Software Tenders

Software Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Unique Entity Id (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. the Loma Linda Va Health Care System (llvahcs) Located At 11201 Benton St., Loma Linda, Ca 92357 Is Seeking A Potential Qualified Contractor To Establish Full Maintenance Service For The Equipment And Systems Listed Below. important Information: The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 811210 Electronic And Precision Equipment Repair And Maintenance ($34 Million Dollars). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov. Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The U.s. Small Business Administration Located At Https://veterans.certify.sba.gov All Interested Offerors Should Submit Information By E-mail To William.cornick@va.gov. All Information Submissions To Be Marked Attn: William Cornick, Contract Specialist And Should Be Received No Later Than 4:30 Pm Pst On January 14, 2025. 1. Scope Of Work: 1.1. The Contractor Will Furnish All Labor, Transportation, Parts, Test Equipment, Tools, And Expertise Necessary To Maintain The New Steris Washer Enclosure Install Located At The Loma Linda Va Medical Center. The Vendor Shall Provide The Following Coverages On The System: The Vendor Shall Have The Ability To Apply All Steris Washer Enclosure Part Changes To Ensure The System Is Installed And Maintained According To Manufacturer S Standards. 1.2. This Contract Is Effective For 1 Year Upon Date Of Award Plus 4 One-year Options That May Be Exercised By The Va. 1.3.. The Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract. 1.4. Normal Service Requirements Under This Contract Consist Of Scheduled Preventive Maintenance Inspections, Adjustments Repairs, As Specified Herein, Along With Scheduled Contractor Maintenance In Response To Service Calls Made By Va Loma Linda To The Contractor Due To A Partial Or Complete System Or Subsystem Failure Which Requires The Contractor To Respond Within A Specified Time Frame To Make Needed Repairs/adjustments To The System. 2. Equipment: 2.1. The Equipment To Be Serviced/maintained Includes: top Enclosure Panel 7053l / 7053hp 8 Ft. Ceiling, 4 Washers. install Of Top Enclosure Panels For 4 Washers 3. Definitions/acronyms: 3.1. Vall - Va Loma Linda Health Care System. Consists Of The Main Campus: 11201 Benton Street Address (909-825-7084)). 3.2. Co Contracting Officer. 3.3. Cor Contracting Officer S Representative. 3.4. Iaw In Accordance With 3.5. Pm Preventive Maintenance Inspection. Services Which Are Periodic In Nature And Are Required To Maintain The Equipment In Such Condition That It May Be Operated In Accordance With Its Intended Design And Functional Capacity With Minimal Incidence Of Malfunction Or Inoperative Conditions. 3.6. Fse Field Service Engineer. A Person Who Is Authorized By The Contractor. 3.7. Fsr Field Service Report. A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. 3.8. Acceptance Signature Signature Of Va Loma Linda Employee Who Indicates Fse Demonstrated Service Conclusion/status And User Has Accepted Work As Complete/pending As Stated In Esr. 3.9. Authorization Signature Cor S Signature; Indicates Cor Accepts Work Status As Stated In Esr. 3.10. Osha Occupational Safety And Health Administration. 3.11. First Look / Co-op Type Of Service Contract Coverage Where The Va Bess Attempts To Solve Minor Problems Or Makes Easily Completed Repairs With Parts Provided By The Vendor. May Also Include The Va Bess Accomplishing Scheduled Maintenance (pm) Instead Of The Vendor Performing It. This Type Of Coverage Normally Results In A Cost Savings To The Government. 3.12. Bess Biomedical Equipment Support Specialist. Va Employee Responsible Vendor Coordination Of Maintenance For Va Owned Medical Equipment. 4. Conformance Standards: 4.1. Contract Service Shall Ensure That The Equipment/system Functions In Conformance With The Latest Published Edition Of Nfpa-99, Osha, Manufacturer S Network Equipment/system. Upgrades/updates Shall Be Installed In Strict Accordance With Manufacturer S Specifications And Must Operate Within Manufacturer S Specifications And Must Operate Within Manufacturer S Specified Parameters. 5. Hours Of Coverage: 5.1. The Contractor Will Respond By Phone At No Additional Charge, Within The Normal Business Hours (8:00 Am To 5:00 Pm (cst) M-f). 5.2. All Scheduled Service/repairs Shall Be Performed During These Normal Hours Of Coverage Unless One Of The Following Conditions Exist: 5.2.1 The Contractor Wishes To Perform Such Maintenance At A Time That Is Outside Of The Normal Hours Of Coverage, At No Additional Cost To The Government, And The Contractor Submits A Request To The Cor Prior To The Proposed Start Of The Maintenance And The Request Is Approved By The Cor Before Work Is Begun. 5.2.1.1 The Cor Directs That The Scheduled Maintenance Be Performed At A Time That Is Outside The Normal Hours Of Coverage And The Additional Cost Is Recommended By The Cor And Authorized By The Co. 5.3. Scheduled Maintenance Shall Be Performed In Accordance At The Manufacturer S Recommended Intervals And Should Be Scheduled/completed During The Month The Va Requests. Changes In This Periodicity Will Occur Only When Approval Is Granted By The Cor And Co. 5.4. Scheduling For Unscheduled Maintenance Requirements Outside Of Normal Hours Shall Be Coordinated With And Require The Approval Of The Cor. 5.6. Federal Holidays Observed By Va Loma Linda Are: labor Day columbus Day veteran S Day thanksgiving Day new Years Day martin Luther King Day president's Day memorial Day independence Day Christmas Day and Any Other Day Specifically Designated By The President Of The United States. 6. Unscheduled Maintenance: 6.1. Contractor Shall Maintain The Equipment In Accordance With Manufacturer S Standards. 6.2. The Contractor Shall Provide Repair Service, Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Installing Parts. 6.3. All Parts Will Be Covered In This Agreement. 6.4. The Contracting Officer, Cor And Designated Alternate Have The Authority To Approve/request A Service Call From The Contractor. 6.5. Response Time: 6.5.1. Contractor S Fse Shall Respond By Phone During Normal Business Hours Or Within (30) Minutes After Normal Business Hours. 6.5.2. If The Problem Cannot Be Corrected By Phone Or By Remote Diagnostics The Contractor Will Dispatch A Technician To Arrive Not Later Than 4 Business Hours After The Call Is Placed. Uptime Commitment Shall Be 95%. 7. Scheduled Maintenance: 7.1. Contractor Shall Perform Pm Service To Ensure That Equipment Listed In The Schedule Performs In Accordance With The Manufacturer's Recommendations As Published In The Manufacturer S Maintenance Manuals For The System. 7.2. Contractor Shall Provide And Utilize Procedures And Checklists With Worksheet Originals Indicating Work Performed And Actual Values Obtained (as Applicable) Provided To The Cor At The Completion Of The Pm. 7.3. Pm Services Shall Include, But Need Not Be Limited To, The Following: 7.3.1. Cleaning Of Equipment To Include Filters, Gearing, And Other Parts. 7.3.2. Reviewing Operating System Software Diagnostics To Ensure That The System Is Operating As Specified By The Manufacturer S Specifications. 7.3.3. Calibrating And Lubricating The Equipment. 7.3.4. Performing Remedial Maintenance Of Non-emergent Nature. 7.3.5. Performing Electrical Safety Inspection Iaw Nfpa 99. 8. Parts: 8.1 The Contractor Will Provide All Replacement Parts Needed To Keep The System In Operating Condition As Originally Designed By The Manufacturer. 8.2 Parts May Be Repaired Or Replaced, As The Contractor Deems Appropriate. No Used Parts Will Be Used To Repair This Equipment. 8.3 Parts Shall Be Shipped For Arrival The Next Day By 1030 A.m. 9. Service Manuals: 9.1. Va Will Not Provide Service Manuals Of Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fses All Operational And Technical Documentation, (such As: Operational And Service Manuals, Schematics, And Parts List), Which Are Necessary To Meet The Performance Requirements Of This Contract. 9.2. The Location And Listing Of The Service Data Manuals, By Name, And/or The Manuals Themselves Shall Be Provided To The Contracting Officer Upon Request. 10. Documentation/reports: 10.1. Documentation Shall Include Detailed Descriptions Of The Scheduled And Unscheduled Maintenance Procedures Performed, Including Replaced Parts And Prices Required To Maintain The Equipment In Accordance With Manufacturer Specifications. Test Equipment Used For Calibration Shall Be Listed On The Service Report By Manufacturer, Model Number, Serial Number And Date Due Calibration. 10.2. Any Additional Charges Claimed Will Be Approved By The Co Via The Cor Before Service Is Completed. 11. Reporting Requirements: 11.1. Upon Arrival At Va Loma Linda, The Contractor Must Check In In With Va Loma Linda Police Dispatch To Obtain A Contractor Badge. The Contractor Will Always Visibly Wear The Badge While On Va Loma Linda Premises And Must Turn In The Badge Before Leaving Va Loma Linda Premises. 11.2. When Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s) And Submit To The Bess Who Set-up The Service. The Esr Can Be Submitted When Logging Out With Biomed, Via An Internet Web Site Or E-mail. Esrs Should Be Submitted Not Later Than 5 Business Days After Service Is Complete. Preferred Method Of Delivery Is Via Email To The Assigned Bess / Biomedical Technician. 11.3. In Those Cases When The Biomed Office Is Closed, Contractor Personnel Will Log In And/or Out Via The Va Police And After-hours Service Shall Be Prearranged With The Bess. 12. Services Beyond The Contract Scope: 12.1. Contractor Shall Immediately, But Not Later Than 24 Consecutive Hours After Discovery, Notify The Co And Cor, (in Writing), Of The Existence Of The Development Of Any Defects In, Or Repairs Required To, The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. 12.2. Contactor Shall Furnish The Cor With A Written Estimate Of The Cost To Make Necessary Repairs. 13. Condition Of Equipment: 13.1. The Contractor Accepts Responsibility For The Equipment Described In As Is Condition. 13.2. Failure To Inspect The Equipment Prior To Contract Award Shall Not Relieve The Contractor From Performance. of The Requirements Of This Contract. 