Software Tenders
Software Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Department Of Veterans Affairs
veterans Health Administration
sources Sought Notice Audiology Calibration Agreement Louis Stokes Cleveland Va Medical Center this Is A Sources Sought Notice And Not A Request For Quotes. This Request Is Solely For The Purpose Of Conducting Market Research To Enhance Vha S Understanding Of The Market S Offered Products, Services And Capabilities. The Government Will Not Pay Any Costs For Responses Submitted In Response To This Sources Sought.
the Department Of Veterans Affairs (va), Va Healthcare System, Network Contracting Office (nco) 10, On Behalf Of Louis Stokes Cleveland Va Medical Center In Cleveland, Ohio, Is Conducting Market Research Through This Sources Sought Notice To Seek Sources That Can Provide Agreement To Complete The Yearly Calibration On The Audiology Equipment. This Equipment Must Have Regularly Scheduled Calibration Services Per Ansi (the American National Standards Institute) And Osha (occupational Safety And Health Administration) Standards To Ensure Proper Functioning Of Each As Required By Jacho And Hospital Policy To Ensure Each Unit/system Meets Manufacturer Specifications For The Va Medical Center. the Naics Code For This Acquisition Is 811210, Size Standard Of $34 Million. The Product Service Code Is J065. The Contracting Office Is Contemplating Award Of A Firm-fixed-price Contract For This Service. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Notice Of Ability, And Their Available Services In Response To The Requirement Described Below. Vendors Are Being Invited To Submit Information Relative To Their Potential Of Fulfilling The Requirement Below, In The Form Of A Capability Response That Addresses The Specific Requirement Identified In This Sources Sought. Pursuant To Far Part 10, Market Research, The Purpose Of This Notice Is To Determine If Sources Capable Of Satisfying The Agency's Requirements Exists And To Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service. Pursuant To Far Part 6 And Far Part 19, Competition And Set-aside Decisions May Be Based On The Results Of This Market Research. This Notice In No Way Obligates The Government To Any Further Action. description
the Louis Stokes Cleveland Va Medical Center Olympus Scope Repairs. Biomedical Engineering Requires The Contractor Shall Provide All Necessary Labor, Management, Supervision, Technical Skills, Quality Control, Materials, And Equipment Necessary To Complete The Calibrations As Listed. All Services Shall Be Completed With The Use Of Oem Parts, Materials, Tools, And Software As Applicable.
the Specific Tasks Are As Listed In The Following Quotes: all Units Should Be Calibrated In The Same Manner Each Year So That We Maintain The Same Accuracy According To Ansi And Osha Standards.
ansi S3.6-1996 American National Standard Specification For Audiometers. The Audiometers Covered In This Specification Are Devices Designed For Use In Determining The Hearing Threshold Of An Individual In Comparison With A Chosen Standard Reference Threshold Level. This Standard Provides Specifications And Tolerances For Pure-tone, Speech, And Masking Levels And Describes The Minimum Test Capabilities Of Different Types Of Audiometers. The Standard Also Specifies Standardized Threshold For Detecting Pure Tones. 1910.95 App E - Acoustic Calibration Of Audiometers
calibrations Are Performed On Site By A National Association Of Special Equipment Distributors (nased) Technician. calibration Certificates Are Provided For The Audiology Service To Keep On File At Location Of The Equipment Calibrated. place Of Performance Are The Following: cleveland Louis Stokes V.a. Medical Center, 10701 East Blvd, Cleveland Ohio, 44106
parma Community Out-based Clinic (cboc) 8787 Brookpark Rd, Parma, Ohio 44129
canton Cboc, 733 Market Ave S, Canton, Ohio 44702
akron Cboc, 55 W Waterloo Rd, Akron, Ohio 44319
mansfield Cboc, 1025 S. Trimble Rd, Mansfield, Ohio 44906
sandusky Cboc, 1912 Hayes Ave. Sandusky, Ohio 44870
sheffield Village Cboc, 5275 Abbe Rd. N, Sheffield, Ohio 44035
youngstown Cboc, 1815 Belmont Ave, Youngstown, Ohio 44504 general Requirements
contractors That Can Provide And Meet The Requirement Are Requested To Send: 1. Company Name
2. Sam.gov Uei Number
3. Business Size Under Naics 811210
4. If You Believe Another Naics Code Is More Suitable For These Services, Please Include The Code.
5. If The Service(s) Are Available On An Fss Contract Or Not And The Fss Contract Number If It Is Available On Contract.
6. Notification If They Are An Sba Vetcert Registered Vosb/sdvosb Or Not. Contractors Must Be Registered And Certified In Vetcert To Be Considered Vosb/sdvosb.
