All Purchased Interfaces To Va Electronic Systems In Coordination With Clinical Staff, Biomedical Engineering Staff, Office Of Information And Technology (o&it) Staff, And Others Identified As Needed. vendor Shall Provide All Necessary Accessories, Cables, Adaptors, Et Cetera To Deliver A Fully Functional Clinical Device/system. 1. Any Other Day Designated By Executive Order. 2. Any Other Day Designated By The President’s Proclamation; And 3. Any Other Day Designated By Federal Statute. all Services Shall Be Performed During Normal Hours Unless Otherwise Scheduled With The Contracting Officer’s Representative (cor). hardware/software Update/upgrade Installations, Where Applicable, May Be Scheduled And Performed Outside Normal Hours At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Contracting Officer’s Representative (cor) Or Designee). all Agreed-upon Work Scheduled Outside Normal Business Hours Shall Be At No Additional Cost To The Government. site Conditions & Protection Of Property vendor Representatives Must Check In With Dole Va Biomedical Engineering When They Arrive On-site And Check Out Upon Completion Of Work Each Day. vendor On-site Visits Shall Be Coordinated With The Contracting Officer’s Representative (cor) (or Designee) Before Being Scheduled Or Conducted. there Shall Be No Smoking On Kansas City Va Premises At Any Time. eating And Drinking Are Not Allowed Inside The Hospital, Except For In The Canteen Dining Area. vendor Staff Shall Always Be Professional And Shall Take All Necessary Precautions To Maintain A Safe Environment For The Occupants. This Includes, As Necessary, Coordinating Access And Closures For Sensitive Areas Of The Medical Center. vendor Shall Be Responsible For Cleaning All Work Areas After Completion Of Tasks. This Includes, But Is Not Limited To, Removal Of Packaging And A Clean Sweep/mop Of The Area As Required By Work Type. contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds, And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. the Contractor Shall Perform An Inspection Of The Building(s) And Grounds With The Contracting Officer’s Representative (cor) Prior To Commencing Work To Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, Building(s) Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Source Of All Repairs Beyond Simple Surface Cleaning Is The Facility Construction Contractor (or Appropriate Subcontractor), So That Building Warranty Is Maintained. Concurrence From The Va Facilities Management Point Of Contact (poc) And Contracting Officer’s Representative (cor) Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade, And Color To Match Adjacent Existing Work. vendor Staff Shall Minimize Noise As Much As Possible While Working In All Buildings. vendor Is Responsible For Providing All Personal Protective Equipment (ppe) Necessary For Their Work. the Contractor Shall Be Responsible For Security Of The Areas In Which The Work Is Being Performed Prior To Completion. security Requirements network Security the Vendor Is Required To Complete And Submit The Two Attached Va Security Forms, If Their Equipment Can Be Connected To The Va Network. If These Forms Are Not Completed And Submitted With The Bid Package, The Vendor Can Be Disqualified From The Bidding Process. the Certification And Accreditation (c&a) Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. warranty & Service the Contractor Shall Provide All Manufacturers’ Warranty With Products Upon Delivery. warranty – The System, All Accessories, And All Software Shall Be Covered Under The Manufacturer’s Warranty And Shall Include All Parts And Labor For At Least 5 Years Following Acceptance By The Va Medical Center. a Manufacturer’s Factory-trained Field Service Engineer Shall Perform Installation And Maintenance During The Warranty Period. the Warranty Period Shall Not Begin Until After The Contracting Officer’s Representative (cor) (or Designee) Has Accepted The Products Delivery, Installation, And Functionality. the Warranty Shall Include All Manufacturer Recommended Preventive Maintenance Procedures For Its Duration. all Available Software Updates And Security Patches Will Be Made Available To The Kansas City Va During The Warranty Period. vendor Shall Provide Response To Applications And Technical Calls Within 8 Hours. vendor Shall Ship Replacement Parts Within 48 Hours Of Identifying Necessity By Kansas City Va Biomedical Engineering Staff. invoicing va’s Electronic Invoice Presentment And Payment System – The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va’s Electronic Invoice Presentment And Payment System – The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungstennetwork.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
Closing Date14 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 1h-5920-001110557-x3, Tdp Ver 006, Qty 180 Ea, Deliver To W25g1u, W1a8 Dla Distribution, New Cumberland, Pa 17070-5002, Deliver To W62g2t, W1a8 Dla Dist San Joaquin, Tracy, Ca 95304-5000. The Government Has Rights To The Technical Data, The Data Package Is Complete, And There Are No Technical Data, Engineering, Tooling Or Manufacturing Restrictions. (this Is The Only A/rmsc That Implies That Parts Are Candidates For Full And Open Competition. Other A/rmscs Such As K, M, N, Q, And S May Imply Limited Competition When Two Or More Independent Sources Exist Yet The Technical Data Package Is Inadequate For Full And Open Competition.) A/rmcs 1 Or 2 Are Valid. The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (see Far Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specific Type Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Of One Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Business Set-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University And Minority Institution Set-aside 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. 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 Date8 Jan 2025
Tender AmountUSD 313.4 K 
This is an estimated amount, exact amount may vary.

