Software Tenders

Software Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Sources Sought Notice sources Sought Announcement: 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 Sources 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 Business, E.g. Small Or Other, As Appropriate And (i) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below In Italics. the Greater Los Angeles Va Healthcare System (nmvahcs) Located At 11301 Wilshire Blvd. Los Angeles, Ca 90073 Is Seeking A Contractor To Provide All Necessary Labor, Materials, Supplies, Parts, Software (needed For The General Operation Of The Equipment), Tools, Equipment, Travel, Transportation Expenses And Other Related Costs For Preventive Maintenance Inspection (pmi) And Corrective Maintenance Services On The Government Owned Philips Imaging Equipment At The Participating Facilities Listed Herein Of The Veterans Integrated Service Network (visn) 22. Philips Imaging Equipment Are Used For An Array Of Patient Diagnostics, Including X-ray, Ct, And Ultrasound. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, And Replacement Of Worn And/or Defective Parts. The Above Shall Be Performed As Necessary As Required To Keep Equipment In Optimal Working Condition. This Refers To The Equipment Listed Below: ee# serial Number equipment 116066 453567088051-7276 big Bore Ct Scanner 125241 802215 digital Diagnost Single Detector X-ray 154355 13000111 digital Diagnost 3 X-ray 154511 14000114 digital Diagnost 3.1 X-ray 166652 16000286 digital Diagnost 4.1 X-ray 165714 16000218 digital Diagnost 4.1 X-ray 166653 16000287 digital Diagnost 4.1 X-ray 165713 16000203 digital Diagnost 4.1 X-ray 165360 16000121 digital Diagnost 4.1 X-ray 165359 16000141 digital Diagnost 4.1 X-ray 165358 16000125 digital Diagnost 4.1 X-ray 213432 22860037 digital Diagnost C90 X-ray 216990 usn22b1882 epiq Cvx Ultrasound 216989 usn22b1883 epiq Cvx Ultrasound 217898 usd22b1374 epiq Cvx Ultrasound 155041 us814b0073 epiq 7 Ultrasound 174331 uso17b0796 epiq 7 Ultrasound 175802 us118b1050 epiq 7 Ultrasound 175794 us118b1048 epiq 7 Ultrasound 175787 us118b1047 epiq 7 Ultrasound 162160 us615b0770 epiq 7 Ultrasound 175800 b2107d s7-3t Transducer 211456 f052p3 x8-2t Transducer 232836 f0d1xz x8-2t Transducer 215968 f05445 x8-2t Transducer 220474 f0186h x8-2t Transducer 229193 f0brlq x8-2t Transducer n/a n/a xper Witt Hemodynamic Monitoring System participating Facilities: va Greater Los Angeles Healthcare System 11301 Wilshire Blvd los Angeles, Ca 90073 va Greater Los Angeles Healthcare System Sepulveda Ambulatory Care Center 16111 Plummer St. sepulveda, Ca 91343 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 561720 ($22 Million). 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). All Interested Offerors Should Submit Information By E-mail To David.odne@va.gov. All Information Submissions To Be Marked Attn: David Odne; Contract Specialist And Should Be Received No Later Than 11:00 Am Pacific Time On The Due Date Found On Page 1 Of This Sources Sought Notice.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-2915-014545723-qe, Tdp Ver 001, Qty 49 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 Date13 Jan 2025
Tender AmountRefer Documents 

Infanta quezon Water District Tender

Others
Philippines
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 01-002-s25 Request For Quotation (rfq) For “procurement Of A One-year Contract For Website And Email Hosting Services And Maintenance” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of One Hundred Thirty Thousand Pesos (₱ 130,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted According To The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., January 8, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Your Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “procurement Of A One-year Contract For Website And Email Hosting Services And Maintenance,” Or You May Send It By Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Completed And Performed Within One (1) Year From Receipt Of The Purchase Order. