Software Tenders
Software Tenders
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
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.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Nsn 7r-1680-016614905-e7, Tdp Ver 001, Qty 4 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. 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.
Board Of Investments Makati City Metro Manila Tender
Software and IT Solutions
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 7.7 Million (USD 132.6 K)
Details: Description I. Project Objectives The Board Of Investments Aims To Procure Of Laptops To Provide Designated Users With A Mobile Computing Device Capable Of Handling All Their Business Needs Even While On The Go Or In The Office. This Will Replace Computers Running In Operating Systems No Longer Supported By Microsoft. In Addition, This Project Will Prove To Be Useful In The Implementation Of The More Flexible Boi Operation Since It Will Provide Better Mobility And Overall Device Performance For End-users Who Will Be Working From Office And On The Go. This Project Aims To Procure One Hundred Twenty-one (121) Technical Laptops Operating System Windows 11 Professional At Least Version 24h2 Military-grade Us Mil-std 810h Military-grade Standard Processor Intel Core I7-1355u Processor 1.7ghz (12m Cache, Up To 5ghz,10 Cores) Integrated Gpu Intel Iris Xe Graphics Dimm Memory 2 X 8gb Ddr5 So-dimm (16gb Total) Storage 512gb M.2 2280 Nvme Pcie 4.0 Ssd Front-facing Camera 720p Hd Camera With Privacy Shutter Wireless Wi-fi 6e(802.11ax) (dual Band) 2*2 And Bluetooth 5.3 Panel Size 14.0-inch Brightness 300 Nits Resolution Fhd (1920 X 1080) 16:9 Glare Anti-glare Display Color Gamut Ntsc: 45% View Angle(h/v) 170/170 Response Time (typ/max) (ms) 25/35 Refresh Rate 60hz Contrast (typ) 700:1 Screen-to-body Ratio 87% Ips-level Wide View Fingerprint Fingerprint I/o Ports 2x Usb 3.2 Gen 1 Type-a 2x Usb 3.2 Gen 2 Type-c Support Display 1x Hdmi 1.4 1x 3.5mm Combo Audio Jack 1x Rj45 Gigabit Ethernet Audio Audio By Dirac Built-in Speaker Built-in Array Microphone Battery 50whrs, 3s1p, 3-cell Li-ion Ac Adapter Type-c, 65w Ac Adapter Output: 20v Dc, 3.25a, 65w Input: 100~240v Ac 50/60hz Universal Weight (w/ Battery) 1.41 Kg (3.11 Lbs.) // 50 Whrs Battery Security Fingerprint Sensor Kensington Nano Security Slot (6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 Trusted Platform Module (tpm) 2.0 Reparability Index 8.5 Ecolabels & Compliances Energy Star 8.0 Fsc Mix Reach Rohs Tco Certified Accessories Wireless Headset Bluetooth V5.3 With Noise Cancellation Laptop Bag Keyboard Protector Cover Standard Support 8 X 5 Standard Support Via Chat, Email, Phone, Ticketing Total Quantity: 121 Units Total Approved Budget Cost: Php 7,700,000.00 Ii. Service Provider Requirements A. The Vendor Must Be Registered With The Securities And Exchange Commission (sec) B. The Vendor Must Submit Certification Coming From The Manufacturer Endorsing Them To Sell, Support, And Maintain The Products Offered. C. The Vendor Must Submit A Certification Coming From The Manufacturer/distributor That They Will Extend Technical Support To The End-user For The Products Offered. D. The Vendor Must Have At Least 3 Years Of Existence In The It Business. E. The Vendor Must Have A Completed Similar Contract In The Last 3 Years. Iii. Approved Budget Cost The Board Of Investments Intends To Apply The Sum Of Seven Million And Seven Hundred Thousand Pesos (php 7,700,000) Being The Approved Budget For The Contract (abc). 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. Iv. Source Of Funds The Abc Authorized For Procurement Of Office Productivity Equipment (laptops) Fy 2025 For The Board Of Investments Shall Be Sourced From The 2025 Capital Outlay. V. Delivery Delivery 90 Calendar Days Upon Receipt Of Notice To Proceed Vi. Payment Schedule 95% Upon Final Acceptance Of Boi Of The Project. 5% Three-year Retention Vii. Mode Of Procurement The Procurement Of Office Productivity Equipment (laptops) Fy 2025 For The Board Of Investments Shall Be Undertaken Through Competitive Bidding Pursuant To Ra No. 9184 And Its 2016 Revised Irr. Vendors Will Be Required To Submit A Separate Bill Of Materials. Viii. Warranty Three (3) Years On Parts, Labor, And Onsite Support With One (1) Year Of Accidental Damage Protection. These Products Should Be Free From Defects In Workmanship And Materials. If The Product Does Not Operate As Warranted During The Applicable Warranty Period, The Vendor Shall, At Its Expense, Replace The Defective Unit Within 1 Month And Provide A Service Unit While Waiting For The Replacement. Ix. Penalty In Case There Is A Delay In The Delivery And/or Installation Of The Software And/or Hardware 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 Permission Of The Procurement Law.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Nsn 7r-1650-014554490-qe, Tdp Ver 001, Qty 96 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.