14. Test Equipment: 14.1. Test Equipment Calibration Shall Be Traceable To National Institutes Of Standard Technology Standards. Each Service Report Shall List Test Equipment Used And Date Calibration To Nist Is Due. Test Equipment Out Of Calibration Shall Not Be Used. 15. Identification, Parking, Smoking, And Va Regulations: 15.1. Contractor S Fse(s) Identification Will Be Visible At All Times While On The Premises Of The Va. Identification Shall Include, At A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. 15.2. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From Va Police Service. Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. 15.3. Smoking Is Prohibited Inside All Va Buildings. 15.4. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. 15.5. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State Or Municipal Court. 16. Contractor Qualifications: 16.2. Fully Qualified Is Based Upon Training And Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program For The Equipment Identified In This Solicitation As Required By The Original Equipment Manufacturer (oem) And Equal To What The Manufacturer Provides Their Own Field Service Personnel. 16.3. Contractor Must Provide, Upon Request, Evidence Of Appropriate Training Of Any Fse(s) Providing Services Under Terms Of The Contract. Subcontracting Of Any Ensuing Award Of This Solicitation Will Not Be Allowed Without Written Permission Of The Contracting Officer. 16.4. Contractor Must Have Access To All Oem Proprietary Information Due To The Critical Nature Of These Services. Examples Of This Information Would Be Software Updates And Factory Service Bulletins That Describe Updates/modifications Needed To Make The Equipment Under This Contract Safe For Use.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Details: The Lhd/a Machinery Control Systems Are Currently Experiencing Obsolescence Issues With Respect To Both Their Hardware/computer Software Configuration Items (hwci/csci) That Will Require A Technology Refresh And Re-engineering To Sustain Shipboard Tactical Operations. Historically, The Mcs Configuration Included North Atlantic Industries (nai) Brand Name 6u Versa Module Europa (vme) Multifunction I/o Cards, Specifically The 64g5 Card. The Legacy Nai 64g5 Card Has Reached End Of Life And Are No Longer Supported. In Order To Address Availability And Obsolescence Issues, Mcs Tech Refresh Is Transitioning From The Legacy Versa Module Europa (vme) Chassis Design, Which Hosts The I/o Cards, To A Vme Peripheral Component Interconnect With Extents For Both Buses Standards (vpx) Chassis Design. The Nai 68g5 I/o Cards, Listed In This Requisition, Are Required To Support The Lhd/a Mcs Tech Refresh As They Are Compatible With The Modernized Vpx Chassis, Compliant With The Vpx Chassis Backplane Pin-out Structure And Provide Increased Functionality And Supportability Compared To The Legacy I/o Cards. this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential Firms Capable Of Providing The Supplies/services Described Herein Prior To Determining The Method Of Acquisition. capability Statements: interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following: section 1: Introduction. Identify The Sources Sought Number And Title section 2: Corporate Description. name Of Company And Address prime Contract Number ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb) points Of Contact, Including: Name, Title, Phone, And E-mail Address cage Code And Duns Number (1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Prototyping, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Attached Pws, (2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort, (3) Demonstrated Ability To Obtain Security Clearances At The Time Of Contract Award Or Within 45 Days For All Personnel Expected To Provide Support In Accordance With The Above Requirement; section 3. Past/current Performance. Suggested Language: Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described In The Draft Sow. section 4. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Draft Sow. Information Should Include: contractor’s Facility Clearance (if Required, This Should Be Filled Out By The Negotiator) statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel (if Required, This Should Be Filled Out By The Negotiator) the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Sow contractors Technical Ability, Or Potential Approach To Achieving Technical Ability, To Perform At Least 51% Of The Cost Of The Task Order With Its’ Own Employees In Accordance With Far 52.219-14 the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Sow. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified contractor’s Ability To Begin Performance Upon Task Order Award. a Statement That The Contractor Either Has Or Does Not Have An Approved Accounting System, As Required In Federal Acquisition Regulation (far) 16.301-3(a)(3) For Cost-reimbursement Contracts. attachment (1) Draft Statement Of Work (sow) note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence. note: Prior To The Award Of A Cost-type Task Order, The Federal Acquisition Regulation (far) Subpart 16.301-3(a) Requires That The Contractor’s Accounting System Be Determined Adequate For Considering Costs Applicable To The Contract Or Order. No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Questions Or Comments Must Be Submitted Via Email. Responses Must Be Received No Later Than 3:00pm Est On 24 January 2025 By E-mail To Brendan.t.heasley.civ@us.navy.mil.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Board Of Investments Makati City Metro Manila Tender

Software and IT Solutions
Philippines
Details: Description 1. About The Procuring Entity The Board Of Investments (boi) Is An Attached Agency Of The Department Of Trade And Industry (dti) That Is The National Government Entity Responsible For The Promotion Of Investments For Both Foreign And Domestic, In Accordance With Executive Order No. 226, Also Known As The Omnibus Investments Code Of 1987, And The Recently Approved R.a. 11534 Or The Create Law. The Boi Seeks To Attract Quality Investments That Will Encourage Technological Innovations And Provide Support For Industries To Seize The Opportunities And Challenges Of Global Competition And Demands. The Agency Envisions Itself As A Global Industry Promotion Agency By 2022 Guided By The Core Values Of Integrity, Excellence, Teamwork And Passion For Knowledge. Its Mission Is To Provide Investors With Opportunities For Investments, Comprehensive Business Support Services And Fair Predictable And Consistent Industry Policies. The Current State Of The Economy Due To The On-going Pandemic Makes It More Imperative For Boi To Continuously Aim For Work Excellence, As It Is An Agency, Which Is At The Forefront Of Enticing Investments Into The Country. 2. Project Overview/objectives In Order To Effectively Fulfill The Mandate And Facilitate The Delivery Of Boi’s Core And Support Functions, A 24/7 Maintenance Operations Of The Boi Server Room At The 5th Floor That Hosts Various Application Servers And Other Communication And Network Equipment Is Needed. The Boi Server Room Caters To The Boi Local Area Network (lan). To Upgrade And Have An Existing Boi Server Room With A Fully Functional Data Center, The Boi Is Requesting To Transfer Or Create A Data Center At The Fourth Floor (4/f) Of Industry And Investments Building, 385 Sen. Gil J. Puyat Ave, Makati City. This Is To Ensure Compliance With Industry Standards For It Infrastructure And Data Protection. It Will Also Serve As The Host Of Voice, Video, And Data Requirements Of Boi. Generally, The Data Center Will Include The Following Infrastructure Components: Electrical And Civil Works Component • Site Preparation (civil, Mechanical, And Electrical Works) • Supply And Installation Of New Data Center Build-ups Such As New Static Flooring, Drywall, It Monitoring Room, Electrical Power And Lighting, Temperature, Humidity Monitoring Solution, Acoustic Ceiling, And Drip Pan For Potential Water Leak. • Provisioning Of A Monitoring Room Inside The Proposed Data Center • Installation Of New Server Rack Cabinets Complete With Their Accessories. • Transferring Of Existing Servers, Ups, And Other Data Center Components From The 5th Floor To The New Data Center, Including Mounting, Harnessing, Terminating, And End-to-end Tagging. • Transfer And Installation Of Electrical Works Of Existing 2x 20kva Ups Including Panel Boards And Electrical Wires For Its Distribution • Supply And Installation Of Electrical Works For Precision Air Conditioning Unit (pacu) • Supply And Installation Of A Stand-alone Door Access System Including Biometric Device, And Door Lock Accessories For Physical Security Of A New Data Center. • Supply And Installation Of A New 50kva Powered Diesel Generator Set Including An Isolated Dry Type Of Step-up Transformer • Supply And Installation Of New Automatic Transfer Switch (ats) And Other Components • Supply And Installation Of Temperature, Humidity Control System, And Water Leak Detection System • Supply And Installation Of Communication Grounding And Bonding System. • Supply And Installation Of Roughing-in Materials • Submission Of Test Results, As-built Plan, And Documentation • Cleaning And Retouching Of All Affected Areas Including Necessary Rectifications Network Component • Supply, Installation, And Configuration Of Core Switches • Supply, Installation, And Configuration Of Server Farm Switches • Supply, Installation, And Configuration Of Access Switches • Supply, Installation, And Configuration Of Wireless Access Points • Structured Cabling (horizontal And Vertical) • Provisioning Of Intermediate Distribution Frames (idfs) Cabinets And Other Network Components (2nd, 3rd, 4th Floors) • Supply, Installation, And Configuration Of Servers And Server Rack And Accessories • Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables • Documentation O Cabling Plan For Structured Cabling And Data Center O Final Cabling Plan As-built Plan With Line Diagram O Final Network/structured Cabling Diagram O Network Vlan Configuration O Softcopy And Hardcopy Of Core, Server Farm, Access Switch, Wlc Running Configuration • Certification Training On Installed Network Switches, Aps, And Other Components. Objectives Of The Project: • To Protect And Secure The Agency's Existing Ict Investments (firewalls, Routers Switches, Servers, Etc.); • To Ensure A Dependable, Secured, And Efficient Ict Support Services (internet, Intranet, Database And Printer Sharing, Etc.); And • To Create An Industry-standard Datacenter For Effective Management Of Network Resources. 