7. Is There Any Reason You Would Not Be Interested In Responding To A Solicitation?
8. Please Provide A Short Narrative On The Technical Capability And Interest In Providing The Requested Services.
9. Any Questions, Comments, Or Concerns, That May Otherwise Assist Us.
10. Does Your Company Have The Ability To Perform This Contract While Complying With The Limitations On Subcontracting Rules Per Far 52.219-14, 13 Cfr 125.6 And Vaar 852.219-75. If So, Please Briefly Explain How Your Firm Will Accomplish This, Include Any Potential Teaming Arrangements Or Subcontractors. to Note: The Co Shall Conduct Periodic Checks With The Vendor To Ensure That Limitations On Subcontracting Compliance Is Maintained During The Period Of Performance If This Requirement Is Set-aside For Any Small Business Entities. In Accordance With 13 Cfr § 125.6(g), Whoever Violates The Requirements Set Forth In Paragraph (a) Of This Section Shall Be Subject To The Penalties Prescribed In 15 U.s.c. 645(d), Except That The Fine Shall Be Treated As The Greater Of $500,000 Or The Dollar Amount Spent, In Excess Of Permitted Levels, By The Entity On Subcontractors. A Party's Failure To Comply With The Spirit And Intent Of A Subcontract With A Similarly Situated Entity May Be Considered A Basis For Debarment On The Grounds, Including But Not Limited To, That The Parties Have Violated The Terms Of A Government Contract Or Subcontract Pursuant To Far 9.406-2(b)(1)(i) (48 Cfr 9.406-2(b)(1)(i)
response Commitment
response:
all Responses Should Be Directed To Sara.wood1@va.gov
submittals Furnished Will Not Be Returned To The Sender. No Debriefs Will Be Conducted. Eligibility In Participating In A Future Acquisition Does Not Depend Upon A Response To This Notice.
proprietary Information Is Neither Requested Nor Desired. If Such Information Is Submitted, It Must Clearly Be Marked "proprietary" On Every Sheet Containing Such Information, And The Proprietary Information Must Be Segregated To The Maximum Extent Practicable From Other Portions Of The Response (e.g., Use An Attachment Or Exhibit). timeline: This Request Will Close On Stated Date Within The Government Point Of Entry (gpe).
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought For F5 Velos Systems For Foreign Military Sales (fms) description sources Sought For F5 Velos Systems For Foreign Military Sales (fms) introduction the U.s. Army Contracting Command, Aberdeen Proving Ground (acc-apg) On Behalf Of The Communications-electronics Command Security Assistance Management Directorate (cecom Samd) Is Issuing This Sources Sought Notice As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest In, Industry Technologies Available And Capability To Fulfill Fms Requirements. the Result Of This Sources Sought/market Survey Will Contribute To Determining The Method Of Procurement If A Requirement Materializes. Based On The Responses To This Sources Sought Notice/market Survey, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition. It’s Anticipated A Single Award Contract Will Be Made. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions. The U.s. Government Requests That Interested Parties Submit A Brief Description Of Your Company, Your Company’s Solution, And Your Ability To Meet Potential System Requirements. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Sources Sought/market Research Is Strictly Voluntary. program Background cecom Samd Administers And Manages Fms Cases Including Requirements For Partner Nations And Entities. The Colombian Joint Command Of Military Forces Request To Procure The F5 Brand Computer Platform (velos Systems) To Maintain The Standardization And Technological Compatibility Of The Existing Equipment In Their Directorate Of Information Technologies. Cecom Samd’s Goal Is To Satisfy Requirements For F5 Brand Computer Platform For Colombian Army, Navy And Air Force. required Capabilities the Purpose Of This Market Research/sources Sought Is To Identify Interested Sources That Are Qualified And Able To Provide Requirements To Colombia. the Contractor Shall Deliver The Following Equipment And Services, Each According To The Models, Descriptions, And Quantities As Listed Below. part# f5-vel-ltm-cx410-ac description velos Chassis: Local Traffic Manager Cx410 8- Slot (dual Ac, Dual System Controllers) F5 Networks, Inc. qty. 2 part# f5-svc-vel-rma4prem description velos Service: Premium L1-3 + Rma 4-hour (n Amer Only) (23% Of List) 36 Months F5 Networks, Inc. qty. 2 part# f5-vel-ltm-bx110 description velos Blade: Local Traffic Manager Bx110 Blade (for Ltm Chassis Only) F5 Networks, Inc. qty. 4 part# f5-svc-vel-rma4prem description velos Service: Premium L1-3 + Rma 4-hour (n Amer Only) (23% Of List) 36 Months F5 Networks, Inc. qty. 4 part# f5-add-vel-fb-cx410 description velos Add-on: Platform Fips 140 Ready License For Cx410 (bx110 Blade Only) F5 Networks, Inc. qty. 2 part# f5-svc-vel-rma4prem description velos Service: Premium L1-3 + Rma 4-hour (n Amer Only) (23% Of List) 36 Months F5 Networks, Inc. qty. 2 part# f5-upg-fb-sticker-1 description field Upgrade: Platform Fips 140 Sticker Kit F5 Networks, Inc. qty. 2 part# f5-cst-s description consulting: Standard Hourly (m-f 8am-6pm, Postpaid, Minimum 8 Hours) F5 Networks, Inc. qty. 