National Institutes Of Health Tender

Machinery and Tools
United States
Details: This Notice Is A Combined Synopsis/solicitation For Commercial Items Using Simplified Acquisition Procedures. This Acquisition Will Be Made In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items,” As Applicable, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation (a Written Solicitation Will Not Be Issued) And Quotes Are Being Requested. The Solicitation Number Is Rfq-niaid-25-2252494 And The Solicitation Is Issued As A Request For Quotes (rfq). this Acquisition Will Be Processed Under Far Part 13 Simplified Acquisition Procedures (sap). The Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, January 3, 2025. the North American Industry Classification System (naics) Code For This Procurement Is 811210, Electronic And Precision Equipment Repair And Maintenance, With A Small Business Size Standard Of $34.0 In Millions. The Requirement Is Being Competed Full And Open Competition, Un-restricted, And Without A Small Business Set-aside. the National Institute Of Allergy And Infectious Diseases (niaid) Has A Requirement For The following Services: one (1) Year Service For A Cytek Aurora 5 Laser With Loader - Uv/v/b/yg/r-premium, sn: U0267/ff252 the Contractor Shall Provide Minimum Requirements As Follows: - Two (2) Preventative Maintenance - Factory Trained Field Service Engineers To Provide On-site Service At Facility Within 2 Days of The Government’s Request. - All Non-consumable Parts, Travel, And Labor For Repair Visits - 24-hour (maximum) Response Time For Technical Support - 48-hour (maximum) Response Time For Non-functional Instruments, With Escalation To The Top Of The Priority Field Service Job Queue - Perform All Necessary Product Revisions And Software Updates For The Cytek Aurora When The Manufacturer Issues An Update To The Machine’s Hardware Or Software. - Demonstrate The Technical Operations Of Chi’s Cytek Aurora Upon Request. This Includes Both The Operations Of The Hardware And Software Features - Work Shall Be Performed By A Factory-trained Dedicated Regional Technical Applications Specialist With Documentation Certified By Cytek (contractor Must Show Proof Of Legal Access To Cytek Software Licenses At Time Of Quote Submission). - On-site And Remote Assistance, Including Assistance With Panel Design, Data Analysis, Assay Optimization And Troubleshooting, And General Scientific Consultation (“tas Assistance”), By A Factory Trained Dedicated Regional Technical Applications Specialist (tas) - Unlimited Telephone Technical Support - Vendors Must Certify All Service Personnel Who Will Work On This Equipment - Original Equipment Manufacturer (oem) Specification Parts And Services priority Scheduling And Onsite Response For All Repairs During The Period Of Performance. Priority Is Defined As Giving Priority Scheduling Equal To A Direct Contract And Guaranteeing The Equivalent Manufacturer’s Priority Onsite Response. If You Are A Third-party Service Provider, The Priority Scheduling And/or Response Time, Must Be Listed, As Well As Documentation Of Oem Trained Technicians Is Required. *all Service Providers Must Provide Proof From Cytek Biosciences, Inc., That They Are An Authorized Service Provider For All Cytek Biosciences, Inc, Equipment.* period Of Performance: Period Of Performance For Full Performance Is 02/1/2025 –1/31/2026. place Of Performance: Nih, Clinical Center, 10 Center Drive, Bldg. 10, Bethesda, Md 20892, United States. fob: Destination the Government Intends To Award A Firm Fixed Price Purchase Order To The Responsible Contractor As A Result Of This Rfq That Will Include The Terms And Conditions Set Forth Herein. The Award Will Be Based On The Following: Technical Capability To Meet The Requirements And Price. by Submitting A Quote In Response To This Solicitation, Vendor Is Accepting The Following Terms And Conditions: the Following Far Provisions Apply To This Acquisition: far 52.212-1 Instructions To Offerors Commercial Items (sep 2023) far 52.212-3 Offerors Representations And Certifications - Commercial Items (may 2024) far 52.204-7 System For Award Management (nov 2024) (offerors Must Complete Annual Representations And Certifications On-line At Http://www.sam.gov/ In Accordance With Far 52.212-3 Offerors Representations And Certifications- Commercial Items (please Ensure Far 52.209-2 -- Prohibition On Contracting With Inverted Domestic Corporations--representation. (nov 2015) Is Updated In Your Sam Record) far 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements – Representation (jan 2017) far 52.204–26 Covered Telecommunications Equipment Or Services-representation (oct 2020) *** Must Complete Representation If Attached To This Solicitation- See Attachment 52.204-26 the Following Far Contract Clauses Apply To This Acquisition: far 52-212-4 Contract Terms And Conditions Commercial Items (nov 2023) far 52-212.5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jan 2025) *the Applicable Subparagraphs Of Far52.212-5 Are Included In The Attachment To This Posting. far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015) 52.252-2 -- Clauses Incorporated By Reference. (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Http://farsite.hill.af.mil/vffara.htm by Submission Of An Offer, The Offeror Acknowledges The Requirement That A Prospective Awardee Shall Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation (www.sam.gov). copies Of The Above-referenced Provisions And Clauses Are Available From Http://www.acquisition.gov/far/loadmainre.html & Http: //www.hhs.gov/regulation/index.html Or, Upon Request, Either By Telephone Or Fax. submission Shall Be Received Not Later Than January 17, 2025 @ 1:00 Pm Est all Quotations And Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov. All Vendors Must Register In The Esass System To Submit A Quotation. Instructions On How To Register / Submit Quotes Are Included On The Website. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). All Responsible Sources May Submit An Offer That Will Be Considered By This Agency.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Municipality Of Kauswagan, Lanao Del Norte Tender

Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Details: Description Qty Unit Item Description 64 Units Ipc-hfw2449m-as-led-b-s2  4-mp ½.9” Cmos Image Sensor, Low Luminance And High Definition Image  Output Max 4 Mp (2688x1520) @20 Fps And Supports (2560x1440)@25/30 Fps  H.265 Codec, High Compression Rate, Ultra-low Bit Rate  Built In Warm Light And The Max Illumination Distance Is 50m  Roi, Smart H.264+h.265+, Flexible Coding, Applicable To Various Bandwith And Storage Environment  Rotation Mode, Wdr, 3d Nr, Hlc, Blc, Digital Watermarking, Applicable To Various Monitoring Scenes  Intelligent Monitoring: Intrusion, Tripwire (the Two Functions Support The Classification And Accurate Detection Of Vehicle And Human)  Abnormality Detection: Motion Detection, Video Tampering, Audio Detection, No Sd Card, Sd Card Full, Sd Card Error, Network Disconnection, Ip Conflict, Illegal Access And Voltage Detection  Alarm: 2 In, 2 Out, Audio: 1 In, 1 Out Support Max 256 G Micro Sd Card, Built In Mic 2 Units Ip Ptz 360 25x Zoom 6 Units 10tb Hdd Fro Surveillance 8 Units Pfs3206 4-port Poe Switch (unmanaged)  Two-layer Unmanaged Poe Switch  Cascade Can Be Realized Via Sfp Fiber Port  Mac Auto Study And Aging, Amc Address List Capacity Is 8k  Support Ieee802.3af, Ieee802.3at,hi-poe Standard  Conform Ieee802.3, Ieee802.3u, Ieee802.3ab 6 Units 6port Poe 3006 12 Units Poe Extender Outdoor 1x2 2,400 Meters Cat6 Utp Outdoor Pure Copper 1 Lot Fiber Fig.8 With Msgr, Outdoor (various Area) 1 Lot Fiber Cable 1core Outdoor With Msgr 1 Lot Fiber Splicing 16 Pcs Sfp Module Fiber 4 Units Access Point Antenna For P2p In Remote Area 48 Pcs Fiber Patchcord/pigtail 16 Pcs Fiber Box Small 500 Pcs Fiber Pole E Clip Metal/plastic 6 Units Ups 650va 2 Pcs Hdmi Cable 4k 2 Pcs Ptz Utility Box 2 Pcs Ptz Bracket 64 Pcs Aluminum Camera Utility Box 64 Pcs Aluminum Camera Bracket 1 Pc P2p Tower Antenna To Interior School With Long Range Base Station And Receiver 25 Pcs Pole Clamp 10 Pcs Pole Camera Bracket 1 Pc Network Consumable 1 Lot Electrical 1 Lot Command Center Back Up Power Inverter, 48vdc, 12v 200ah Gel Battery, Automatic Transfer Switch, 10mm Thhn, Ac Breaker, Ac Spd, Metal Enclosure 1 Lot Command Center Computer Table And Chair For 6 Monitors 6 Units Pole Box Outdoor Water Proof Large 1 Lot Led Wall Maintenance Cabling 1 Lot Led Wall Panel Maintenance/software Command Center Videowall Components And Software Programming 1 Unit Server Dss Pro With 128 Cameras License, Dss Pro Comprehensive And Expandable Vms, Flexible And Scalable, Reliable And Powerful Central Management System With Client-server Architechture, 1 Unit Nvd0905dh-41-4k Ultra Hd Network Video Recorder  Designed For Standalone Operator Viewers  H.265+h.265/h.264/mjpeg/mpeg4/mpeg2 Video Decoding  Ultr High Decoding Ability Up To 12mp  2ch Hdmi And 2ch Dvi-i Input, 9ch Hdmi Output  Support 1/4/9/16 Display Split  Support Audio, Alarm, Bi-directional Talk, Rs485  Splicing Screens Control For Zoom/merge/roam/overlay 3 Units Professional Nvr 64 Channel 2u 4k&h.265 Pro Network Video Recorder  Smart H.265+/h.265/smart H.264/mjpeg  Max 320mbps Incoming Bandwith  Supports Raid 0/1/5/10  Up To 12mp Resolution For Preview And Playback  2hdmi/2vga Simultaneous Video Output 9 Units Ls550ucm-ef 55” Fhd Video Wall Display Unit (ultra Narrow Bezel 3.5mm)  Industrial Level Ads Lcd Panel, Suitable For Continuous 24h/7 Operation  Ultra-narrow 3.5mm Bezel-to-bezel Design  Anti-glare Panel, Vivid And Memorable Image Quality  Factory Calibration Technology For High Color Uniformity  Built-in 3d Noise Reduction System And Picture Splicing Function  Abundant Interfaces Hdmi, Dvi,vga, Bnc, Usb Supporting Remote Control By Computer  Professional Thermal Design To Extend Device Lifespan  Built-in Power, Low Energy Consumption, Ultra Quiet  Modular Structure Design, Multiple Installation Modes  Widely Used In Durveillance Center, Command Center, Meeting Room, Commercial Display Scenes, Etc. 9 Pcs 15m 4k Hdmi Cables 1 Assembly Fabricated Wall Frame Support 9 Pcs Tvw02-48f Multi-screen Video Wall Mount For 37”-70” 2 Assembly Vms Client Pc (with Dss Client Software Program)  Intel I5 12th Gen + Compatible Motherboard  16gb Ram Ddr4 Dimm  256gb Ssd + 500gb Hdd  True Rated 650w Psu  Atx/matx Tempered Chassis  Rtx3050 Gpu (4 Display Output)  Mouse And Keyboard Combo 6 Pcs 22” Fhd Led Monitor 2 Pcs Triple Monitor Articulating Mount For 13”-27” (tv12-c034n) 1 Lot Consumables And Other Cables (gypsum Screw, Plastic Tox, Printed Tagging, Electrical Tape, Masking Tape, Cable Tie, Tie Wire, Assorted Connectors, Velcro Tape And Etc.) 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipments/ 1 Year Maintenance/equipment And Tools And Installation Of Video Wall Cable Setting, Including Software Program Of Camera Mapping