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: 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 2125405y6172m73001 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: vendor Information: entity Name entity Unique Entity Id entity Address entity Poc entity Phone Number poc Email Address vendor Shall Provide: item 1: Domestic Qawtd - Stuctural Closure Needed For Cgc Hickory description: Qawtd, Domestic, Steel, 36 Inch X 66 Inch, Left Hand, 10-dog, 9 Inch Fixed Light, 3-hinged, Navsea 805-1400050 part #: B-930812 quantity: 1 Ea 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 05/28/2025* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** preparation For Delivery all Material Must Be Shipped To: uscgc Hickory (wlb 212) us Naval Activities victor Wharf, Pier 3 santa Rita, Gu 96915 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. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Shellby Hammond At Shellby.m.hammond@uscg.mil. 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.
Offizielle Bezeichnung Tender
Software and IT Solutions
Germany
Closing Date30 Jan 2025
Tender AmountRefer Documents
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 an impact 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Nsn 7r-4320-014552588-qe, Tdp Ver 002, Qty 27 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.
Municipality Of La Trinidad, Benguet Tender
Software and IT Solutions
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 256 K (USD 4.3 K)
Details: Description 2nd Invitation To Bid For The Procurement Of Ict Equipment For Road-drainage Network Audit And Mapping 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Two Hundred Fifty-six Thousand Pesos (php256,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-12-6392-meo Name Of Project: Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping Project Location: La Trinidad, Benguet Contract Duration: Within 10 Calendar Days From Receipt Of The Notice To Proceed Brief Description: 2 Unit Handheld Gps Specification: - Material: Polymer/silicon/glass - Waterproof - Power Source: Rechargeable Lithium-ion Battery Pack Included - Dimensions: 92x183x33mm - Product Weight: 410g (with Battery Pack) - Inclusions: Lithium-ion Battery Pack, Usb Cable, Documentation - Warranty: 12 Months - Features: Full Qwerty Keyboard, Customer Service Available For Messaging 24/7 2 Unit Laptop - 512 Gb To 1tb Ssd, - Display: 15.6” Full Hd (1920 X 1080), 144hz, Ips - Ram: 32gb Ddr4 - With At Least 7 Core Ultra-processors - Operating System: Windows 11 Pro - With Power Adapter And Cable - Mouse (wireless) With Aa Battery - Built In Webcam, Speaker And Microphone - Wifi And Bluetooth Connect - With Laptop Bag - Has Pre- Installed Basic Software - With 1-year Warranty Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – 30, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 30, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd.) Yoshio P. Labi Bac Chairperson Noted: (sgd.) Romeo K. Salda Head Of The Procuring Entity
Misamis Occidental Tender
Healthcare and Medicine
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 565 K (USD 9.7 K)
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Calamba Tel. No. (088) 271-3215 / 271-4730 _______________________________________________ Invitation To Bid For Procurement Of Cbc Machine 1. The Municipality Of Calamba, Misamis Occidental, Through The Gad Fund Intends To Apply The Sum Of Five Hundred Sixty Five Thousand Pesos (p565,000.00) Being The Abc To Payments Under The Contract For Procurement Of Cbc Machine, With The Project Identification Number Lgucal-pb-2025-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item # Description Quantity Unit 1 Cbc Machine 1 Unit Principles (for Wbc, Rbc And Plt Counting) Parameters (21 -parameters:wbc, Lymph #, Mid #, Gran#,lymph %, Mid%, Gran %, Rbc, Hgb,hct,mcv,mchc,rdw-cv,rdw-sd,, Plt, Mpv, Pdw, Pct,p-lcr, P-lcc , 3 Histograms Fir Wbc, Rbc And Plt) Throughput (60 Samples Per Hour) Data Storage Capacity (400,000 Results Including Numeric And Graphical Information) Interface (4 Usb Ports ( For External Printer, Software Upgrade, Barcode Reader , External Wifi And Mouse, Lan Port 1) Dimension And Weight (depth 410 Mm X Width 300 Mm X Height 400 Mm Weight < 20 Kg) Ideal For Pediatrics Sample Volume (prediluted Mode < Ul, Whole Blood Mode < Ul) Additional Requirements: Availability Of A Certified Technician Who Can Provide Troubleshooting Services When Needed And A Commitment To A Monthly Preventive Maintenance And Performance Check Of The Machine To Ensure Its Optimal Functionality. 2. The Municipality Of Calamba, Misamis Occidental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Office Of Bac Secretariat, Local Government Unit, Calamba, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00-12:00 A.m., 1:00-5:00 P.m.) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 17, 2025, From 8:00 Am To 5:00 Pm (mondays To Fridays Only) From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 17, 2025, 2:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 17, 2025, 2:00 P.m. At The Bac Conference Room, Multi-purpose Hall, Calamba, Misamis Occidental. {[if Applicable, Insert] And/or Via [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 10 . The Municipality Of Calamba, Misamis Occidental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jopson D. Baones Chairperson, Bids And Awards Committee Lgu-calamba, Misamis Occidental Tel. No. (088) 271-3215 Email Address-baclgucalambamisocc@gmail.com Fax No. (088) 271-3221 Website:www.calambamisocc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] February 4, 2025 [date Of Issue]