80 request Responses Must Include Rough Order Of Magnitude (rom) Price And Availability (p&a) Information For The Equipment And Deliveries Described Above. special Requirements any Resulting Contract Is Anticipated To Have A Security Classification Level Of Unclassified. Any Resulting Contract Shall Be Compliant With The Specialty Metals Restriction Of The Berry Amendment (10 U.s.c. 2533a And 2533b) In Accordance With Dfars Clauses 252.225-7008 And 252.225-7009. eligibility naics Code 423430 - Computer And Computer Peripheral Equipment And Software Merchant Wholesalers product Service Code (psc) 7k20 federal Supply Code (fsc) 1.1: Information Technology And Telecommunications — Application submission Details interested Sources Should Furnish The Following Information, In The Format Provided Below: (1) Name And Address Of Company, With Commercial And Government Entity (cage) Code And Data Universal Numbering System (duns) Number. Any Interested Company Must Be Registered With Central Contractor Registration (ccr). (2) Point Of Contact Name, Department, Phone Number, And Email Address. (3) Identify Past And Current Services Your Company Offers That Exactly Match The Capabilities Specified Above. (4) Address Your Company's Capability To Act As A Single Provider For The Hardware And Services Defined Herein. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. No Phone Or Email Solicitations With Regards To The Status Of Any Resulting Request For Proposal (rfp) Will Be Accepted Prior To Its Release. your Response To This Sources Sought, Including Any Capabilities Statement(s), Shall Be Electronically Submitted To Contract Specialist, Michael F. Siwek, In Either Microsoft Word Or Portable Document Format (pdf), Via Email To Michael.f.siwek.civ@army.mil No Later Than 4:30 P.m. Eastern Standard (es) On 31 January 2025. Reference This Sources Sought/synopsis Number In The E-mail Subject Line And On All Enclosed Documents. Responses Shall Include Documented Capability To Deliver Required Radio Systems And Equipment. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material. All Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Publishing and Printing
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Request For Information (rfi) / Sources Sought Notice Is Issued Solely For Information And Planning Purposes. This Is Not A Solicitation.
submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes.
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought/rfi Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 325412 (size Standard Of 1,300 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs Network Contracting Office 22 Is Seeking A Contractor To Provide Epson C3400 Color Inkjet Label Printers Or Equivalent For The Pvahcs Surgery/anesthesia Department. Prospective Contractor Must Be Able To Provide The Following Items: Printer:
printer Must Work In Conjunction With Omnicell Anesthesia Workstation (aws) Unit.
printer Must Be Compatible With Windows Vista And Newer Windows Operating Platform.
printer Must Fit Into Omnicell Aws Unit Cabinet Space Of 10 X10.6 X10 (w X D X H)
a Printer Must Be Sturdy Enough To Withstand Heavy Use, Offer Excellent Color Inkjet Printing, And Facilitate A Smooth Workflow With Syringe Label Dispensing Features. using A Usp Or Ethernet Interface, The Printer Must Be Able To Print Labels With Adjustable Sizes That Accommodate Widths Ranging From 1.2" To 4.4".
printer Must Be Compatible With Omnicenter Software Versions 28.5 And Later Versions.
installation/integration:
to Prevent Warranty Issues, The Contractor Must Provide Calibration With An Omnicell Certified Technician. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Draft/salient Characteristics/sow Requirements. For Instances Where Your Company Cannot Meet The Draft/salient Characteristics/sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Draft/salient Characteristics/sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. please Review The List Of Draft/salient Characteristics/sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a.
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
is Your Company Considered Small Under The Naics Code Identified In This Rfi?
are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Draft/salient Characteristics/sow?
if You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified.
limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items?
non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company:
provide A Product From A Small Business Manufacturer Or Processor? not Exceed 500 Employees? primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice?
please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act.
please Indicate And Provide The Proof Of Country Of Origin.
what Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate.
what Is Estimated Life Span Of Your Solution? What Support/services Does That Entail?
does Your Organization Offer A Leasing Solution? Please Elaborate.
does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s).
if You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
general Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
please Provide Your Sam.gov Unique Entity Id/cage Code Number.