Closing Date3 Jan 2025
Tender AmountPHP 27 Million (USD 465.9 K)

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Details: Eram Subcomponents Production Rfi-wctf25 disclaimer: this Is A Request For Information (rfi) Only. This Rfi 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 Seeking Proposals At This Time And Will Not Accept Unsolicited Proposals. Vendors Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. subject: the Extended Range Attack Munition (eram) Program Office (po) Is Responsible For Delivering An Affordable, Long-range Standoff Weapon To Support Fms Partners. The Purpose Of This Rfi Is To Identify Pricing And Lead Times For Subcomponents For Aflcmc/wctf. This Is Intended To Provide The Ability For Production And Support Of The Eram Program. description: the Government Is Seeking Support To Procure Eram Hardware Capability (gps Receivers, Seekers, Navigation Units, Radio Solutions, Datalink, Or Other Capabilities To Add Operational Capabilities To The Weapon). The Eram Program Is Currently Executing An Other Transaction Authority (ota). The Ota Will Conclude With A Phase 2 Development Option, A Full Rate Production Ota, And Potential Future Development For Additional Capabilities. This Request Will Support These Future Opportunities For The Usaf To Procure Eram Baseline Configuration. The Users Of This Will Include The Eram Program Office, And Any Others Required For Potential Changes That May Address, But Are Not Limited To The Following Areas: upgrades And Enhancements product Improvements producibility And Affordability other Changes As Necessary To Meet Existing Or New/emerging Requirements. interest: successful Responders Must Be Capable Of Receiving Classified Information, Obtaining Any Necessary Licenses Or Data Rights From The Original Manufacturer, Providing A Rough Order Of Magnitude (rom), And Outlining An Associated Delivery Schedule Or Lead Times For Available Capabilities. the Security Classification Level For This Effort Is Cui/secret. The Usg Will Provide The Files But Will Not Provide Support/software To View/access Files for Questions, Contact Capt. Lake Lutes (eram Lead Pm) At Lake.lutes.3@us.af.mil And Sara Riley (eram Contracting Lead) At Sara.riley@us.af.mil. responses Are Due By Monday 3 Feb 2025, By 1700 Cst To Capt. Lake Lutes (eram Lead Pm) At Lake.lutes.3@us.af.mil And Sara Riley (eram Contracting Lead) At Sara.riley@us.af.mil for Classified Or Controlled Unclassified Information (cui) Information Requests, Inquiry Must Be Received By January 31, 2025, To Capt. Lake.lutes.3@us.af.mil Or Mr. Michael Kelley At Michael.kelley.64@us.af.mil. required Capabilities future Eram Phases Will Incorporate Various Seekers, Payloads, And Capabilities To Enhance Performance In Gps-denied Areas And Or To Produce Eram Variants To Achieve Disruptive Effects When Launched. Equipment, Interfaces, Prototypes, Engineering Support, Digital Model Integration Support, And Support Documentation Will Be Necessary To Integrate These Capabilities. to Expedite Eram Production, The Government Intends To Acquire Certain Long Lead Eram Components. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under Authority Of Far 6.302. further Requirements And Original Gps Receiver Manufacturer Information May Only Be Obtained Via Secure Cui/secret Communication. to Better Navigate The Complex Oconus Environment, The Eram Usafe, Saf/ia, And Warfighter Representatives Expressed That The Bae Marshall Deck Of Cards (doc) Capability Is The Top Priority For Integration With The Eram Weapon. Please Provide Pricing And Schedule For 10 Bae Prototypes Of The Marshall Doc Capability To Support Eram Integration And Engineering Efforts. Please Provide Pricing And Schedule For A Potential Anti-tamper Solution To Establish Root Of Trust And Protect Marshall Doc Software From Exploitation And Or Battlefield Loss. Please Provide Pricing And Schedule For The Environmental Qualification Of The Bae Marshall Dod System In Accordance With The Armament Directorate Environmental Qualification Guidance Documentation. please Provide Pricing And Schedule For 10 Bae Prototypes Of The Shepherd Capability To Support Eram Integration And Engineering Efforts. Please Also Provide Pricing And Schedule For The Mission Planning, Integration, And Production Readiness Efforts Needed To Transition The Shepherd Prototype Hardware And Software To A Production Ready Configuration Available To The Eram Production Program. please Provide Pricing And Schedule For 10 Bae Prototypes Of The Quicksink Seeker In A Form Factor To Support Eram Integration And Engineering Efforts. Please Provide Pricing And Schedule For 10 Bae Prototypes Of The Quicksink Seeker To Support Continued Afrl Quicksink Prototype And Testing Efforts. please Provide Pricing And Schedule For 50 Bae Prototypes Of The Falco System For Continued Operational Employment And Conops Development, Potential Aircraft Integration Efforts, And Ongoing Demonstrations And Concept Of Employment Efforts. Interested Parties Should Identify Their Intent To Respond To This Requirement No Later Than 15 Days After The Posting Of This Request For Information. all Requirements Listed In This Rfi Must Be Compliant With The Weapons Government Referenced Architecture (wgra) Attachment 1. submission Details: interested Businesses Should Submit A Brief Capabilities Statement Package (no More Than Ten 8.5 X 11.5-inch Pages, Font No Smaller Than 10 Point) Demonstrating The Ability To Perform The Required Capabilities And Pricing All Responses Shall Include Company Name, Company Address, Company Business Size, And Points-of-contact (poc) Including Name, Phone Number, And Email Address. attachment 1: Wgra