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of A One-year Contract For Website And Email Hosting Services And Maintenance” Shall Be Delivered And Completed Within One (1) Year From Receipt Of The Purchase Order By The Supplier. Item No. Description/specifications Qty. Unit 1 Procurement Of A One-year Contract For Website And Email Hosting Services And Maintenance 1 Lot Dedicated Server At Least 4 Cpus, 8 Gb Ram Large Storage Capacity Min. 50gb Unmetered Bandwidth, Unmatched Speed, Unstoppable Security, And Intuitive Multi-site Management Unlimited Email Addresses Creation Of Professional Email Accounts Expert Assistance In Uploading And Managing Website Files Automatic Software Updates And Security Patches Advanced Monitoring And Troubleshooting Full-featured Website Stats Advanced Caching For Improved Website Performance Control Panel For Easy Management Of Hosting Services Customized Template-based Website Design And Development Website Migration Services Website Maintenance And Updates Direct Admin, Or Windows Web Unlimited Technical Support/ Priority 24/7 Support Services (call, Email, Phone, And Chat) Administration & Security Ssl Secure Connection Daily Backup And Restoration Services 1-year Term Other Features Or Inclusions Are Allowed To Be Offered
Closing Date13 Jan 2025
Tender AmountPHP 130 K (USD 2.2 K)

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-1630-014183177-v2, Tdp Ver 002, Qty 24 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 Thegovernment 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 Themanufacturer Meets The Qualification Requirement(s) At Time Of Award, Inaccordance With Far Clause 52.209-1. The Solicitation Identifies The Officewhere Additional Information Can Be Obtained Concerning Qualificationrequirements And Is Cited In Each Individual Solicitation.one Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation. "navsup Wss Intends On Awarding Sole Source To On Awarding Sole Source To Non-prime Source(s) And That The Lack Of Response From Any Other Source Will Consider Them To Be Not Interested."
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-6115-016484473-rq, Tdp Ver 001, Qty 2 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. 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. 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 Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: Nsn 7r-2915-013935056-fq, Tdp Ver 001, Qty 20 Ea, Delivery Fob Origin. This Part Must Be Acquired From/repaired By A Source(s)specified On A Source Control Or Selected Item Drawing As Defined By Thecurrent Version Of Dod-std-100. Suitable Technical Data, Government Data Rights, Or Manufacturing/repair Knowledge Are Not Available To Permit Acquisition From/repair By Other Sources, Nor Qualification Testing Of Another Part, Nor Use Of A Second Source Part In The Intended Application. Although, By Dod-std-100 Definition, Altered And Selected Items Shall Have An Adequate Technical Data Package, Data Review Discloses That Required Data Or Data Rights Are Not In Government Possession And Cannot Be Economically Obtained. 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. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Software and IT Solutions
Germany
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Piloting a matrix-based communication channel for G2C communication Fitko was founded on January 1, 2020 as a legal entity under public law (aör) jointly sponsored by the federal government and the states in Frankfurt am Main. As a small and agile organization, Fitko forms the operational substructure of the IT Planning Council and supports it organizationally and technically as well as in the performance of its tasks. The FITKO is intended to bundle the federal activities for the digitalization of the administration, be responsible for the coordination and controlling of the projects and products of the IT Planning Council, coordinate the implementation of the Online Access Act (OzG) and further develop the federal IT architecture. The object of the service is the implementation of the project "piloting a messenger communication channel for G2C communication". The project is a project of the Federal IT Architecture Board by resolution of July 12, 2023. The Federal IT Architecture Board supports and advises the IT Planning Council on strategic issues in the development and implementation of IT architecture measures. The board's tasks include, among other things, the initiation of architecture projects and the short-term provision of urgently needed solutions as part of the implementation of the Online Access Act. The Architecture Board also accompanies infrastructure projects with impacts on the federal IT architecture with so-called "project sponsors". The client is planning a proof of concept using an easy-to-use communications solution based on the matrix standard that integrates seamlessly into the existing IT landscape of the public administration. To implement the project, the services to be provided by the contractor as part of the project are defined in the service description. The service description contains detailed information about the scope