3. Deliverables No Particulars Qty Unit 1 Datacenter Civil And Architectural Works 1 Lot 2 Electrical Works, Segregated Power Source Dedicated To Data Center Equipment’s, And Idf Deployed At 1st Floor, 3rd Floor, And 5th Floor 1 Lot 3 Transfer 2x 20kva Ups And Other It Components From The Old Data Center To The New Data Center (servers, Isp, Etc.) 1 Lot 4 Generator Set, 50kva 1 Unit 5 Automatic Transfer System (ats) 1 Unit 6 Precision Air-conditioning Units 2 Units 7 Data Rack 42u (mdf) 2 Units 8 Data Rack 24u (idf) 3 Units 9 Temperature And Humidity Monitoring System 1 Lot 10 Water Leak Detection System 1 Lot 11 Datacenter Access Control System (biometrics, Magnetic Door Lock, Etc.) 1 Lot 12 Structured Cabling 1 Lot 13 Fiber Optic Backbone 1 Lot 14 Core Switch 2 Units 15 Server Farm Switch 2 Units 16 Access Switch 4 Units 17 Access Points 63 Units 18 Transceivers (for Inter-network Link Of Devices) 32 Units 19 End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables 1 Lot 20 Softcopy And Hardcopy (hardbound) Documentation (as-built, Test Plan, Ip Address Assignment, Vlan Assignment, User’s Manual, Administrators Manual, Etc.) 1 Lot 4. Technical Requirements 4.1 The Bidder Shall Comply With The Following Minimum Specifications For The Physical Data Center And Network Components Of The Project: Item Description Bidder’s Statement Of Compliance Item No 1 Site Preparation (civil, Mechanical, And Electrical Works) • Electrical Wirings With Grounding • Service Entrances For Utilities • Ceiling Installation • Installation Of Industry-grade Data Center Main Door • Installation Of Datacenter Cooling System Item No 2 Laying Of New Electrical Power Lines Distributions/ups Transfer • Provision Of Main Distribution Panel Board (mdp) Main 125a/3p/400vac • Provisioning, Installation, And Configuration Of Dedicated Ats • Provisioning, Installation, And Configuration Of Dedicated Generator Set (at Least 50kva, 129 Amp, Three Phase Dual Voltage, 220-240v Output, At Least 60hz Frequency) • Excavation/backfilling From The Building To The Powerhouse For The Encasement Of The Feeder Line For Power, Ats, And Genset • Transfer And Re-termination Of Electrical Requirements For 2 Units 20kva Ups • Transfer Of Other It Assets From The Old Data Center To The New Data Center • Provisioning Of Electrical Distribution From Data Center Power To Mdfs Located Per Floor • Lighting Fixtures For Datacenter • Testing Of Electrical Equipment Item No 3 Tracing, Tagging, Relocation, And Transfer Of Boi Fas-itd It Equipment (servers, Switches, Routers, Etc.) From 5th Floor To 4th Floor • Tracing Of Backbone To Core Switch Connection • Tracing Of Connection Between Devices Inside The Datacenter • Tagging Of Copper And Fiber Optics Wire Inside The Datacenter • Cable Management • Vertical And Horizontal Cabling From Datacenter To Mdfs And Mdfs To End-nodes Item No 4 Provisioning Of Two (2) 42u Regular Server Racks • 42u With Roof, Side Panel, Castors, Feet, And Brackets • Adjustable Shelf • Vertical Cable Manager • At Least 1 Rack Mountable Kvm (keyboard, Video, Monitor) • Power Rail/strip Options Item No 5 Provisioning Of Three (3) 24u Server Racks To Be Deployed At Mdfs • 24u With Roof, Side Panel, Castors, Feet, And Brackets • Heavy-duty Steel Construction • Door Locks • Anti-tamper Sensors • Network Management Card, Remote Monitoring Capabilities, Snmp Support • With Power Distribution Units (pdu), And Ups Compatibility • Cable Manager Item No 6 Physical Security (door Access, Biometrics, Temperature Monitoring) • Provisioning Of A Solid Door And Tempered Glass Around The Proposed Data Center (1/2, Frameless Door) • Door Access Control Should Conform To Iso-27001 Standards • Magnetic Lock • Biometrics Based Access Control • Access Logs Should Be Maintained For A Minimum Of One Year Or Longer As Specified By The Site Security Policy. • Secured Doors Must Fail Open In A Fire Emergency. Item No 7 Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • Tracing And Tagging Of Backbone Connection From Mdf To Idf • Looping Of Excess Fiber Cable • Re-termination Of Fiber Cable If Necessary Item No 8 Monitoring Room Inside The Proposed Data Center • Provisioning Of Additional Room Inside The Data Center To Serve As A Monitoring Room Item No 9 Anti-static Flooring • Not Generate Static • Groundable After Installation • Have Permanent Static-resistant Properties That Can Provide Protection Amidst Changing Temperatures, Humidity Levels, And Foot Traffic Item No 10 Precision Air Conditioning Unit (pacu) - 2 Units • Shall Have A Nominal Capacity Of Up To Ten (10) Kw • Shall Be Free Blow Type With Plenum And Directional Air Flow Louver Grille • Panels Shall Have A Solid And Rigid Double Skin Insulated • Shall Have A Minimum Net Sensible Capacity Of Ten (10) Kw • Shall Have A Minimum Net Total Capacity Of Eleven (11) Kw • Shall Have A Built-in Touch Screen Display That Provides Informative And User-friendly Interface For Easy Navigation • Shall Have A Built-in Auto Sequencing (1unit Operational And 1unit Back-up, Every 3 Days Sequence Of Operation) • Shall Be Single Circuit Dx Type, Freon R410a • Shall Have Electronic Expansion Valve • Shall Be 380vac,3ph, 6ohz • Shall Recommend Placement Of Air Conditioner Units And Limitations To Be Observed Item No 11 Temperature And Humidity Sensor, And Water Leak Detection System • Base Unit: Sensor Gateway For Up To 4 External Probes • Poe Switch 8 Ports • Sensor Hub • Temperature And Humidity Sensor • Water Leak Sensor Probe • Extension Cable For Water & Flooding Sensor Item No 12 General Requirements Mobilization And Demobilization Labor, Installation, Engineering, And Project Supervision Testing And Commissioning As-built Plans And Documentation (inclusive Of Signed And Sealed) 4.2 Supply, Delivery, Installation, Configuration, And Commissioning Of Network Equipment. Qty Specifications Bidder’s Statement Of Compliance 2 Layer 3 Data Switch To Act As Enterprise Core Layer Switch Features 1. High Performance And Throughput • High Port Density (24-48 Ports) • At Least 960 Gbps Switching Capacity • High Forwarding Rate • Line-rate Packet Processing With Minimal Latency • Non-blocking Architecture With Wire-speed Performance Across All Ports 2. Advanced Switching Capabilities • Layer 2 And Layer 3 Switching Capabilities • Support For Multiple Switching Fabrics • Advanced Qos (quality Of Service) Mechanisms • Support For Vlan Segmentation And Routing 5 High Redundancy And Reliability • Dual Power Supplies • Hot-swappable Components • Redundant Supervisor Engines • Support For Virtual Chassis Technologies • Comprehensive Fault Tolerance Mechanisms 6 Security Characteristics • Advanced Access Control Lists (acls) • Port Security Features • Dhcp Snooping • Dynamic Arp Inspection • Ieee 802.1x Authentication • Integrated Threat Management 7 Routing Protocol Support • Bgp • Ospf • Is-is • Mpls • Multi-protocol Routing Capabilities 8 Management And Monitoring • Snmp Support • Comprehensive Network Monitoring Tools • Remote Management Interfaces • Detailed Logging And Diagnostic Capabilities • Advanced Technological Support 9 Hardware-based Packet Forwarding • Support For Software-defined Networking (sdn) • Ipv6 Compatibility • Mpls And Vpn Support 10 Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 2 Layer 3 Data Switch To Act As Server Farm Switch Features: 1. High-performance Specifications • High Port Density (24-48 Ports) • Wire-speed Performance • Low Latency Switching • Gigabit Ethernet Support • At Least 960 Gbps Switching Capacity 2. Advanced Connectivity Features • Support For Multiple Interface Types • Layer 2/layer 3 Capabilities • Fabric Connection Technologies • Vm-aware Networking 3. Redundancy And Reliability • Hot-swappable Components • Dual Power Supplies • Redundant Supervisor Engines • Non-stop Forwarding (nsf) • Stateful Failover Capabilities 4. Performance Security Features • Hardware-based Acls • Port Security • Advanced Threat Protection • Ieee 802.1x Authentication • Micro-segmentation Support 5. Management Capabilities • Advanced Monitoring Tools • Snmp Support • Comprehensive Logging • Remote Management Interfaces • Network Telemetry 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 4 Layer 3 Data Switch To Act As Access Layer Switch 1. Port Density And Connectivity • Minimum Of 48 Ports • Support For 1g/10g Interfaces • Rj45 And Sfp/sfp+ Port Options • High-density Connectivity • Poe/poe+ Support (up To 30/60 Watts) 2. Performance Characteristics • Low Latency Switching • Wire-speed Performance • Minimum 80-160 Gbps Switching Capacity • Packet Forwarding Rate: 100-240 Mpps 3. Advanced Switching Capabilities • Layer 2/layer 3 Functionality • Vlan Segmentation • Spanning Tree Protocol (stp/rstp) • Link Aggregation (lacp) • Quality Of Service (qos) Support 4. Security Features • Port Security • 802.1x Authentication • Dynamic Arp Inspection • Dhcp Snooping • Mac Address Filtering • Private Vlans • Storm Control 5. Management Capabilities • Snmp Support • Cli Access • Web-based Management • Remote Monitoring • Syslog Integration • Fast Convergence Protocols • Redundant Power Supplies 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 63 Wireless Access Points 1. Performance Characteristics • Dual-band (2.4 Ghz And 5 Ghz) • Wi-fi 6 (802.11ax) Support • Maximum Theoretical Throughput: 5.4 Gbps • Concurrent Dual-band Operation 2. Coverage And Capacity • Recommended Coverage: 150-200 Users Per Ap • Indoor Enterprise-grade Performance • Suitable For Open Offices, Conference Rooms, And Collaborative Spaces 3. Technical Specifications • 4x4:4 Mu-mimo Technology • Beamforming Support • Maximum Concurrent Clients: 512 • Transmit Power: Up To 25 Dbm 4. Advanced Features • Ai-driven Wireless Optimization • Automated Channel And Power Management • Location Services • Cloud-managed Platform 5. Security Capabilities • Wpa3 Support • 802.1x Authentication • Rogue Ap Detection • Integrated Security Fabric • Advanced Threat Protection 6. Artificial Intelligence • The Wireless Solution Must Include Virtual Network Assistant That Supports