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Philippine Science High School System - PSHS Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Philippine Science High School – Central Luzon Campus (pshs-clc) Wishes To Invite Proponent Supply, Delivery, Installation, Configuration, And Users' Training Of Document Scanner For Human Resource Management Unit And Supply And Property Unit With Abc Of Two Hundred Thousand Pesos In Words And Php 200,000.00 In Figures. Reference No: Pr No. 2025-01-002-05 Details: Pr No. 2025-01-002-05 Item Description Qty Unit Approved Price Per Unit Cost Approved Total Unit Cost Supplier's Price Per Unit Cost Supplier's Total Unit Cost Supply, Delivery, Installation, Configuration, And Users' Training Of Document Scanner For Human Resource Management Unit And Supply And Property Unit 1 Lot Php200,000.00 Php200,000.00 Details: Two (2) Units Document Scanner Specificaions: • Scanner Type: Adf (automatic Document Feeder) / Manual Feed, Duplex • "scanning Speed (on Jpeg Compression At 200/300 Dpi): • At Least 70 Ppm For Simplex And At Least 140 Ppm For Duplex" • Image Sensor Type: Cis X 2 (front X 1, Back X 1) • Light Source: Rgb Led X 2 (front X 1, Back X 1 • Optical Resolution: At Least 600 Dpi • "output Resolution: At Least 50-600 Dpi (adjustable By 1 Dpi Increments) • (color / Grayscale / Monochrome): At Least 1200 Dpi (driver)" • Output Format: Color: 24-bit, Grayscale: 8-bit, Monochrome: 1-bit • Background Colors: White / Black (selectable) • Accepts Document Size Of At Least 48x50 Mm (1.9x2 Inch) And Up To 215.9x355.6 Mm (8.5x14 Inch) As Well As Up To 6,096mm (240 Inches) For Long Page Scanning • "paper Weight (thickness) Compatibility: • Paper: At Least 20 To 465 G/m² (5.3 To 124 Lb) • Booklet: Less Than 7 Mm (0.276 Inch) • Plastic Card: 1.4 Mm (0.055 In.) Or Less" • Adf Capacity: At Least 100 Sheets (a4 80 G/m² Or Letter 20 Lb) • Expected Daily Volume: At Least 10,000 Sheets • Multifeed Detection: With Overlap Detection (ultrasonic Sensor), Length Detection • Paper Protection: Image Monitoring, Sound Detection (isop) • "interface Must Be Compatible With Usb 3.2 Gen1x1 / Usb 2.0 / Usb 1.1 • Must Also Have Ethernet 10base-t, 100base-tx, 1000base-t" • Power Requirements: Ac 100v - 240v 50/60 Hz • Supports Windows, Macos And Linux Operating Systems • "includes The Following Software/drivers: • Paperstream Ip Driver (twain/twain X64/isis), Wia Driver, Image Scanner Driver For Macos (ica), Image Scanner Driver For Linux (sane), Paperstream Capture, Paperstream Clickscan, Software Operation Panel, Error Recovery Guide, Abbyy Finereader For Scansnap™, Scanner Central Admin" • "must Feature The Following Image Processing Functions: • Multi Image Output, Automatic Color Detection, Blank Page Detection, Dynamic Threshold (idtc), Advanced Dtc, Sdtc, Error Diffusion, Dither, De-screen, Emphasis, Dropout Color, Srgb Output, Hole Punch Removal, Index Tab Cropping, Split Image, De-skew, Edge Filler, Vertical Streaks Reduction, Background Pattern Removal, Cropping, And Static Threshold" • Must Include Adf Paper Chute, Ac Cable, Ac Adapter, Usb Cable, And Setup Dvd • Must Include On-site Installation Including Hardware And Software Components • Must Include At Least One (1) Year Warranty For Product Or Manufacturing Defects • Must Include A Non-certification Training For One (1) Day To At Least Five (5) Participants Inclusive Of The Following Consumables: - At Least Four (4) Pieces Brake Roller Compatible With The Offered Unit - At Least Four (4) Pieces Pick Roller Compatible With The Offered Unit ***nothing Follows*** Total Cost Php 200,000.00 Partial Bid Is Not Allowed. Proponent Must Be Familiar With Cdc Regulations And Policies Proponent Must Be Familiar With Government Transactions For More Information, Please Contact The Bids And Awards Committee Of Pshs-clc: Tel No. (045) 499-0136 / (045) 499-5597 Local 101 Or Email Us At Rfq@clc.pshs.edu.ph Submissions Will Be Accepted Until January 28, 2025, 9:00am At The Pshs- Clc, Lily Hill St., Clark Freeport Zone, Pampanga Or Through Email At Rfq@clc.pshs.edu.ph Jarvik Jason B. Rogacion Administrative Officer V/procurement Officer Philippine Science High School – Central Luzon Campus Telephone No. (045) 499 0136; (045) 499 5597 Local 101 Email: Rfq@clc.pshs.edu.ph
Closing Date28 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

DEPT OF THE ARMY USA Tender

Software and IT Solutions...+1Aerospace and Defence
United States