responses To This Notice Shall Be Submitted Via Email To Sam.choo@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, January 30, 2025 By 10:00 Am Pst. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
U S CUSTOMS AND BORDER PROTECTION USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Request For Information And Sources Sought
inter-connection Point (icp) Colocations background And Purpose: this Public Posting Is For Informational, Planning, And Market Research Purposes Only And Constitutes A Request For Information (rfi) And A Sources Sought Request (ssr) Only For United States, Department Of Homeland Security (dhs), Customs And Border Protection (cbp). This Announcement Does Not Constitute A Commitment, Implied Or Otherwise That A Solicitation Or Procurement Will Be Issued. This Is Not A Solicitation, Request For Proposal (rfp), Or Invitation For Bids (ifb). No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. all Information Received Resulting From This Rfi Will Be Used By Cbp For Acquisition Planning And Market Research Purposes Only. However, Your Response May Be Releasable To The Public Under The Freedom Of Information Act (foia), 5 U.s.c. 552, And The Dhs Foia Regulation, 6 C.f.r. Chapter 1 And Part 5. If You Wish Cbp To Consider Any Portion Of Your Response As "confidential Commercial Information", You Should Clearly Mark The Portion As "confidential Commercial Information". The Procedures For Identifying "confidential Commercial Information" Are Set Forth In The Dhs Foia Regulation Cited Above And Are Available On The Dhs Website: Http://www.dhs.gov/xfoia/editorial0579.shtm. Cbp, At Its Discretion, May Request Respondents To This Rfi To Meet With Cbp Program And Contracting Officials And To Elaborate On Information In Their Written Response. Respondents To This Rfi Will Not Be Notified Of Any Results Derived From A Review Of The Information Provided. All Information Contained In This Rfi Is Preliminary And Is Subject To Revision And Is Not Binding On The Government. the Purpose Of This Public Posting Is To Give Contractors The Opportunity To Provide Information Regarding Their Capability To Provide Services For Cbp’s Existing Colocation Facilities In Ashburn, Va And San Jose, Ca As Well As Include Optional Services. In Addition To Colocation Services, The Contractor Shall Provide High-quality Inter-connectivity Between Isps And Public Iaas Csp And Government Iaas Csp Connections With The Capability To Dynamically Provision And De-provision Infrastructure To Meet Cbp Requirements. draft Requirement Overview: the Contractor Shall Provide Colocation Services To Implement Scalable Icps And Caps In Up To Three Distinct, Geographically Diverse Locations On The U.s. East Coast, U.s. West Coast, And U.s. Central Region. The Contractor Shall Provide Facilities That Support Zero-hop Connectivity, Direct Cross Connects, Internet Peering, Cloud Peering, Traffic Exchange, And Ethernet Services With Numerous Major Isps, Csps, And Xaas (everything As A Service, Such As Software As A Service (saas), Platform As A Service (paas), And Infrastructure As A Service (iaas)) Providers. the Contractor Shall Offer East, West, And Central Hubs That Offer Internet Bypass Services, Where Major Cloud Services Are Directly Connected Within Their Private Facility Network Without Having To Traverse The Internet Or Multiple Hops. cbp Acknowledges And Agrees That The Services Described In This Sow Will Be Provided Within The Contractor’s Data Centers And Such Services Do Not Require The Contractor To Access, Handle, Manage, Or Control Personally Identifiable Information (pii) Or Sensitive Information (si) Described In This Sow (collectively Pii And Si). Cbp Will Not Disclose Any Pii And Si To The Contractor Unless And Until Contractor Agrees In Writing To Receive Such Pii And Si. If Cbp Intends To Provide Pii And Si To The Contractor, Cbp Shall Inform The Contractor Of Same Prior To Disclosure. the Contractor Shall Provide The Space And Power As Specified In The Bom. Cbp Personnel Will Install Hardware Into The Cabinets In The Private Cage Space Throughout The Life Of The Task Order. information Request: 1. Can Zero Hop Connectivity To Cloud Service Providers Be Provided? 2. Can Connectivity To A Fabric Interconnect That Would Allow Cbp To Quickly Setup, Delete And/or Change Virtual Connections To Multiple Cloud Service Providers And 3rd Party Collocated Cages Over The Redundant 100gbps Connection To The Interconnect? 3. Cbp Requires Redundant Zero Hop Low Latency Layer 2 100gbps Connectivity Secured With Macsec To Existing Dhs Headquarters And Ice Collocated Cages. 4. Can Fully Diverse 100gbps Connectivity Secured With Macsec To Our Legacy Springfield Virginia Datacenter Be Ordered On The Same Pr 5. Can Fully Diverse Dark Fiber 100gbps Connectivity Secured With Macsec To Our Oit Headquarters Office In Ashburn Virginia Be Order On The Same Pr 6. Does The Vendor Have Telecommunication Agreement For Procuring Connectivity Via Dark Fiber And Point-to-point Ethernet Circuit That Support Macsec In Bandwidths To Include 1gbps, 10gbps And 100gbps. 7. Are You Able To Support Direct Cbp Contact With Colocation Provider To Directly Handle Reporting Of Outage And Coordination Of Repair Of Telecom Order Connections, Cage Facility Concerns And Ability To Open Tickets For Visitor And Shipments, Control Approved Person Access To Our Cage. 8. Can The Vendor Provide A Solution That Allows For The Existing Co-located Environments To Remain In Place As Cbp Has Neither Sufficient Time Nor Funding To Building And Procure The Required Equipment To Build Out A Parallel Environment To Allow For Mission Critical Infrastructure And Service To Remain Active And In Service? instructions: interested Parties Are Encouraged To Respond To This Notice If They Have The Capability And Capacity To Provide The Identified Services. Capability Statements Are Not Needed At This Time. Please Be Advised, Cbp Will Not Address Any Questions About This Rfi Or Requirement. the Due Date And Time For Responses Is No Later Than 12:00 Pm Edt, Friday, February 7, 2025. Responses To This Rfi Shall Be Submitted Via Email To: Ebrima Conteh: Ebrima.conteh@cbp.dhs.gov With The Subject Line “inter-connection Point (icp) Colocations Rfi" To Be Considered. all Responses Must Adhere To The Page Limits Of 10 Pages Total. The Submission Shall Be Logically Assembled. Each Response Section Shall Be Clearly Identified And Shall Begin At The Top Of A Page. All Pages Of Each Response Section Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date, And Referenced Number Listed On The Notice In The Header And/or Footer. primary Point Of Contact:
ebrima Conteh
contract Specialist
ebrima.conteh@cbp.dhs.gov attachment:
draft Statement Of Work
bom
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents
Details: This Is Not A Solicitation Announcement. This Is A Sources Sought Notice Only. This Sources Sought Notice Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of A Solicitation.