Natural Language Processing (nlp) Capabilities For Daily Operation. • Api Integration With Generic Ai Such As Google, Alexa And Siri Is Not Considered As Virtual Network Assistant Feature. • The Virtual Network Assistant Must Provide A Conversational Interactive Interface. • The Virtual Network Assistant Must Provide A Single-page Event And Data Correlation View To Eliminate The Need To Pull Up Multiple Dashboards Or Memorize Cli Commands. The Virtual Network Assistant Must Support Multi-vendor Switch Insights: • Switch-ap Affinity To Show How Many Aps Are Connected To A Switch, Reducing Impact Outages • Poe Compliance To Help Manage And Balance The Power Draw Of Connected Devices • Inactive Or Missing Wired Vlans That Are Misconfigured On Switch Ports Where Aps Are Connected But Clients Are Getting Blocked • Version Compliance For Switches Running Dissimilar Hardware • Switch Uptime To Monitor When Switches Are Online Or Offline • The Virtual Network Assistant Must Be Able To Provide Corrective Action Suggestions To Resolve Failures. • The Virtual Network Assistant Must Support Proactive Rma For Unhealthy Access Points. • The Virtual Network Assistant Must Support External Event Triggers Such As Automatic Creation Of A Ticket To External Support Systems With Email Alerts And Webhooks 1 Web-based Controller And Cloud Platform Management 1. Management Capabilities • Identity And Access Management • Centralized Cloud-based Management • Single-pane-of-glass Dashboard • Automatic Firmware Updates • Zero-touch Provisioning • Global Configuration Management 2. Ai-powered Analytics • Proactive Client Experience Monitoring • Automated Troubleshooting • Machine Learning-based Insights • Performance Prediction • Anomaly Detection 3. Security Features • Integrated Security Management • Automatic Threat Detection • Rogue Ap Identification • Compliance Reporting • Role-based Access Control 4. Key Functionalities • Network Configuration • Client Location Services • Performance Analytics • Detailed Reporting And Visualization 5. Access Methods • Web Browser Interface • Mobile Application • Continuous Monitoring And Optimization 1 Lot Structured Cabling • Cat6 Utp Cable • Information Outlet • Faceplate • Patch Panel 5. Scope Of Work Bidders Shall Comply With The Following: • Bidders Shall Be Allowed To Visit The Actual Site For The Preparation Of The Plans Prior To The Submission Of Their Proposal. Bidder Shall Submit An Architectural And Electrical Layout/design Based On User Requirements Together With Their Technical Bid Proposal. • Supply, Delivery, And Installation Of Complete Site Preparation Labor And Materials Including Other Peripherals Needed To Complete The Site Without Additional Cost To Procuring Entity. Bidder Shall Submit A Complete Bill Of Materials For The Site Preparation Component. • Transfer Of Existing Network Components, Servers, And Other It Peripherals From Current Location To New Data Centers • Supply And Installation Of Data Centers Power Distribution And Pacu Power Supply. • Supply, Delivery, And Installation Of Complete Fire Suppression System Including Hangers, Support, And Other Peripherals That May Be Needed To Complete System Without Additional Cost To Procuring Entity. • Supply, Delivery, And Installation Of Complete Security Door Access Input And Output Cables Including Rough-ins, Hangers, Supports, And Other Peripherals That May Be Needed To Complete The System Without Additional Cost To Procuring Entity. Registration Of Personnel To The Door Access System Shall Be Scheduled To Avoid Disruption Of Work. • Provisioning Of Vertical And Horizontal Cabling • Testing Of Each System Shall Be Done Accordingly And Will Be Certified As Completed After Performing And Passing The Functionality Test And The User Acceptance Test. 6. Product Support Requirement 6.1 24x7 Remote Support Through Phone And Email; And Services Assistance Thru Email, Phone, And Web-chat With A Response Time Of Not More Than An Hour Upon Receipt Of The Request From Boi. 6.2 Provision Of 24x7 On-site And On-call Services. 6.3 Provide Comprehensive Service Level Agreement 7. Bidders Eligibility And Project Team Requirements 7.1 A Philippine Contractor Accreditation Board License. At Least With Category A Level; With Classifications In Communication Facilities, Mechanical Works, Electrical Works, And Air-conditioning Works 7.2 The Contractor Must Have At Least One (1) Employed Electronics/electrical Engineer Fully Certified. A Copy Of The Certification Shall Be Provided. A Certified Engineer Must Be Employed By The Bidder For At Least Three (3) Years. 7.3 An Employed Certified Data Center Specialist Personnel; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.4 An Employed Safety Officer With A Construction Occupational Safety And Health Certificate; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years. 7.5 An Employed Certified Associate In Project Management; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.6 The Bidder Must Have Completed At Least One (1) Similar Project In The Supply, Delivery, Installation, Testing, And Commissioning Of A Datacenter Within The Last 10 Years. This Should Be Supported By A Certificate Of Completion And Acceptance By The Client. 7.7 Bidder Should Provide A Certificate That Has 24x7 Technical Support Capabilities. Bidder Should Identify The Person Responsible For Restoring Service Due To Outages And Provide His Contact Details I.e. Contact Person, Position, Contact Numbers, And Email Address. 7.8 Contractors Must Have Philippine Contractors Accreditation Board (pcab) Licenses Required By Republic Act 4566 To Perform Telecommunications /communications Installations. 7.9 A Member Of The Safety Organization Of The Philippines 7.10 A Certificate To Show The Company Is Registered With The National Privacy Commission 7.11 All Prospective Bidders Must Be Authorized Resellers Of All Equipment To Be Supported By A Certificate Issued By The Manufacturer/distributor Of Equipment/materials. 7.12 All Prospective Bidders Shall Submit The Original Copy Of The Design Proposal, Brochures, And Other Publications That Support Compliance To The Requirements. 7.13 Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Are Required To Conduct Site Inspections. This Is To Ensure The Reliability, Security, And Efficiency Of The Required Services That The Contractor Shall Perform. The Timeframe Should Be Specified For Each Activity To Be Done And Shall Include Gantt Chart Summary. 7.14 The Contractor Shall Be Held Solely Responsible For Any Property Or Personal Damages Or Claims, Including Damage To Existing Structures, Systems, Equipment, And/or Site Caused By The Contractor Shall Repair Or Replace It To Its Original Condition At No Additional Cost To The Office. 7.15 The Contractor Shall Be Responsible And Accountable For The Removal And Proper Disposal Of Material And Waste Generated By This Project. Debris, Surplus Materials, Equipment, Etc. Shall Be Removed Daily. 7.16 All Prospective Bidders Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. 8. Project Team Requirements/composition Team Composition And Qualifications The Winning Bidder Shall Assemble A Comprehensive Project Team With The Following Mandatory Positions And Qualifications: Project Management Team 8.1 Project Manager O Minimum Of 10 Years Of Experience In Large-scale It Infrastructure Projects O Proven Track Record In Data Center And Network Refresh Initiatives O Relevant Pmp (project Management Professional) Or Equivalent Certification O Demonstrated Experience In Managing Complex Technological Transformations 8.2 Deputy Project Manager O Minimum Of 7 Years Of Experience In It Infrastructure Projects O Strong Technical Background In Data Center And Network Technologies 8.3 Network Infrastructure Lead O Minimum Of 8 Years Of Specialized Experience In Enterprise Network Design O Advanced Certifications (ccie, Ccnp, Or Equivalent) O Expertise In Modern Network Technologies, Including Sdn, Cloud Integration, And Cybersecurity 8.4 Data Center Infrastructure Specialist O Minimum Of 8 Years Of Experience In Data Center Infrastructure Design And Implementation O Expert In Cooling, Power Management, And Physical Infrastructure Design O Certifications In Data Center Design And Management Support And Implementation Team 1. Senior Systems Engineers (minimum 2) O Each With At Least 6 Years Of Experience In Enterprise System Integration O Comprehensive Knowledge Of Server, Storage, And Virtualization Technologies 2. Network Engineers (minimum 2) O Each With At Least 5 Years Of Experience In Enterprise Network Implementation O Expertise In Network Configuration, Optimization, And Security Additional Team Requirements • The Winning Bidder Must Provide Detailed Cvs And Certifications For Each Key Team Member • Any Changes To The Proposed Team Composition Must Be Pre-approved By The Board Of Investments • The Team Must Demonstrate Collective Experience In Similar Large-scale Infrastructure Projects • All Team Members Must Be Available For The Full Duration Of The Project • The Bidder Must Have A Clear Succession And Backup Plan For Critical Roles The Board Of Investments Reserves The Right To Request Changes To The Team Composition If It Does Not Meet The Project's Critical Requirements. 9. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The All Equipment To Ensure Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Bidder To The Authorized Inspectors At No Charge To The Procuring Entity. 10. Warranty 10.1 The Bidder Shall Provide A Preventive Maintenance Program During The Warranty Period For All The Delivered Equipment And System. 10.2 The Bidder Shall Provide Quarterly Preventive Maintenance On The Pacu, Fire Suppression, Power Distribution Units, And Door Access System During The Warranty Period. 10.3 The Bidder Shall Provide Not Less Than 4 Hours Of Response Time After Receiving Calls From The Client During The Warranty Period. 