Details: This Is A Solicitation, Panrsa-24-p-0000 013641, For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. this Solicitation, Panrsa-24-p-0000 013641, Is Issued As A Request For Quote (rfq). The Government Reserves The Right To Award Without Discussions. the Solicitation Document And Incorporated Provisions And Clauses Are In Effect Through The Federal Acquisition circular 2020-04. the Requirement Is For Full And Open Competition. The Associated Naics Code Is 334118. The Small Business Size Standard Is 1,000 In Employees. description Of The Requirement Is As Follows: Request For A Firm Fixed Price Quote For Apache's Security Office - Apache Attack Helicopter Project Management Office Located On Redstone Arsenal Sparkman Center, Building 5307, Has A New Requirement To Procure (1) One Velocity Software License, Federal Edition, Up To 100 Sites, (1) One Dell Workstation, (1) One Client Edition Of Hirsch Velocity And Sql Database Software, (1) One Firmware & Software Upgrades, (1) One Network Connection, (2) Two Patch Cables, And Labor To Upgrade The Current Cac Reading System For Pm Apache Security Offices Per The Attached Minimum Specifications. the Us Army Contracting Command, Redstone Arsenal, Intends To Issue A Firm Fixed Price Contract. The Government Intends To Use The Policies And Procedures Of Far Part 12 In Conjunction With Those At Far Part 13 For This Effort. the U.s. Army Peo Aviation, Redstone Arsenal, Al (acceptance Dodaac: W56rsx) Shall Be Responsible For The Receiving, Inspection And Acceptance Requirements Of Dfas Wide Area Workflow (wawf) For All Units. delivery Is Fob Destination. Items Will Be Shipped To The Following Location: w56rsx ship All Equipment To The Following: building 5307 Sparkman Circle redstone Arsenal, Al 35898 care Of Marshal Miller security Poc: Lashonida R. Wilson apache Security Manager sfae-avn-h wawf Information: inspector/acceptor: Jackeline Ubiles dodaac: W56rsx phone Number: (256)-313-4051 email Address: Jackeline.ubiles.civ@army.mil required Delivery Date No Later Than 30 Days After Contract Award terms And Conditions For This Requirement Are Consistent With Customary Commercial Practices. Contract Financing Is Not Authorized. provision At 52.212-1, Instructions To Offerors - Commercial Items, Applies To This Acquisition And Any Addenda To The Provision Also Apply. provision At 52.212-2, Evaluation - Commercial Items, Is Applicable. The Lowest Price Technically Acceptable Is The Sole Evaluation Factor. Non Cost Factors Are Of Equal Importance To Price. offerors Shall Include A Completed Copy Of The Provision 52.212-3, Offeror Representations And Certifications - commercial Items. clause 52.212-4, Contract Terms And Conditions - Commercial Items, Applies To This Acquisition And Any Addenda To The Provision Also Apply. clause At 52.212-5 Contract Terms And Conditions - Required To Implement Statutes Or Executive Orders - commercial Items, Also Applies To This Acquisition And Additional Far Clauses May Be Cited As Needed. payment Shall Be Made Through Wide Area Work Flow (wawf), In Accordance With Dfars 252.232-7006. dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports And Instructions. payment Method Shall Be Through Wide Area Work Flow. dfars 252.232-7006 - Wide Area Work Flow Payment Instructions. oral Communications Are Not Acceptable In Response To This Notice. All Responsible Sources May Submit An Offer Which Shall Be Considered By The Agency. a Complete Quote Shall Consist Of The Following: quotes Shall Include All Items, Including Brand Name Items, As Specified In The Purchase Description And In The Quantities Specified. quotes Shall Include Delivery Terms And Conditions. quotes Shall Include A Unit Price And Subtotal Price For Each Item Listed In The Purchase Description And A Total Price For All Items. quotes Should Identify Any Discounts And/or Reductions To Established Rates Or Prices. basis Of Award: the Government Intends To Place An Order With The Bidder Representing The Best Value To The Government. Best Value Is The Lowest Priced Technically Acceptable Quote (lpta). The Minimum Technical Requirements Are As Follows: All Items Quoted Are As Specified In The Purchase Description, Including Brand Name Items. Delivery Shall Be Within 30 Days Aro Or Sooner. the Evaluation Of Technical Acceptability Will Start With The Lowest Priced Quote And Will Proceed Until The Lowest Price Technically Acceptable Quote Is Determined. Therefore, All Quotes May Not Be Evaluated For Technical Acceptability. adjectival Rating Description acceptable quote Meets The Requirements Of The Solicitation, Including The Minimum Technical Requirements. unacceptable quote Does Not Meet The Requirements Of The Solicitation, Including The Minimum Technical Requirements. proposals Shall Be Submitted By Email Only To Both Erica.d.sykes.civ@army.mil. And Edward.e.smith.civ@army.mil other Electronic Or Hard Copy Submissions Are Not Authorized. Proposals/offers Received After The Specified Due Date And Time Will Not Be Considered For Award. for Further Information Regarding This Solicitation, Contact: primary Points Of Contact: edward E. Smith edward.e.smith.civ@army.mil phone: 520 674-8623 erica D. Sykes erica.d.sykes.civ@army.mil phone: 520-687-6287 secondary Point Of Contact: lisa Armes contracting Officer lisa.s.armes.civ@army.mil phone: 520-674-8668 contracting Office Address: bldg 5303 Sparkman Cir redstone Arsenal, Alabama 35898-5090 united States