and quality of the services to be provided by the contractor as a service provider, as well as technical, organizational and temporal framework conditions that must be observed by the contractor when providing the service as part of the service obligation. It also describes which cooperation services the client will provide. The client's goals and the resulting challenges are also described in order to convey a comprehensive picture of the overall project that the contractor must take into account when providing the service. The subject of the service provision is the conception, development and piloting (including quality assurance) of an easy-to-use solution for communication with government agencies, as well as the related IT consulting by the contractor. These services to be provided are remunerated according to expenditure and are provided in an agile approach in close coordination with the client; more detailed regulations on remuneration can be found in this service description, in the contract and in the price list as an appendix to the contract. Piloting a matrix-based communication channel for G2C communication The services to be provided by the contractor are services; (including covert) temporary employment is not intended or desired. Within the initial contract term of 12 months, the client and contractor will jointly develop a functional minimum viable product (mvp) that demonstrates the technical feasibility, functionality, scalability, performance and resilience of the developed solution. The subject of the service is also the operation of a test system. The test system is used to demonstrate the functionality of the developed solution to external stakeholders and to carry out load and performance tests. Provision and operation of the test environment including support and maintenance (especially updates) are remunerated as a flat rate per month, as stated in the price sheet. Integration of the developed communications infrastructure into the productive environments of existing third-party systems is not part of the services to be provided. However, the intention for later productive use should generally be taken into account when designing, developing and piloting the MVP. Part of the service is the integration of the developed communications infrastructure into test environments of existing third-party systems. Operation of a productive environment is not part of the services to be provided. Overview of the partial services to be provided: (1) Conceptual design and consulting services, including: (x) Creation of mockups / click dummies and evaluation of UX concepts. (x) Creation of a solution architecture for the target image described in Chapter 2.5 of the service description, taking into account the framework conditions described in the service description and those to be defined by the client during the course of the project. (x) Creation of a migration concept to support a possible migration from the current technical state to the production of the developed system. The implementation of the migration is not part of the subject matter of the contract. (x) Creation of necessary extensions to the matrix specification (MSCS). (x) Consulting services for piloting the connection of specialist procedures to the developed communication infrastructure. (x) Support of requirements management - software development services, including: (x) Development of an app for mobile access to the created communication infrastructure. (x) Adaptation of an existing web interface for web-based access to the created communication infrastructure. (x) Development of a lightweight demo client to display the activities of specialist authorities. (x) Extension of the client's existing SDKs to support third parties in connecting to the developed communication infrastructure. (x) Extensions to existing SDKs and other components from the Matrix ecosystem. (x) Development or conceptual consideration of a self-service functionality for specialist authorities and operators of online services. (2) Provision of comprehensive documentation for manufacturers of specialist procedures. (3) Provision and operation of a test environment including support and maintenance. (4) Carrying out load and performance tests. Target image: The aim of the project defined in the service description is to test a matrix-based communication infrastructure for bidirectional, process-related application follow-up communication between specialist authorities and applicants. The project places particular focus on the realization of high security requirements (including through the implementation of state-of-the-art end-to-end encryption) and the testing of new approaches to achieving an outstanding user experience.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Mindanao State University Tender