10.3 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 11. License And Subscription Renewal Provision The Board Of Investments Maintains Absolute And Unconditional Rights To Renew Or Extend All Software Subscriptions, Licenses, And Service Entitlements Beyond The Initial Warranty Or Contract Period. Upon The Expiration Of Any Initial Warranty Or Support Period, We Reserve The Comprehensive Right To Renew Existing Software Licenses, Extend Service Subscriptions, Continue Maintenance And Support Contracts, And Maintain Full Access To All Software And Platform Entitlements. The Successful Bidder Must Provide Comprehensive Documentation Of All Existing Licenses And Subscriptions. This Includes Delivering Complete Credentials, Access Keys, And Licensing Information To Facilitate Seamless Transitions And Ensure Our Continued Operational Effectiveness. We Require Full Disclosure Of Licensing Terms, Clear Renewal Pathways, And Complete Transparency In All Licensing Models. 12. Delivery The Delivery And Commissioning Of All Items For The Data Center Shall Not Exceed 120 Calendar Days Upon Issuance Of The Corresponding Notice To Proceed (ntp). The Commissioning And Initial Testing Shall Be Conducted Within 2-3 Calendar Days After Each Component Is Completed And Witnessed By The End User. After Completion Of The Data Centers, The Bac-twg Together With End User Shall Conduct Functionality Tests. These Will Ensure That All Of The Project's Specifications And Requirements Are Met Must Provide In Hard And Soft Copies Detailed Project Documentation Of The Following: A. Project Implementation Plan With Timetable, B. Installation And Configuration Manual, C. Incident And Problem Escalation Procedure With A List Of Designated Technical Support Engineers, D. Sla (service Level Agreement) E. User Acceptance Test Plan, 13. Training And Technology Transfer A. The Contractor Must Provide Training For At Least Five (5) It Personnel For The Network Equipment/switches, And Troubleshooting For The Structured Cabling And Management Of The Data Center For At Least Three (3) Days Per Module. B. To Ensure That Proper Maintenance And Sustainment Appropriate Training Shall Be Conducted By The Contractor As Essential Part Of Technology Transfer To Prepare And Equip Boi And Its Personnel In The Overall Operations And Maintenance Of Its Network Infrastructure And It Facility. C. The Contractor Shall Submit A Program Of Instruction (poi) Detailing All The Training Activities To Be Conducted For Review, Evaluation, And Approval Of Boi. Hands-on Training Shall Form Part Of The Training Program. D. Operation And Training Manuals Shall Be Provided To Each Participant. E. The Training Shall Be Conducted And Completed Before The Issuance Of The Certificate Of Project Completion And Acceptance. F. All Expenses Related To Training (e.g. Venue, Meals, Equipment, Certificate.) Shall Be Borne By The Contractor. G. Certificate Of Training/s Shall Be Given By The Contractor To All Participants. 14. Liability Of The Bidder The Bidder’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 15. Incidental Services 1. Spare Parts The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. In The Event Of Termination Of Production Of The Spare Parts/expiration Of Software Licenses O Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; O Following Such Termination Of Production, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested; O The Bidder Shall Carry Provide The List Of Vendor Of Consumable Spare Parts Or Components For The Equipment. 16. Institutional Requirements Equipment And Asset Ownership All Equipment, Hardware, Software, Infrastructure Components, And Other Tangible And Intangible Assets Procured, Installed, Or Developed During The Data Center Rehabilitation And Network Refresh Project Shall Become The Sole And Exclusive Property Of The Board Of Investments (boi). The Contractor Is Prohibited From Removing Any Delivered Items From The Project Site After Installation Or Project Completion. Specific Provisions Include: • Full Ownership To All Project-related Assets Shall Immediately Transfer To Boi Upon Delivery Or Installation • The Contractor Shall Provide All Necessary Documentation To Formally Transfer Ownership, Including But Not Limited To Equipment Lists, Serial Numbers, Warranty Information, And Certificates Of Ownership • Any Attempt To Remove Or Retain Project-related Items Without Authorization Will Be Considered A Material Breach Of Contract The Contractor Shall Submit Project Implementation And Management Plan (pimp) Within Ten (10) Calendar Days Upon Receipt Of Notice To Proceed For The Implementation Of The Proposed Solution, Which Is Subject To Review And Approval By The Boi. The Pimp Shall Include But Not Be Limited To The Following: • Scope Of Work • Project Organization • Implementation Methodology • Project Timeline • Communication And Deployment Strategy The Contractor Shall Provide Complete Documentation, One (1) Soft Copy And Three (3) Printed Copies, For Every Deliverable And At Every End Of Each Development Stage And Milestone Which Must Be Submitted To The Boi For Approval. Boi Shall Own Any And All Documents And Shall Reserve The Right To Reproduce At No Additional Cost. The Documentation Must Be Written In English With Concise And High-quality Presentation To Include But Not Limited To The Following: 1. Technical Manuals: • As Built Document • Infrastructure Diagrams And Topology • Troubleshooting And Installation Guides • Single Line Diagram • System/operation Manual 2. Operations And Maintenance Manuals 17. Intellectual Property Rights The Bidder Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 18. Approved Budget Cost The Board Of Investments Intends To Apply The Sum Of Thirty-one Million Pesos (31,000,000.00) Being The Approved Budget For The Contract (abc) For The Completion Of The Relocation And Transfer Of The Board Of Investments’ Datacenter And It Related Infrastructure From 5th Floor To 4th Floor To Be A High-performing And Scalable It Infrastructure. Bids Received In Excess Of The Abc Shall Be Automatically Disqualified At The Opening Of The Financial Proposals. Prices Are In Php And Are Vat-inclusive. 19. Source Of Funds The Budget Authorized For Procurement Of Service For The Relocation And Transfer Of Boi Datacenter From 5th Floor To 4th Floor Shall Be Sourced From The 2025 Capital Outlay (co) And Maintenance And Other Operating. Expenses (mooe), Pursuant To The Philippine General Appropriation Act Of 2025. 20. Payment 10% Project Mobilization: Covers Initial Costs, Including Project Planning And Resource Allocation, And To Submit The Project Implementation Plan 25% Network And Datacenter Infrastructure Facility Civil Works All Materials, Equipment, And Labor Necessary For The Construction Of The It Infrastructure Facility Including All Civil Works, Walls, Doors, Partitions, Flooring, Security Access Pass, Air-conditioning Unit And Other Accessories/appurtenances As Specified And As Shown In The Drawings. 25% Delivery Of Equipment And Materials, Structured Cabling, Fixing, Installation Of Cables, Conduit, Outlets Racks Ladders, And Other Components (active Components) All Materials Are To Be Used In The Installation And Cabling. Installed Cables, Conduit, And Components And Tested And Working Cable Lines. 30% Upon Submission Of Certification Of 100% Completion Of Project And Passing Of The Functionality Test To Be Administered By The Bac-twg And Witnessed By The Bac 5% Training Of Personnel For The Completed Network And It Infrastructure Facility. 5% Retention Fee 100% 21. Penalty In Case There Is A Delay In The Delivery And Installation Of The Software Where Boi Is Not At Fault, The Contracted Service Provider Shall Be Subject To Sanctions As Specified In The Contract To Be Signed By Both Parties Based On The Applicable Provisions Of The Procurement Law.
Closing Date15 Jan 2025
Tender AmountPHP 31 Million (USD 530.7 K)

Department Of Energy Tender

Others
United States
Details: U.s. Department Of Energynational Energy Technology Laboratorysources Sought89243325nfe000186laboratory-scaled 1800c Tubular Furnace Htrhissue Date: 27 December 2024the U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Vendors Capable Of Providing A Laboratory-scaled 1800c Tubular Furnace Htrh To Maintain Heating Of Carbon Materials At 1800 Degree Celsius For A Wide Range Of Doe And Netl Research Projects. The Requirements/specifications Of The Laboratory-scaled 1800c Tubular Furnace Htrh Are Outlined In Attachment A To This Sources Sought. This Is Not A Request For Proposal. This Is A Sources Sought Notice Onlythis Is A Sources Sought Notice That Is Open To All Companies And Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Sources Sought Notice Will Be Utilized In The Government's Determination For The Business Type Utilized In The Rfq. Purpose: The Purpose Of This Sources Sought Notice Is To Solicit Input And Gauge Interest Among Those Parties Capable Of Providing Laboratory-scaled 1800c Tubular Furnace Htrh To Maintain Heating Of Carbon Materials At 1800 Degree Celsius. The Vendor Shall Provide A System, With Nrtl Certification, Meaning They Will Include The Laboratory-scaled 1800c Tubular Furnace Htrh In Addition To All The Necessary Ancillary Hardware, Controllers And With Documented Nrtl Certification In Accordance With The Requirements/specifications Outlined In Attachment A To This Source Sought. Description: The National Energy Technology Laboratory (netl) Is Part Of The U.s. Department Of Energy (doe) National Laboratory System And Is Owned And Operated By The Doe. Netl Supports The Doe Mission To Advance The Energy Security Of The United States. As Such, It Has Need For Tube Furnace That Provides Unique Capabilities That Meet All Technical Requirements For Graphitizing Carbon Materials Supporting Netl’s Planned Research Efforts, For A Wide Range Of Doe And Netl Research Projects At Netl Pittsburgh, Pa Site. The Information Being Solicited Includes, But Is Not Limited To, The Following:1. a Cover Page (no Longer Than One Page) Which Provides The Following Information: The Entities Name, Address, Phone Number, Email Address For The Point Of Contact, Unique Entity Identifier (uei) Number, Cage Code (if Applicable), And Business Size. Specify The Small Business Classification: Small Business, Small-disadvantaged Business, Woman Owned, Veteran Owned, Disabled Veteran Owned, 8(a) Or Hub Zone. The Cover Page Should Also Include The Country In Which The Machine Would Be Manufactured In. 2. a Brief Statement Of Capabilities Detailing How Your Company Meets The Requirements Outlined In Attachment A – Technical Specifications.submission Date And Time:all Interested