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Others
Germany
Description: Contract notice – general guideline, standard regulation Open procedure (services) Support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in ... Additional support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in network operations through temporary employment (anü) On the basis of its state-wide wide area network (hessennetz), the HZD offers the entire Hessian state administration, i.e. the ministries and the subordinate departments (e.g. tax offices, police departments, courts, etc.) a central, standardized communications platform for a total of around 80,000 PC workstations. These departments use local networks (LANs) at over 800 locations in Hesse to access local or central services. These LANs, with a total of around 300,000 connection points provided, form - together with the connecting wide area network (WAN) - the basic infrastructure for all IT communication in the state of Hesse. Central services are provided in three data centers, and a fourth location is under construction. In recent years, the number of systems managed by the network operations team (STN), network planning and the system and network monitoring team has almost doubled. This has also increased the workload in the teams. It is therefore necessary to buy in support. The main areas of application are implementations as part of change management in the area of complex LAN and WAN environments, as well as technical documentation in the area of change management in various operational areas. The aim of this tender is to conclude a framework agreement with a contract term of two years, with two automatic extensions for a further year each time for the aforementioned services. This is a matter of temporary employment. The focus of the requested service is in the area of technical documentation and the implementation of simple as well as complex LAN and WAN environments. The employees deployed are expected to have appropriate basic knowledge of how to use the tools provided by the client. Since HZD aligns the operation of its network infrastructure with the processes of the IT Infrastructure Library (ITIL), it is important for the client that the employees can demonstrate appropriate experience. The language used in dealings with the client and its customers is German, so appropriate written and spoken knowledge is required. A willingness to work outside of normal working hours if required is required. Employees in the LAN/WAN area The tasks include: - Participation in the general change management process of the HZD - Implementation of (standard) changes to the network components used in accordance with the specifications of the HZD - Implementation of the specifications in a uniform, structured and available project documentation - Consulting activities Qualifications For the temporary employees, knowledge and professional experience of certain qualifications are expected. If the term "professional experience" is used below, this is to be understood as competences, abilities and skills acquired through work activity. Professional experience does not include studies, internships or similar. Employee in the LAN/WAN area - Senior Mandatory qualifications are: Fluent written and spoken German At least three years of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) - Evaluation of new hardware and software components for networks Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in technical consulting Employee in the LAN/WAN area - Junior Mandatory qualifications are: - Fluent written and spoken German At least one year of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in Evaluation of new hardware and software components for networks General requirements A successful security check by the Hzd is a prerequisite for employment.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Others
Germany
Description: Contract notice – general guideline, standard regulation Open procedure (services) Support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in ... Additional support services in network operations through temporary employment (anü) Procurement of support services in network operations through temporary employment (anü) Support services in network operations through temporary employment (anü) On the basis of its state-wide wide area network (hessennetz), the HZD offers the entire Hessian state administration, i.e. the ministries and the subordinate departments (e.g. tax offices, police departments, courts, etc.) a central, standardized communications platform for a total of around 80,000 PC workstations. These departments use local networks (LANs) at over 800 locations in Hesse to access local or central services. These LANs, with a total of around 300,000 connection points provided, form - together with the connecting wide area network (WAN) - the basic infrastructure for all IT communication in the state of Hesse. Central services are provided in three data centers, and a fourth location is under construction. In recent years, the number of systems managed by the network operations team (STN), network planning and the system and network monitoring team has almost doubled. This has also increased the workload in the teams. It is therefore necessary to buy in support. The main