Publishing and Printing
Philippines
Details: Description Mindanao State University Reference Nos. 011-25/01-06-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : Company Name January 6, 2025 __________________________ Quotation No. : 003-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quoation/offer Is Allowed, Suppliers Who Submitted More Than One Quoation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Uppon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Supplie Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 4 "printer Compact And Durable Ecological Design Wifi Replaceable Maintenance Box High Yield Ink Bottles Ultra-high Page Yield Of 7,300 Pages (colour) Borderless Printing (up To 4r) With Fax Function And Adf 2-year Warranty Or 50,000 Pages, Whichever Comes First" Units 2 1 Printer - Print, Scan, Copy, Fax With Adf Precisioncore Tm Printed 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Bi-directional Printing 4800 X 2400 Dpi 3.8 Pl Up To 32.0 Ppm/ 22.0 Ppm, Simplex: Up To 25.0 Ipm/unit12.0 Pm / Duplex: Up To 16.0 Ipm /9.0 Ipm, Simplex: Up To 13.5 Ipm/ 6.0 Ipm | Duplex 10.0 Ipm /5.0 Ipm, Simplex: Up To 5.5 Sec/ 8.5 / Duplex: Up To 11 Sec/ 17 Sec Approx. 43 Sec Per Photo (border)/ 52 Sec Per Photo (borderless) Esc/p-r, Esc/p Raster Yes (up To A3)" Unit 3 6 "computer Desktop Specification • Amd 5 5600x (3.7ghz) •tuf B550m-plus Gaming Wifi Ii • Amd Radeon Rx 570 • Xpg Spectrix 16gb Ddr4 3600mhz D50 Rgb • Xpg 1tb Sx8200 Pro Pcie Nvme M.2 •silverstone Sst-st60f-es230 600w 80+ •tuf Gaming Gt301 Arebtg •tuf Gaming K1 Rgb • Tuf Gaming M3 Rgb • 32 Inch Monitor • Secure 500watts Avr • Speaker • Anti-virus Software • Windows License • Microsoft 365 Family License Warranty 1 To 2 Years " Units Page 1 Of 2 4 1 "scanner Scanner Type: A4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi *1 Output Resolution: 50 - 1,200 Dpi (in 1 Dpi Increments) Bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size: 50.8 X 50.8 Mm Max Document Size: 215.9 X 6,096 Mm Supported Paper Weight: 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) Adf Capacity: 100 Sheets (80g/m2) Daily Scan Volume: Up To 14,000 Sheets / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0" Unit ***nothing Follows*** For Office Of The Chancellor Use (oc) Total Abc ₱472,000.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Page 2 Of 2 Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Jma
Closing Date13 Jan 2025
Tender AmountPHP 472 K (USD 8 K)

MUNICIPALITY OF SOCORRO Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Office Of The Bids And Awards Committee Invitation To Bid No. 327 -024 Project Name: Supply & Delivery Of One (1) Set Brand-new Multispectral Aircraft Agricultural Drone With Complete Accessories For The Drrm & Agriculture Office Of Lgu-socorro At Barangay Navarro, This Municipality Source Of Fund: Gender And Development (gad) Year 2025, And Mdrrm Fund Year 2025 --------------------------------------------------------------------------------------------------------------- Specifications: Net Weight (with Propellers And Rtk Module) - 951 G Max Takeoff Weight -1,050 G Dimensions (folded/unfolded) - Folded (without Propellers): 223×96.3×122.2 Mm (length×width×height) - Unfolded (without Propellers): 347.5×283×139.6 Mm (length×width×height) Diagonal Length - Diagonal: 380.1 Mm Max Ascent Speed - 6 M/s (normal Mode) 8 M/s (sport Mode) Max Descent Speed - 6 M/s (normal Mode) 6 M/s (sport Mode) Max Flight Speed (at Sea Level, No Wind) - 15 M/s (normal Mode); Flying Forward: 21 M/s; Flying Sideways: 20 M/s; Flying Backwards: 19 M/s (sport Mode) Max Wind Speed Resistance - 12 M/s Max Take-off Altitude Above Sea Level - 6000 M (without A Payload) Max Flight Time (without Wind) - 43 Minutes Inclusions: Base Station Power Adapter Cable Base Station Lan Cable Extra Battery Kit Extra Propellers Base Station Tripod (rh) High Precision Gnss Mobile Station Terra Software (perpetual Version) High Specs Laptop Pilot Training With Certificate (for 2 Pilots) Caap Registration Tpl Insurance --------------------------------------------------------------------------------------------------------------- Status Of Publication: (a) 1st Advertisement: ☑ ☑ ☑ Reference Number:11620487 1st Publication: December 20, 2024 1st Bid Opening: January 3, 2025 (b) 2nd Advertisement:☑ ☑ ☑ Reference Number: 2nd Publication: 2nd Bid Opening: --------------------------------------------------------------------------------------------------------------- The Municipality Of Socorro Through The Bids And Awards Committee Is Inviting All Prospective Bidders/contractors To Participate In Public Bidding For The Supply & Delivery Of One (1) Set Brand-new Multispectral Aircraft Agricultural Drone With Complete Accessories For The Drrm & Agriculture Office Of Lgu-socorro At Barangay Navarro, This Municipality Which Will Be Received In The Office Of The Bids & Awards Committee Starting December 20, 2024. It Will Be Opened On January 3, 2025, At Exactly 10:00 Am In The Bac Office By The Bidders/supplies Or Their Authorized Representative And The Municipal Committee On Awards Or Their Authorized Representatives. Terms And Conditions: 1. A Pre-bid Will Be Held On: December 27, 2024 2. All Interested Bidders Are Requested To Submit The Following: Class "a" Documents A. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For A Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; B. Mayor's Permit C. Certification Of Philgeps Registration D. Bir Registration E. Tax Clearance F. Audited Financial Statement, Showing Among Others The Consultant's Total And Current Assets And Liabilities, Stamped "received" By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission; G. Income Tax Return H. Nfcc I. Omnibus Sworn Statement J. Authority Of The Singing Official/spa (in Case Of Representative) K. Other Documents Required By Law Under Ra 9184 I. Delivery Schedule M. Technical Specification Of The Goods Being Offered (brochures/manuals) 3. Bidders Are Requested To Place Their Bids In A Sealed Envelope Addressed To The Chairperson, Bidding And Awards Committee, Socorro, Surigao Del Norte At Least 3 Copies 4. Any Bids That Do Not Comply With The Requirement/suppliers, Will Be Rejected Automatically. 5. Form Of Bid Security: The Amount Of Bid Security Equal To The Percentage Of The Abc For Cash Is 2% And The Check Is 5%. 6. Form Of Performance Security: All Bidders Are Requested To Put Up The Bidder's Bond, In A Form Of Cash, Managers Check, Or Cashier's Check Equivalent To 10% Of His Winning Bid The Cash Bond Of Losing Bidders Will Be Returned After The Bidding, However The Bidders Bond Of The Successful Bidder Shall Serve As His Performance Bond To Release Only The Delivery Of The Suppliers/ Materials Equivalent. 6. Only The Pre-qualified Bidders/suppliers Will Be Allowed To Participate In Bidding. 7. Only The Bidders Who Buy The Bidding Documents Can Attend The Pre-bid Conference. 8. The Government Reserves The Right To Reject Any Of All Bids Or Any Part Thereof And Any Accept Such Bid Which May Be Considered Most Advantageous To The Government. 9. Place Of Delivery: On-site Delivery 10. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of: Five Thousand Pesos Only (php.5,000.00) Xxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
Closing Date10 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.6 K)

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Details: ***souces Sought Amendment 001*** amendment 0001 To This Sources Sought Notice Posts Responses To Vendor Questions As An Attachment. No Other Changes Have Been Made And The Response Date Remains Unchanged. ***** this Is A Request For Information (rfi)/sources Sought Notice (ssn) Only. This Rfi/ssn Is A Request For Informational Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quotation (rfq), Or Request For Proposal (rfp). This Rfi/ssn Does Not Constitute A Commitment By The U.s. Army To Procure Products Or Services. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi/ssn Or Otherwise Pay For The Information Solicited. Information Submitted In Response To This Rfi/ssn Is Submitted At No Cost To The Government And Will Not Be Returned. Any Exchange Of Information Shall Be Consistent With Procurement Integrity Requirements, And All Appropriate Proprietary Claims Will Be Protected To Prevent Improper Disclosure. your Response To This Rfi Is Voluntary And Will Be Treated Only As Information For The Government To Consider. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Army May Use The Information Provided To Develop Its Acquisition Strategy. If A Solicitation Is Released For The Supplies Or Services Described Herein, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Potential Requirement. the Us Government Is Conducting Market Research For The Rapid Development, Deployment, And Continued Support Of The Us Army Fixed Site Low, Slow, Small Unmanned Aircraft System (uas) Integrated Defeat System (fs-lids). The System Consists Of Coyote Missiles With Launchers, An Electronic Warfare (ew) System, An Electro-optical/ Infrared Camera, And A Ku-band Radio Frequency System (kurfs) Radar Under The Control Of A Forward Area Air Defense Command And Control (faad C2) System That Provides Capability To Identify And Engage Group 1 Through Group 3 Unmanned Aircraft Systems Uass. Future Ew Subsystem Variant Will Be Mosa/sosa Aligned. The System Shall Be Capable Of Integrating Additional Sensors And Effectors. background: The Us Army Has A Need To Develop, Produce And Maintain Countermeasures Against Enemy-armed And Intelligence Gathering Uas's Operating At Various Speeds And Altitudes Which Are Targeting Both Us And Their Allies’ Interests At Home And Abroad. interested Firms Who Believe They Can Provide The Below Described Efforts Are Invited To Indicate Their Interest By Providing The Following Information To The Contract Specialist Listed Below: 1. Company Name, Company Address, Overnight Delivery Address (if Different From Mailing Address, Cage Code, Point Of Contact, E-mail Address, Telephone Number, Fax Number. 2. Business Size (i.e. Large, Small Disadvantaged, Veteran Owned, Woman Owned, Etc.) 3. Affirmation Of Cleared Personnel And Facilities. 4. A Description Of The Company's Expertise In Providing Manufacturing Expertise And Producing Hardware As Described Below. 5. The Company's Experience In Meeting Contractual Due Dates For Similar Type Efforts. 6. Naics Code 334511 all Responses Shall Be Unclassified. all Assumptions, Including Any Assumed Government Support, Shall Be Clearly Identified. All Proprietary And Restricted Information Shall Be Clearly Marked. interested Sources Shall Have Sufficient Logistics, Engineering, And Other Expertise To Provide All Facets Of Development, Production, And Support For The Army’s Fs-lids System Without The Aid Of A Technical Data Package (tdp). The Government Will Not Provide A Tdp In Response To This Posting. the Interested Source Shall Be Capable Of Providing Coverage, Starting Approximately January 2026, For The Following At Contract Award: 1) Maintenance And Repair Support For Us Army Outside The Continental United States (oconus) And Continental United States (conus) Fs-lids Systems. 2) Personnel Capable Of Maintaining And Repairing Systems To Meet The Programs Operational Availability Requirements To Multiple Conus And Oconus Sites. 3) Training For Operators And Maintainers. 4) Obtaining Spare And Repair Parts And Providing Them To Oconus And Conus Sites. The Interested Source Shall Be Capable Of Maintaining And Repairing More Than 100 Systems. the Interested Source Shall Have Sufficient Engineering Expertise To Support The Integration Of The Overall System As Well As Provide Development Activities For The Electronic Warfare System In Accordance With United States Government (usg) Requirements. The Development Activities Will Include Both Hardware And Software Capabilities. The Interested Source Shall Possess Or Have Access To A Facility Capable Of Testing Capability At The System And Component Level. The Interested Source Shall Have The Capability Of Identifying Obsolescence In The Contractor Supplied Components And Provide The Usg With Proposed Replacements Or Redesigns. The Interested Source Shall Provide The Usg With Solutions To Allow The Fs-lids System To Be Exportable. the Interested Source Shall Have The Capability To Produce, Integrate And Perform Acceptance Test Of The Fs-lids System Iaw Usg Requirements. The Interested Source’s Production Facility Shall Have Iso 9001 Certification. Naics Code For This Requirement Is 334511. The Estimated Production Requirement Is At Least 90 Systems Over Five Years. this Procurement Requires The Interested Source To Operate As A Us Corporation With A Secure Manufacturing/production Facility Approved To The Secret Level By The Defense Security Service (dss). Further, The Defense Contract Management Agency (dcma) Will Be Asked To Conduct A Pre-award Survey Of The Firm's Facility To Determine The Capability To Successfully Fulfill The Requirements Of This Contract And To Minimize Risk To The Product Manager, Counter Unmanned Aircraft System (pdm Cuas) Office. this Rfi Will Close 15 Days From The Date Of Posting. All Questions And Responses Should Be Directed To The Contracting Officer/contracts Specialist. note: Please Do Not Submit Marketing Materials/brochures With The Requested Capabilities Statement. The Capabilities Statement Submitted In Accordance With The Instructions Above Is All That Will Be Reviewed For Purposes Of This Market Research.
Closing Date9 Jan 2025
Tender AmountRefer Documents 
8771-8780 of 9265 archived Tenders