Parties Responding To This Sources Sought Notice Must Submit Their Responses No Later Than 4:00 Pm Eastern Standard Time On 01/10/2024 Through The Fedconnect Portal. For Consistency Purposes, Responses Are To Be Submitted Electronically In Either Ms Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Format Using A Minimum Of 11-point Font And Allowing For 1-inch Margins No More Than 20 Pages In Length, Inclusive Of The Cover Page. Sources Sought Responses May Be Attached To A Notification In The Message Center Portion Of Fedconnect. Information Regarding How To Submit Information Via Fedconnect Can Be Found At Https://www.fedconnect.net. Doe Personnel May Contact Firms Responding To This Announcement To Clarify A Responder’s Capabilities Or Obtain Other Information As Part Of This Market Research Process. Please Note That Fedconnect Is Owned And Operated By Compusearch Software Systems, Inc., Not By The Department Of Energy And Therefore The Government Does Not Provide Help Desk Assistance For Fedconnect. For Assistance With Fedconnect, Please Contact The Fedconnect Helpdesk Directly:by Email: Support@fedconnect.net. By Phone: 1-800-899-6665 (8:00 A.m. To 8:00 P.m. Eastern Daylighttime, Except Federal Holidays).you Are Strongly Encouraged To Submit Your Capability Statement In Response To This Sources Sought Notice At Least 24 Hours Before The Specified Due Date In Order To Have Time To Resolve Any Transmission Problems. As Previously Indicated, This Is Not A Solicitation; Therefore, No Cost Or Pricing Information Should Be Provided. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. This Is A Market Survey To Identify Potential Sources Capable Of Performing The Effort Required. Responses Should Be Limited To The Entity’s Cover Page And Capabilities Statement (as Identified Above) Along With Their Respective Business Size Based Upon The List Provided. It Is Not Mandatory For An Offeror To Respond To This Sources Sought Notice In Order To Be Eligible For Proposing On A Subsequent Rfq When/if Issued.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Security and Emergency Services
United States
Details: This Will Be Awarded Based Off Lowest Price Technically Acceptable. general Requirements 1. Scope  1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.  2. References  coast Guard Drawings  none.  coast Guard Publications  surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements  other References  none. 3. Requirements  3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.  3.2 Period Of Performance. The Period Of Performance For This Work Is 14apr2025-02may2025 3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501. 12314_mla_1224_418 43610_bec_1224_751 item 1: Fire Detection System, Inspect And Test 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect And Test Fire Detection System. 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009) coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010) coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2020, General Requirements surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2020, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2020, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation surface Forces Logistics Center Standard Specification 5550 (sflc Std Spec 5550), 2022, Fire Prevention And Response surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2020, Requirements For Preservation Of Ship Structures coast Guard Technical Publication (tp) 7001, Swbs 436, May 2007, Fire Detection System (for Hulls 750, 751, 752) other References national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code 3. Requirements 3.1 General. 3.1.1 Cir. none 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative, Who Is Familiar With Siemens Marine Fire And Smoke Detection And Alarm Systems To Accomplish The Following Tasks On-site: provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system. assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system. 3.1.2.1 The Tech Rep Must Be Qualified And Experienced In Accordance With The Requirements Of Nfpa 72, Paragraph 10.5.3, And Provide Evidence Of Qualification According To The Means Of Qualification In Nfpa 72 Paragraph 10.5.3.4. Licensure By The State Licensing Board (from The State In Which The Work Is Performed) As A Contractor Specialized In Fire Protection Systems Is An Acceptable Form Of Evidence For The Purposes Of This Wi. 3.1.2.2 Submit The Tech Rep’s Name And Résumé To The Cor At The Arrival Conference. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Below-listed: sheathing bulkhead Insulation piping electrical Cables 3.1.5 Electrical Work. The Contractor Must Accomplish All Electrical Work In Accordance With Sflc Std Spec 3042, And Test Cables In Accordance With Sflc Std Spec 3041, Except Where Manufacturer-specific Guidance Is Provided For The Fire Detection System. Utilize The Existing Wire Ways For New Cable Runs As Much As Possible. 3.1.5.1 Fire Detection System Continuity And Insulation Resistance Testing Must, As A Matter Of Precedence, Be Tested In Accordance With The Manufacturer’s Instructions As Provided In The System Tech Manual. 3.1.6. Fire Readiness. While The Fire Alarm System Is Down, The Contractor Must Provide Personnel In That Space Who Can Communicate With Ship’s Force In The Event Of A Fire. The Contractor Must Submit A Fire Plan Addressing The Duration Of The Fire Alarm System Losses And Their Methods Of Communication With The Crew To Communicate In An Emergency, And Any Other Applicable Issues From Paragraphs 3.1.2 And 3.1.3 Of Sflc Std Spec 5550. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Required Testing Tools. The Contractor Must Provide And Be Capable Of Operating Recommended Test Equipment In Accordance With The Oem Service And Maintenance Manual. The Calibration Information Required In Paragraph 3.2.6.1.2 Of Sflc Std Spec 0000 Must Be Submitted To The Cor At The Beginning Of The Availability. These Tools Include, But Are Not Limited To: testfire: Multi-stimulus Detector Tester. salwico Solo 330: Smoke Detector Tester. salwico Solo 461: Heat Detector Tester. salwico Vd T-1: Heat Detector Tester. salwico Ir Test Lamp: Flame Detector Tester. salwico Uv Test Lamp: Uv Flame Detector Tester. w8066: Uv Test Lamp. 3.2.1 Password Protection. Fire Alarm Panel Is Password Protected For Software. Prior To Start Work On This Item (i.e. Maximum 5 Days Prior To Tech Rep Arrival) Tech Rep Must Request Password Through Herbert S. Hiller A Division Of The Hiller Companies And Coast Guard Inspector. 3.2.2 Test Plan. The Contractor Must, In Consultation With The Tech Rep, Develop A Test Plan To Clearly Define The Scope Of The Fire Detection System Testing, And Submit To The Cor For Approval. The Test Plan Must Include, At A Minimum, The Annually Required Tests Of Nfpa 72 Table 14.4.3.2, As Applicable To The System Defined By Oem Tech Manuals And The System Drawings. The Plan Should Also Explain How The Contractor Will Minimize Downtime Of The System. Submit A Cfr. 3.3 Fire Detection System Inspect And Test. The Contractor Must Perform Inspection And Test Of The Fire Alarm System In Accordance With Nfpa-72 (i.e. National Fire Alarm And Signaling Code) And Oem Tech Manuals. The Contractor Must Perform 100 % Test On All Field Devices (i.e., Alarm-initiating Devices And Circuits) Listed In The System Drawing. Submit Cfr With Results Of The Inspection And Testing In The First Quarter Of The Period Of Performance. 3.3.1 The Contractor Must Supply And Install Sealed Lead Acid Batteries (i.e. Battery 12 Volt, 2.3 Ah, Quantity 2) Mounted Inside Fire Alarm Control Panel In Accordance With The Oem Tech Manual. Submit A Cfr. note the Contractor Must Perform Only Applicable Test On The Fire Alarm System. Some Of The Test Identified On The Attached Data Sheet May Not Be Required On Installed Fire Alarm System On The Cutter. 3.3.2 The Contractor Must Perform Applicable Tests On The Central Fire Detection System With Assistance From Tech Rep In Accordance With The Oem Tech Manual. These Tests Must Include Fault Detection Tests, Control Unit And Repeater Panel Tests, Cable Tests, And Firmware Verification. Submit A Cfr. 3.3.2.1 Perform Applicable Test As Identified In Nfpa Standard 72 Table 14.4.3.2, Record On A Suitable Checklist Created For The Purpose Of This Test. Submit A Cfr. 3.3.2.2 With Assistance From Ship’s Crew, Verify Signals From Fire Alarm Control Panel To Cgmcs Display Console. 3.3.2.3 The Contractor Must Verify Operation Of The Repeater Panel On The Bridge (pilothouse). 3.3.2.4 Certify That Fire Alarm System On The Cutter Is Operating Properly By Signing The End Of The Test Document With Identification, Company, And Licensing/credentialing Information. This Step Must Only Be Completed Once Repairs Are Completed To The Satisfaction Of The Coast Guard Inspector. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.4 Repair According To Cir Discrepancies. The Contractor Must Make Repairs And Conduct Calibration As Needed To Restore Operability To Malfunctioning Components Within The System. 3.5 Operational Test – Post Repairs. After Completion Of Work, The Contractor Must Witness An Operational Test (by Coast Guard Personnel) Of All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed, To Prove That They Are In Satisfactory Operating Condition. Submit A Cfr. 3.6 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310, Appendix A (cutter And Boat Exterior Painting Systems) And Appendix B (cutter And Boat Interior Painting Systems), Respectively, And As Applicable. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 0000, Appendix A (requirements For Preservation Of Ship Structures). 4. Notes this Section Is Not Applicable To This Work Item.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Aerospace and Defence
United States