the Department Of Veterans Affairs (va), Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified Sources Capable Of Providing Brand Name Only Code Cr2700 Barcode Scanners. The Scanners Will Be Delivered To The Philadelphia Va Medical Center, Located In Philadelphia, Pa 19104. background
request For Brand Name Only Code Cr2700 Barcode Scanners For All Nursing Staff To Utilize In The Process Of Patient Care Throughout The 642-cmjcvamc. These Barcode Scanners Will Be Used By Staff To Record Patient Identities, Medications Given; Supplies Used Etc. During Patient Care.
project Scope:
nursing Staff Throughout The 642-cmjcvamc Use These Barcode Scanners Via Communication Between The Scanner Itself And Usb Dock/charging Station. The Scanner Will Act As A Barcode Language To Text Input Tool And Will Not Access Patient Record, Va Network Or Require Any Software Needs On It Own. This Process Quickly And Accurately Inputs; The Patient S Name, Dob, Ssn By Scanning Patient S Wristband, Any Medications That Patient Will Be Receiving, Any Applicable Supplies Used (such As Dressing Change Kit, Saline Syringe) To Provide Care To The Patient, Any Applicable Scan-to-text Enabled Procedures Such As Blood Glucose Checks Can Also Be Initiated By Scanner, Initiation Of Recording Free Water Given To Patient And Other Such Patient Charting, Patient Records That Can Be Assisted Or Completed By Barcode Scanning.
specifications: the Code Cr2700 Barcode Scanner Must Be Wireless To Freely Facilitate Patient Care In Varying Environments, Locations, And Conditions During Patient Care. Nursing Staff Cannot Be Limited Or Hampered By A Physically Tether To The Pc/workstation/laptop In This Process. These Scanners Must Be Robust In That They Will Be Cleaned Regularly, They Must Also Be Robust In Their Construction In Order To Be Continuously Useful And Remain In Service While In A Complex Workflow And Environment Where Equipment Can Be Soiled, Dropped On Accident, Scuffed, Or Cosmetically Damaged In All Other Ways.
the C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required: responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Duns Number, Cage Code, Size Of Business Pursuant To North American Industry Classification Code (naics) 334118, Computer Terminal And Other Computer Peripheral Equipment Manufacturing. The Small Business Size Standard For This Naics Code Is 1,000 Employees. please Answer The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Small Business (sb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Notice?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
is The Product You Are Providing Information About Made By A Small Business Manufacturer Or A Large Business?
is The Product You Are Providing Information About Manufactured In The United States? If Not, Please Provide The Country Where The Unit Is Manufactured.
if You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
if You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job.
does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number.
if You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
general Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
please Submit Your Capabilities Regarding The Salient Characteristics Detailed Above To Establish Capabilities For Planning Purposes.
please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a.
please Provide Your Unique Entity Id. this Sources Sought Notice Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Mcdaniel.brayboy@va.gov No Later Than, 1:00 Pm Eastern Standard Time (est) On February 10, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, Mcdaniel Brayboy Iii. all Firms Responding To This Sources Sought Notice Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. if A Solicitation Is Issued, Information Will Be Posted On The Contract Opportunities Website For All Qualified Interested Parties At A Later Date, And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Source Sought Notice. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist, Mcdaniel Brayboy Iii At Mcdaniel.brayboy@va.gov disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.