areas of application are implementations as part of change management in the area of complex LAN and WAN environments, as well as technical documentation in the area of change management in various operational areas. The aim of this tender is to conclude a framework agreement with a contract term of two years, with two automatic extensions for a further year each time for the aforementioned services. This is a matter of temporary employment. The focus of the requested service is in the area of technical documentation and the implementation of simple as well as complex LAN and WAN environments. The employees deployed are expected to have appropriate basic knowledge of how to use the tools provided by the client. Since HZD aligns the operation of its network infrastructure with the processes of the IT Infrastructure Library (ITIL), it is important for the client that the employees can demonstrate appropriate experience. The language used in dealings with the client and its customers is German, so appropriate written and spoken knowledge is required. A willingness to work outside of normal working hours if required is required. Employees in the LAN/WAN area The tasks include: - Participation in the general change management process of the HZD - Implementation of (standard) changes to the network components used in accordance with the specifications of the HZD - Implementation of the specifications in a uniform, structured and available project documentation - Consulting activities Qualifications For the temporary employees, knowledge and professional experience of certain qualifications are expected. If the term "professional experience" is used below, this is to be understood as competences, abilities and skills acquired through work activity. Professional experience does not include studies, internships or similar. Employee in the LAN/WAN area - Senior Mandatory qualifications are: Fluent written and spoken German At least three years of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) - Evaluation of new hardware and software components for networks Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in technical consulting Employee in the LAN/WAN area - Junior Mandatory qualifications are: - Fluent written and spoken German At least one year of professional experience in the following areas of an enterprise environment is expected: - Implementation and configuration of active network components - Creation of structured project or operational documentation - ITIL-ITSM processes (change, problem and release management) Also desirable are: - Manufacturer certification e.g. CCNA - Class B driving license - Experience in Evaluation of new hardware and software components for networks General requirements A successful security check by the HZD is a prerequisite for employment.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 Effective: 9/30/2024 this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A Firm-firm Fixed-price (ffp) Basis. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 519210, the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 7630. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase Aiaa 2025 Online Subscription Renewal. all Interested Companies Shall Provide Quotations For The Following: ___________________________________________________________________________ ___________________________________________________________________________ ___x___ See Specification Attachment supplies: Brand Name Or Equal. items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. software/hardware/services: this Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured. note: Maintenance Renewals - The Performance Period For Maintenance Renewals, (software Licenses, Services, Etc.), Must Begin On Or After The Date Of Contract Award. The Performance Period Cannot Be Back Dated. If Reinstatement Fees Are Required, They Must Be Listed On Separate Line Items. delivery Address: ____x____ U.s. Naval Research Laboratory 4555 Overlook Avenue, S.w. bldg. 49 – Shipping/receiving code 3400 washington, Dc 20375 **fob Destination Is The Preferred Method** estimated Delivery Time: __________________ for Fob Orgin, Please Provide The Following Information: fob Shipping Point: _______________________ estimated Shipping Charge: _________________ dimensions Of Package(s): ____________________ shipping Weight: __________________________ submission Instructions: all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. include Your Company Duns Number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. government Point Of Contact purchasing Agent Name: James Chappell email: James.e.chappell2@us.navy.mil please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. system For Award Management (sam). The Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Shall Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of Offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable. options. When Applicable, 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). terms And Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" exceptions. Quoter Shall List Exception(s) And Rationale For The Exception(s). submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail.
Closing Date30 Jan 2025
Tender AmountRefer Documents 
7931-7940 of 9215 archived Tenders