Details: 1. General: This Request For Information (rfi) Is Not A Solicitation For Proposals, Proposal Abstracts, Quotations, Or Obligation On The Part Of The Government To Acquire Any Products Or Services, But For Planning Purposes Only. This Rfi Is To Gain Knowledge Of Potential Qualified Sources And To Explore Industry Capabilities. Your Response To This Rfi Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission To This Announcement Or The Government Use Of Such Information. The Information Provided May Be Used By The United States Special Operations Command (ussocom) In Development Of Its Acquisition Strategy, Statement Of Work/statement Of Objectives, And Performance Specifications. Interested Parties Are Responsible For Adequately Marked Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Request For Information Or To Otherwise Pay For The Information Submitted In Response To This Rfi. 2. Purpose: a. Ussocom, Special Operations Forces-acquisition Technology And Logistics (sof At&l), Program Executive Office-tactical Information Systems (peo-tis), Program Management Office-identity Intelligence And Exploitation (pmo-i2e) Seeks Information On Specific Technology Areas To Gain Knowledge Of, Explore, And Identify Potential Methodologies And Available Capabilities In The Examination Of Uncrewed Systems (uxs) Exploitation, Vehicle Forensics, Document And Media Exploitation (domex), And Borescope Camera Solutions. b. Specific Areas Of Interest: (1) Uxs Exploitation Capabilities: Solutions Capable Of Conducting Physical And Logical Extractions From Uxs Platforms To Support Exploitation Operations. These Tools Must Enable The Acquisition Of Various Types Of Data Including But Not Limited To Flight Paths, Mission Logs, Payload And Sensor Data, Command-and-control Communications, Firmware And Software, Artifacts, Encryption Keys, System Configurations, And Metadata. The Solution Should Provide Broad Compatibility With Diverse Uxs Platforms, Including Ariel, Ground, And Maritime Systems, Regardless Of Manufacturer Or Proprietary Architecture. Tools Must Ensure The Integrity Of The Extracted Data While Being Capable Of Rapid Deployment In Disrupted, Disconnected, Intermittent, And Low Bandwidth (ddil) Environments. (2) Vehicle Forensics Exploitation Capabilities: Tools Should Enable The Extraction And Analysis Of Data From Infotainment And Telematics Systems, Key Fobs, Location & Navigation Services, Connected Devices, Vehicle Diagnostics, And Tire Pressure Monitoring Systems (tpms) To Support Operational Exploitation Of Modern And Legacy Vehicle Systems. Capabilities Should Also Include Remote Access Solutions, Jtag Interfaces, Cpu Architecture Support, And Ecu Debugging Tools For Deep System Analysis. The Ability To Exploit Diverse Vehicle Platforms Including Passenger, Commercial, And Military Vehicles Is Critical. Solutions Must Preserve The Integrity Of The Data And Operate In Austere Environments. (3) Document And Media Exploitation (domex) Capabilities: Tools, Equipment, And Software To Conduct Non-destructive Cellular Exploitation (cellex) And Media Exploitation (medex) In Support Of But Not Limited To The Extraction, Compilation, Translation, And Analysis Of Contextual Information That Is Stored Into Dod Recognized Formats For The Purpose Of Aggregation And Comparison Against Other Data Locally And Through Authoritative Databases. These Technologies Include, But Are Not Limited To, All Forms Of Digital Storage Media Capable Of Being Exploited. At A Minimum, The Ability To Create A Digital Copy Of Encrypted And Non-encrypted Storage Media Is Desired. cellular Exploitation Or Cellex (mobile Forensics): Conduct Non-destructive Exploitation, Basic Analysis, And Forensic Imaging Of A Wide Variety Of Devices To Include Ios, Android, Smartphones, Feature Phones, And Foreign Chipsets Including Powered Off, Pre-boot, Powered-on, Authenticated With Credentials, Locked, And Unlocked Devices Using Logical And/or Physical Extraction Types. media Exploitation Or Medex (computer Forensics): Conduct Non-destructive Exploitation And Basic Analysis Of Media Devices In All-states To Include Powered Off, Pre-boot, Powered On, And Authenticated With Credentials. Additional Capability Areas Desired Are Ram Capture, Specific Targeted Triage, And Forensic Imaging. (4) Borescope Camera Capabilities: Commercially Available Or Developmental Waterproof Borescope Cameras Capable Of Capturing High-resolution 4k Imagery And Video In A Variety Of Operational Environments. The System Should Feature A Minimum 5-foot Flexible Or Semi-rigid Scope To Enable Detailed Inspections In Confined Or Hard-to-reach Areas. It Must Include Adjustable, Controllable Lighting To Enhance Visibility In Low-light Conditions And The Ability To Capture Both Still Images And Video With Minimal Latency. The Camera Should Be Ruggedized For Durability In Austere Environments And Include A Removable, Rechargeable Battery To Support Extended Operational Use. Compatibility With Existing Ussocom Data Transmission And Storage Systems Is Highly Desirable. c. All Hardware/equipment Submitted For The Evaluation Shall Be Production Models And Capable Of Performing Specific Core Mission Sets Conducted By Identity Intelligence And Exploitation (i2e) Sof Operators Either On The Objective Or On A Forward Operating Base-like Environment. d. While Un-released Commercial Devices That Meet Most Of The Capabilities Are Allowed, The Expectation Is That All Devices Will Be Final Product Versions And Meet The Capabilities Detailed In The Scenarios That Align With Approved Mission Profiles And Establish Statistical Confidence In The Results. e. Mission Profile Evaluation May Consist Of Two Independently Conducted Events: (1) Technical Evaluation (te) To Confirm The Quality And Accuracy Of Device Performance And Output. (2) Operational Test And Evaluation (ot&e) To Evaluate Training, Determine Usability And Suitability For Sof Operators In A Realistic Environment. f. Responses To This Rfi May Be Used By Ussocom, Sof At&l, Peo-tis, And Pmo-i2e To Identify Potential Hardware And Equipment Solutions For Participation In The Further Evaluation Of Market Information And/or Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice. 3. Timeline: The Tactical Forensics Event-2025 (tfe-25) Is Scheduled From February 2025 Thru August 2025 In The Greater Tampa, Florida Area. The Preliminary Schedule Of Events (subject To Change) Is As Follows: a. Nlt 14 February 2025 – Rfi Response. Responses Must Be Submitted Directly Through The Ussocom Vulcan Platform By Accessing This Link <<https://vulcan-sof.com/login/ng2/auth/login?requestedurl=%2fsubmission%3fcollectionuuid%3d39649472-40b8-44f6-bd62-e86831df181d>>. If You Do Not Yet Have A Vulcan Account, Please Click “join The Ecosystem” To Create One. Once Securely Inside Of The Vulcan Ecosystem You Can Navigate To The Open Call Titled Ussocom Tactical Forensics Event 2025 (tfe 25) To Review The Full Instructions And Submit Your Solution(s). All Submissions Must Be Unclassified. for Any Tfe 25 Process And/or Programmatic Questions, Reach Out To The Socom Engagement Team At Esof@socom.mil. For Technical Questions About How To Use The Vulcan Platform, Please Reach Out To Support@vulcan-sof.com. b. 05 & 06 March 2025 – Vendor Presentations. Manufacturers/vendors Present Their Proposed White Papers, Equipment And Demonstrate The Equipment’s Capabilities Of Interest. Esof Presentations Will Be Conducted At 1925 East 2nd Avenue, Suite 102, Tampa, Florida 33605. Specific Coordination Information Will Be Provided By Esof When Briefing Dates And Times Are Scheduled. Proceeding To The Next Portion Is Based Solely Upon Best Agency Need And Requirements. Subject To Change Based Upon Agency Need. c. 21 March 2025 – Te Invitations. Invitations Will Be Sent To Select Manufacturers/vendors To Participate In The Te Event. While The I2e Program Will Provide Feedback To All Manufacturers/vendors Who Participated In The Esof Presentations, Only Those Devices That The I2e-pmo Judges To Have The Best Potential To Meet The Mission Profile Evaluation Will Be Invited To Participate In The Te Event. All Manufacturers/vendors Will Be Provided A Vendor Loan Agreement (vla) As The I2e Will Request A Minimum Of Five (5) Complete Systems For The Duration Of The Events With A Designated Device Delivery Date. Subject To Change Based Upon Agency Need. d. 28 March 2025 – Manufacturers/vendors Accept Invitations. Deadline For Manufacturers/vendors To Notify Ussocom Sof At&l, Peo-tis, Pmo-sse Of Their Intent To Participate In The Te And Return The Completed Vla’s For Their Devices And Any Associated Items. Subject To Change Based Upon Agency Need. e. 11 April 2025 – Device Delivery To Ussocom. Manufacturers/vendors Deliver (on-loan) Fully Functional Devices And Associated Items For Technical Assessment. Manufacturers/vendors Also Provide Necessary Technical Information To Support Ussocom’s Safety Review Process. Subject To Change Based Upon Agency Need. f. 14 Thru 18 April 2025 – Te Training. Manufacturers/vendors Train Ussocom Testers And Subject Matter Experts (smes) On The Use Of Their Device(s) To Support Te Of Their Device(s). Training Will Be Limited To Eight Hours Per Device And Must Include Proper Use Of The Device And Troubleshooting. Vendors Will Be Expected To Train The Ussocom Evaluators And Smes To The Point Where The Evaluators And Sme Can Confirm Expected Levels Of Performance. Manufacturers/vendors Will Be Offered The Opportunity To Conduct The Same Training For Operators Participating In The Ot&e Portion Of Tfe-25. Subject To Change Based Upon Agency Need. g. 21 April Thru 02 May 2025 – Te Event. Ussocom Evaluators Will Conduct A Te Of The Manufacturers/vendors Devices To Ensure They Perform To The Standards And Levels As Presented. Manufacturers/vendors May Be Asked To Provide Reach Back Support During Te. Proceeding To The Next Portion Is Based Solely Upon Best Agency Need And Requirements. Subject To Change Based Upon Agency Need. h. 21 July Thru 01 August 2025 – Ot&e Event. Ussocom Evaluators And Smes Conduct The Ot&e With The Participation Of Sof Operational Personnel. Vendors Will Be Asked To Conduct Training Of Their Devices During The First Week But Will Not Participate In The Actual Operator Driven Events Conducted Jointly By Ussocom And The Joint Interoperability Test Command (jitc). Subject To Change Based Upon Agency Need. i. Nlt 29 August 2025 – Device Return. All Manufacturers/vendors Equipment Returned. Subject To Change Based Upon Agency Need. 4. Disclaimers: There Is No Solicitation Planned At This Time. This Request For Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Research Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred; And The Government Will Not Provide Responses To Any Questions. 