DEPT OF THE ARMY USA Tender
Software and IT Solutions...+2Electrical and Electronics, Electrical Works
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Control System Upgrade Tygart Dam, Taylor County, West Virginia Contract Synopsis. The U.s. Army Corps Of Engineers, Pittsburgh District, Has A Project That Involves Upgrading Of Programmable Logic Controls (plcs) At Tygart Lake Dam, Taylor County, Wv. The Contract Generally Includes Upgrading The Programmable Logic Controls (plc) System For The Dam Operating System To Restore The Safe Operation Of The Eight Dam Sluice Gates At Tygart Dam. The Existing Remote-control Enclosure And All Circuits Connecting To It Will Be Demolished. The Fiber Optic Cable That Runed From Remote-control Station To The Valve Control Enclosure Will Remain In Place. Upgrading The Control System And Back It Online Can Be Done By Implementing But Not Limited To The Following: A. Disconnect The Remote-control Station And Remain The Fiber Optic Cable In Place. B. Demolish The Existing Remote-control Enclosure And All Circuits Connecting To It. C. New Plc Processor D. Remove Controlnet Modules And Install New Ethernet Modules E. Remove Controlnet Adapter And Install New Ethernet Adapter F. Remove Panelview 600 And Install New Panelview Plus 7 G. New Two Switches And Fiber Sfp .h. New Single-panel Housing (sph), New Connector Housing Panel Type Sti. New Fiber Optic Jumper, 2f, Lc Duplex To St J. New Fiber Optic Armored Cable 24f, Single-mode (os2) K. New Cat6 Ethernet Cables Removal And Proper Disposal Of Remote-control Enclosure Will Be Required. The Existing Operator Interface Terminal (hmi), Plc Processor, Controlnet Adapters And Modules Will Be Turned Over To The Government Once They Are Demolished. The Existing Plc System Is Rockwell Automation, So All New Control System Equipment Such As The Processor And Communication Modules Shall Be Compatible With Existing Equipment. The Government Furnished Equipment (laptop Computer) Shall Be Used For Uploading And Download The Program And The Contractor Will Be Responsible To Provide The Required Software. Calibration Is Required For Each Instrumentation Device Connected To The Control System Control Network By Making A Comparison Between Feet Opening Displayed At Local Control Enclosure Of The Gate Matches The Physical Opening Of The Gate Machinery Within The Gallery. A Minimum Of 3 Complete Dam Gate Open/close Cycles Using The Hmis Shall Be Performed During Any One 8-hour Shift. The Work Shall Be Completed Within 365 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204)(f) Between $5,000,000.00 And $10,000,000.00the Acquisition Will Be Procured As 100% Set-aside For Small Business. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About, Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored. The North American Industrial Classification System (naics) Code For This Acquisition Is 238210 ? Electrical Contractors And Other Wiring Installation Contractors. The Small Business Size Standard For This Naics Code Is $19,000,000.00. In Order To Submit A Bid On This Project, Your Company Must1) Be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) Be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Role. System For Award Management (sam) Registration In Sam.gov Includes Both Entity Validation And Entity Registration. To Register In Sam: A. Navigate To Sam.gov B. Select Sign-in (top Right) C. Select Create An Account Then Follow The Instructions. D. After Account Is Set-up, Select Sign In. E. Under The Entity Management Widget, Select ?get Started? Button. F. Select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned. For Additional Information On Sam To Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, Get Started With Your Registration Check Registration Status ? Active, Inactive, Pending Update Your Registration Become An Entity Administrator Validate Your Entity*access User Guides*by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations. Also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions. Please Note It Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts. T Here Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Information Registration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov. Registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period. Registration Must Be Renewed Every 365 Days To Remain Active. The Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Et Procurement Integrated Enterprise Environment (piee) Solicitation Module Registration To Register For Piee Follow The Below Instructions. Register In Piee: A. Navigate To Https://piee.eb.mil/b. Select Register [top Right] C. Select Vendor D. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Roles I. Step 1. Select Sol-solicitation Ii. Step 2. Select Proposal Manager Iii. Step 3. Click Add Roles Iv. Step 4. Fill In Your Location Code (cage Code) [next] I. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registration The Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance
INDIAN HEALTH SERVICE USA Tender
Others