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: This Is A Single Source, Combined Synopsis/solicitation. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using The Simplified Acquisition Procedures Found At Far Part 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Both Fedbizopps And Neco (https://www.neco.navy.mil/). the Naval Supply Systems Command (navsup) Fleet Logistics Center Norfolk (flcn) Pentagon Directorate, Contracting Department, Detachment Philadelphia Hereby Provides Notice Of Its Intent To Award A Firm-fixed-price (ffp) Purchase Order To A Single Source: Vimeo.com, Inc. (cage: 83xl3), 555 West 18th Street, New York, New York 10011. The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(b), Soliciting From A Single Source. the Rfq Number Is N0018925qz130. this Synopsis/solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2005-88 And Dfars Publication Notice 20160607. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. the Naics Code Is 513210 And The Small Business Standard Is $47 Million. clin 0001: Vimeo Streaming Support - Base (ffp, 1 Unit) clin 1001: Vimeo Streaming Support - Opt I (ffp, 1 Unit) clin 2001: Vimeo Streaming Support - Opt Ii (ffp, 1 Unit) clin 3001: Vimeo Streaming Support - Opt Iii (ffp, 1 Unit) clin 4001: Vimeo Streaming Support - Opt Iv (ffp, 1 Unit) this Requirement Is Being Processed On Behalf Of The National Defense University (ndu). The Contractor Shall Provide Vimeo Livestream Business Communication Subscriptions For The Ndu Colleges. The Specific Minimum Characteristics Required By Ndu For The Livestream And Website Content Include The Following: - 9 Consecutive Streams Of Unique Video And Audio Content - 6 Studio Encoding Software Licenses, - 3 Admin Accounts, - 5 Contributor Accounts, - 100,000gb Of Bandwidth, - unlimited Amount Of Video File Storage, - team Level Analytics, - enterprise Privacy Of Internal Content, - onboarding And Account Management Support By Phone And Email. the Specifications Will Meet The Minimum Needs And Requirements Of The Faculty, Staff, And Students And Of The Ndu Curriculum. the Subscription Period Will Last For Twelve (12) Months Starting 10 February 2025 And Will Include 4 Options. additional Information Pertinent To This Posting Is Provided Herein As An Attachment And Includes, But Is Not Limited To, The Following: An Rfq With Line Item Information For Quoting Purposes, Equipment List And A Copy Of All Clauses And Provisions Applicable To This Synopsis/solicitation. the Proposed Contract Action Is For Commercial Supplies For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1. Interested Parties May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotes. However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement No Later Than 6 February, 1500 Eastern Standard Time (est). a Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. all Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency; However, Only Supplies Meeting The Ndu’s Requirements Will Be Considered For Award. The Government Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Responses Will Be Considered; All Responses From Responsible Sources Will Be Fully Considered. As A Result Of Analyzing Responses To This Notice Of Intent, The Government Shall Determine Whether A Competitive Solicitation Will Be Issued. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) In Order To Be Eligible For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. interested Parties Are Encouraged To Furnish Information. No Documents Submitted Will Be Returned. By Submitting Capability Information, The Contractor Is Self-certifying That Neither The Requestor Nor The Principal Corporate Officials And Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. this Procurement Is For Electronic And Information Technology (eit). Effective June 25, 2001, The Federal Government Implemented Section 508 Of The Rehabilitation Act Of 1973, Amendments Of 1998 (29 U.s.c. S 794(d)). Section 508 Requires That The Federal Government Only Acquire Electronic And Information Technology Goods And Services That Provide For Access By Persons With Disabilities. Therefore, To The Extent Supplies And Services Are Available In The Commercial Marketplace, The Contractor Is Required To Meet The Relevant Accessibility Standards Contained In 36 C.f.r. Part 1194 (subpart B). For Further Information See Http://www.section508.gov. all Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements Listed Above To Contract Specialist Daniel Moore By Email At Daniel.moore3@navy.mil. The Capability Documentation Should Include General Information And Technical Background Describing In Detail The Prospective Contractor’s Capabilities And Experience That Will Demonstrate The Ability To Support These Requirements.
8781-8790 of 9266 archived Tenders