5. Points Of Contact: Any Questions Under This Rfi May Be Emailed To Socom.sofatl.tis.pmoi2e.dl@socom.mil.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 2125405y152138613 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated 22 May 2024. it Is Anticipated That A Best Value Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. best Value Will Be Evaluated By Who Can Provide The Complete Requirement, Who Meets Our Required Time Frame And By Price. all Vendors Providing A Quotation Must Either Have An Active Sam.gov Registration Or Provide Proof They Have Submitted Their Entity For Registration. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: all Quotes Shall Be Emailed To Shannon Carter Via Shannon.r.carter@uscg.mil And Shall Be Received No Later Than 02/20/25 At 12:00 Pm (eastern). All Emailed Quotes Shall Have 2125405y152138613 In The Subject Of The Email. vendor Information: entity Name entity Unique Entity Id entity Address entity Poc entity Phone Number poc Email Address vendor Shall Provide: item 1: Steel description: Steel, Plate, 1/2" X 96" X 240", 20.4#, Astm A131. quantity: 1 Pm nsn: 9515 01-lg1-7413 part Number(s): 1knd1 / Astm-a131 unit Price: line Total: estimated Delivery Date: item 2: Steel description: Steel, Plate, 2 Thk" X 2' X 2', 321 Sst, Astm A240, (4" Sq Ft). quantity: 1 Pc nsn: 9515 01-lg1-7345 part Number(s): 2v378 / 2" Plate Hrap Ra321 unit Price: line Total: estimated Delivery Date: item 3: Steel description: Steel, Plate, 7/8" Thick, 304 Stainless, This Is A Special Order Single Piece. 2 Sq Ft. quantity: 1 Pc nsn: 9515 01-lg1-9447 part Number(s): 7nfy8 /18555699 7p789 / 7/8 24x24 unit Price: line Total: estimated Delivery Date: item 4: Steel description: Steel, Plate, 3/16" X 48" X 96", A36, 7.65#. quantity: 1 Pm nsn: 9515 01-lg1-8186 part Number(s): 7nfy8 / 07000006 unit Price: line Total: estimated Delivery Date: item 5: Steel description: Steel, Plate, 1" X 48" X 96", Astm A131 Grade A. quantity: 1 Pm nsn: 9515 01-lg1-9505 part Number(s): 7nfy8 / 07099999 7nfy8 / Astm A131 Grade A unit Price: line Total: estimated Delivery Date: item 6: Steel description: Steel, Plate, 3/8" X 2' X 1', 321 Sst Astm A240 (2 Sq Ft). quantity: 2 Sf nsn: 9515 01-lg1-7343 part Number(s): 2v378 / 3/8" Plate Hrap Ra321 unit Price: line Total: estimated Delivery Date: item 7: Steel description: Steel, Flat Bar, 3/16" X 1", Astm A36. quantity: 4 Ft nsn: 9510 01-lg1-7319 part Number(s): 3q853 / Hrfb 3/16 X 1 X 20' Flat Bar Cq Bmg01 / Hrfb 3/16 X 1 X 20' Flat Bar Cq unit Price: line Total: estimated Delivery Date: item 8: Steel description: Steel, I -beam, W5" X 16#, Wide Flange, 5.010 X 5.000 .240 Web, Astm A36. quantity: 20 Ft nsn: 9520 01-lg1-7370 part Number(s): 7nfy8 / 05100320 unit Price: line Total: estimated Delivery Date: item 9: Steel description: Steel, Angle, 5" X 3" X 1/4" Thk, 40 Ft Lengths, Black, Spec Astm A36. quantity: 40 Ft nsn: 9520 00-lg5-2017 part Number(s): 7p789 / A36 unit Price: line Total: estimated Delivery Date: item 10: Steel description: Steel, Plate, 24" X 24" X 3/16" Thk, Astm A36. quantity: 2 Ea nsn: 9515 01-lg1-9917 part Number(s): 7nfy8 / 07000083 unit Price: line Total: estimated Delivery Date: item 11: Steel description: Steel, Angle, 2" X 2" X 3/16", Astm A36. quantity: 12 Ft nsn: 9520 01-lg1-7228 part Number(s): 7nfy8 / 04505340 unit Price: line Total: estimated Delivery Date: * Delivery Address And Terms Stated Below. * * Access To Some Drawings May Be Export-controlled And Require Any Recipient To Be Registered In The Joint Certification Program (jcp) Through Dla To Receive The Drawing. *any Proposed Substitutions Must Be Accompanied By A Specification Sheet To Undergo Evaluation By The Requiring Officials For Compatibility To The Requirement. * *all Deliveries Are Required To By 09/22/25* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm. invoicing In Ipp it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You. far Clauses this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation. 52.212-1 Instructions To Offerors—commercial Products And Commercial Services. 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities. 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Nsn 7r-4320-014552564-qe, Tdp Ver 001, Qty 124 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" 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. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. 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 Date6 Jan 2025
Tender AmountRefer Documents 

Caraga Regional Hospital Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Rfq No.: 13827 Pr No.: 2024-1567 Rfq Date: 12/27/2024 Pr Date: 12/03/2024 Bac Routing Date: 12/18/2024 Company Name : Address : Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Starting The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than Two (2) Days Upon Receipt Thereof, In Return Envelope As Attached Herewith. Canvassed By: Checked By: Dwight Donald B. Javerle Josie C. Lim, Jd Canvasser Head, Procurement Terms And Conditions: ● Drop Your Quotations At The Bac Secretariat Office Or Thru This Email Crhprocurement2020@gmail.com Within 7 Days From Receipt Of Rfq. Counteroffer May Be Indicated At The Back Of This Rfq. ● Mayor's Permit, Tax Clearance & Philgeps Registration Certificate Shall Be Attached Upon Submission Of The Quotation. ● Bidders Shall Submit Clear And Readable Brochure, Cpr (if Applicable) And Other Required Documents. ● Price Validity Shall Be For A Period Of Sixty (60) Calendar Days; Or Within The Period Indicated Below ● Crh Reserves The Right To Accept Or Reject Any Quotation At Any Time Prior To The Awarding Of Contract Without Incurring Any Liability To The Affected Bidder Or Bidders Especially Those Considered Disadvantageous To The Procurement Processes Therein. ● Award Of The Contract Shall Be Made To The Lowest Calculated And Responsive Quotation Which Complies With The Technical Specifications, Other Terms And Conditions Required Herein. ● Whenever Awarded, The Purchase Order (po) May Be Sent Via Electronic Mail To The Official Email Address Provided Below By The Supplier. Provided That The Supplier Shall Confirm Receipt By Affixing Their Signature Within 7 Calendar Days From Receipt And Shall Return The Same To The Procurement Office Or Send It Back To Our Official Email Address At (crhprocurementamp@gmail.com) Immediately Thereafter. Failure On The Part Of The Supplier To Confirm Receipt Of The P.o. Emailed Within Seven (7) Calendar Days Shall Result In The Automatic Conformance/acknowledgment/acceptance Thereof. Hence, The Running Period For The Imposition Of Liquidated Damages Shall Commence Then On. ● Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. ● Delivery Period Shall Be Within Thirty (30) Calendar Days Or The Period Indicated Below From Receipt Of Notice To Proceed, For Infrastructure It Will Depend On The Program Of Works. ● Failure Of The Bidder To Comply With The Aforementioned Requirements May Cause The Blacklisting Of The Supplier Or Imposition Of Penalties. Line Item No. Procuring Entity’s Description Approved Budget For The Contract Supplier's Bid Amount / Specification Description Qty Unit Of Measure Unit Cost Total Cost Unit Cost Total Cost Specification 1 Ecg Machine 1 Unit 220,000.00 220,000.00 Main Features: Fast And Easy Operation, Emergency Ecg Quick Launch, Editable Diagnostic Automatic Text Interpretation, Advance Diagnostic Tools For St And Qt Analysis. Specifications: • Ecg Unit- 1,2,3 Channels, Display: 4.3” Colour Touch-screen Display, Edited Channels Format, Lead Attachment Indicator, With Metal Trolley Designed For The Ecg Machine With Hook. • Modes And Printing- Auto/manual/long Recording Modes, Unlimited User-defined Profile For Specific Recording Options, Diagnostic: Averaging, Analysis, Text Interpretation, Print On Standard Paper Of 58mm Thermal Paper, Printer Resolution: Y-axis 200 Dpi, X-axis 500 Dpi. • Filters- Automatic: Adaptive Auto, Mains Filter: 50/60hz, Muscular Filter: 25, 10, Base-line Filter: 3.2; 1.5; 0.6; 0.3; 0.1; Splines • Pc Communication (optional Upgrade)- Cardiology Software Capable Of Resting Ecg, Holter, Stress Test, Abmp And Spirometry Modalities, Wifi Or Lan Interface, Seattle Criteria Compliant For Sudden Cardiac Death Screening Module. • Report And File Format: A4 Paper, Pdf, Mewzip File. • Technical Parameters- Pacemaker Detection: Yes, 100 Us/dedicated Circuit With 40000 Hz Detection Function, Sampling Frequency Range For +10%/-30%: 0.05 Hz- 170, For + 10%/-10%: 0.67 Hz- 170. Amplitude Accuracy, Time Accuracy: ± 2%, Digital Resolution: 3.9 Μv, Input Noise: <8 Μv, A/d Converter: 13 Bit, Dynamic Range: ±15.9 Mv, Polarisation Range: ± 400, Applied Part: Type Cf. • Battery- Lithium Battery Cr2032, Lead Accumulator: 1x 12 V/1.2 A.h, Accumulator Capacity: Signal Monitoring: Up To 90 Minutes. • Power Supply- Mains Voltage: ~99 V To 126 V (115 V Nominal), Ac, ~198 V To 252 V (230v Nominal), Ac, Covering Grade: Ip20. • Warranty: 2 Years Parts And Service. Installation/training: Free. Delivery Period: 15-95 Days (calendar) After Receipt Of Ntp. Documents: Certificate Of Warranty; User Manual And Technical Specifications Sheet. ***nothing Follows*** Delivery Period:___________________________ Warranty:_____________________________ Price Validity:_____________________________ After Having Carefully Read, Conform And Accepted The General Terms And Conditions Stated Above And Thereby Quoted The Aforementioned Goods And Services. Supplier’s Or Authorized Representative’s Printed Name & Signature: _________________________________________________________________ Philgeps No.: _________________________________________________ Tin: ______________________________________________________ Contact Number: ___________________________________ Email Address: ______________________________________ Date: _______________
Closing Date6 Jan 2025
Tender AmountPHP 220 K (USD 3.7 K)

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-4810-013539209-gf, Tdp Ver 008, Qty 324 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" 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. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. 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 Date3 Feb 2025
Tender AmountRefer Documents 
8701-8710 of 9215 archived Tenders