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: To Receive Up To Date Information On This Requirement, Including A Solicitation, Answers To Vendor Questions, Modifications To The Requirement Or Extensions To The Offer Due Date, Use The Follow This Requirement Feature To Ensure System Notifications. general Information subject: Plumbing Parts Blanket Purchase Agreement (bpa) naics Code: 332510 - Hardware Manufacturing point Of Contact: Ashley Velasquez place Of Performance (delivery Address): phoenix Indian Medical Center, 4212 N. 16th St, Bldg 9, Phoenix, Az 85016 response Date/time: February 12, 2025 @ 8 Am Pst buy Indian Act the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That: the Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%; the Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And the Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121. description Of Requirement naics Code 332510 - Hardware Manufacturing – Is Applicable To This Acquisition, With A Size Standard Of 500 Employees. The Indian Health Service (ihs), Phoenix Indian Medical Center Has A Requirement To Secure A Five-year, Firm-fixed Price Agreement For Cast Iron Fittings And Other Applicable Plumbing Supplies To Support The Facility’s Health Care Plumbing System; Especially In Cases Of Urgent, Repair/replacement Needs Which May Require Expedited Delivery Or Local Pick-up. the Government Is Contemplating Multiple Blanket Purchase Agreements (bpa), In Accordance With Far 13.303. A Blanket Purchase Agreement (bpa) Is A Simplified Method Of Filling Anticipated Repetitive Needs For Supplies Or Services By Establishing "charge Accounts" With Qualified Sources Of Supply. Services Are Not Included In This Requirement, Only Parts. A Sample Of Historically Purchased Parts Is Provided As An Attachment To This Notice. a Blanket Purchase Agreement (bpa) Does Not Have Any Funds Committed; It Provides Pricing So Calls May Be Placed To Fund Facility Needs, Usually On An Annual Basis. For Instance, Each Year A Call Is Funded For Anticipated Annual Expenses During The One-year Period Of Funds Availability, And It Is Managed By Both The Facility And Vendor In A Declining Balance Fashion. Once Funds Expire (1-yr) Or Funds Are Fully Expended, Another Call Can Be Funded; There Is No Limit To The Number Of Calls Funded Annually, Only The Overall Purchase Limitations Established In The Agreement (e.g. Minimum/maximum Dollar Limit For Each Call And Maximum Dollar Limit For The 5-year Bpa Period). interested Parties this Is A Sources Sought Notice Only; It Is Not A Request For Quote, Rather Market Research To Determine Complaince With The Buy Indian Act And Determination Of Set-aside. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: company Name. point Of Contact (name/title/telephone Number/e-mail Address). sam Unique Entity Identifier Number. indication Of Socio-economic Business Category For Which The Organization Qualifies; Ihs Indian Economic Enterprise Representation Form, If Applicable. physical Location Sites (stores) And/or Direct Shipping Timelines To Assess Urgent Access To Parts. manufacturer Information, Product Listings, Etc. documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer. See Attachment 2: Gray Market Prevention Language. letter Of Sole Source If No Distributors Are Available. ihs Conducts Sufficient Market Research In Determining Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1. to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following: representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And, identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status. interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. gray Market Prevention: (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Ihs Hospitals And/or Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem’s Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Ihs In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, Ihs Reserves The Right To Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At Ihs’s Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To An Ihs Hospital And/or Medical Facility Upon Discovery Of Such Items.
DEPT OF THE NAVY USA Tender
Software and IT Solutions...+1Aerospace and Defence
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: This Requirement Is Advertised As Sole Source. The Notice Is Published For Information Purposes Only And Is Not A Request For Competitive Proposals. This Acquisition Is Being Pursued On A Sole Source Basis Under The Statutory Authority Of Title 10, U.s.c. Section 2304(c) (1), As Implemented By Federal Acquisition Regulation (far) 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." A Determination By The Government Not To Compete This Effort Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received. this Announcement Constitutes The Only Solicitation, And A Written Solicitation Will Not Be Issued. The Government Will Consider Other Bids. This Requirement Is Being Synopsized As A Small Business Set Aside Under The North American Industry Classification System (naics) Code 334111, And Psc Code 7j20. ****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. **** the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Source Code, Llc., 232 Vanderbilt Avenue, Norwood, Massachusetts 02062-5046. the Contractor Shall Provide: Custom Computer Upgrades. all Systems Must Be Taa Compliant supermicro Intel I9 - 3u Rackmount Systems – Quantity 11 supermicro Intel I9 - Full Tower Desktop Systems – Quantity 10 supermicro Intel Dual Xeon – Full Tower Desktop Systems – Quantity 8 please See Attached Solicitation N0042125q0021 For Specifications. the Anticipated Delivery Is On Or Before Ninety (90) Days After Receipt Of The Order (aro). this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability. shipping Charges: Fob Destination. 20670. contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670 technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference. 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause-- covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)-- (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use- (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause). quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.milby 12:00 Pm Eastern Local Time, 3:00 Pm Eastern Local Time, Wednesday, January 15th, 2025. please Provide The Following Information With Your Quote: cage Code: uei #: payment Terms Of Net 30. pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List. if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential. if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.) estimated Delivery Date Or Period Of Performance: invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.
Infanta quezon Water District Tender
Software and IT Solutions
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 101 K (USD 1.7 K)
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-007-s25 Request For Quotation (rfq) For “supply And Delivery Of All-in-one Computer & Printer” 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 One Thousand Pesos (₱ 101,000.00) 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 By 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., February 10, 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. Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “supply And Delivery Of All-in-one Computer And Printer” Or You May Send Your Bid/proposal Through 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 Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order. The Supplier/contractor Should Inform The Purchaser Three (3) Days Before Delivery. The Delivery Will Be Made Only During Working Days And Hours. 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 Material's Overall Functionality And The Supplier's Capability 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 All-in-one Computer & Printer” Shall Be Delivered And Completed Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order By The Supplier. Item No. Description/specifications Qty. Unit 1 All-in-one Computer 1 Unit Processor: Intel Core I5, 13th Gen Memory: 256 Gb Ssd + 1tb Hdd Graphics: Intel Uhd Graphics Psu Display Screen: 24” 1920x1080 Resolution Hd Camera Gigabit Lan + Wlan + Bluetooth 5.0 *standard I/o Ports: Usb 3.0 Gen. Usb 2.0 Headphone/speaker, Mic, Vga Port/ Display Port, Hdmi Port Peripherals/accessories: Keyboard & Mouse Os/software: Licensed Windows 10 Or 11, Licensed Microsoft Office For Home & Student, Internet Security W/ Anti-virus Ups, 650 Va 2 Printer (all-in-one Ink Tank Printer) 1 Unit Print, Scan, Copy Compact Integrated Tank Design Print Speed Up To 14ipm For Black And 8.0ipm For Colour Auto-duplex Printing Adf Capacity Ethernet & Wi-fi Direct Borderless Printing Space-saving Design, Spill Free Refilling Superb Quality And Cost-savings Large Paper Capacity High Speed Printing Heat-free Technology Precision Core Printhead 400 X 1 Nozzles Black, 128 X 1 Per Color (cyan, Magenta, Yellow) 4800 X 1200 Dpi Colour Lcd Screen Paper Size: Legal (8.5 X 14”) , 8.5 X 13”, Letter, A4, B5, A5, A6, Hagaki (100 X 148mm), 16k (125 X 270mm) Indian-legal (215 X 345 Mm), B6, 5x7”, 4x6”, Envelopes #10, Dl, C Ac 220-240 V/50-60 Hz ***nothing Follows*** Requirements: Please Indicate The Brand, And Model And Attach Brochures/ And/or Literature Of The Offered Product.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice this Is A Sources Sought Notice Only. The U.s. Government Currently Intends To Award A Contract For Maintenance And Repair Of Bruker Avneo Nuclear Magnetic Resonance System With Cryoprobes To Bruker Biospin On A Sole Source Basis But Is Seeking Vendors That May Be Able To Supply The Required Maintenance/repair Services For This Requirement To Support A Competitive Procurement. Accordingly, The U.s. Government Highly Encourages All Interested Businesses (large And Small) Respond To The Sources Sought Notice. All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), Must Describe Their Identifying Capabilities In Meeting The Requirements At A Fair Market Price, I.e., Information Which May Help Support A Set-aside. the Statutory Authority For The Sole Source Procurement Is 10 U.s.c. 3204(a)(1) As Implemented By Far Part 6.302-1 -- Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. this Notice Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. submittals Will Not Be Returned To The Responder. Each Potential Source Is Also Requested To Provide The Contract Number(s), Dollar Value(s) And Brief Description Of Work Previously Or Currently Being Performed, Which Specifically Demonstrates The Contractor’s Ability To Successfully Satisfy The Requirements. Firms Shall Also Provide Point Of Contact Information Where Available For The Efforts Cited Above. not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Governmentwide Point Of Entry (gpe), Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement. The Naics Code Is: 811210, Repair And Maintenance Services For Electronic Equipment. Sba Size Standard Is $34 Million. acquisition Purpose And Objectives: The Chemical Test Division/west Desert Test Center Requires Preventive Maintenance And Repair Of Nuclear Magnetic Resonance (nmr) System As Needed At Combined Chemical Test Facility, Bldg. 4156 Located At Us Army Dugway Proving Ground, Ut. The New Service Contract Will Need To Be Established To Ensure That The Nmr Is Fully Operational And Available For Test And Evaluation Conducted By Wdtc At Dugway. This Proposed Action Is To Obtain An Original Equipment Manufacturer (oem) Support Covering All Parts And A Certified Technician’s Labor, Travel Expenses And On-site Visits To Maintain Bruker Avneo 600 Mhz Nmr System, System Id # Tbd With The Following Items: a. Labscape Complete - Console Coverage b. Labscape Comp Magnet Coverage W/4 Helium Fills Per Year c. Labscape Comp Cp Bbo 600s3 Bbf-h-d-05 Cryo Probe d. Labscape Comp Pa Bbo 600s3 Bbf-h-d-05 Probe Cover e. Labscape Comp Ph Masdvt600s3 Bl3.2 Probe Cover f. Labscape Comp Cryoplatform Coverage g. Labscape Comp Samplecase Sample Changer Coverage h. Labscape Comp Bcu Ii Cooling Unit Coverage maintenance And Repair Tasks Will Be Onsite At Dpg. Training On Functionality Is Also Required On Any Newer Software Upgrades Or Hardware Issues. The Attached Draft Statement Of Work (sow) Provides Additional Information. in Response To The Notice: 1. Limit Responses To 5 Pages And Include The Following Additional Information: Name Of The Firm, Point Of Contact, Phone Number, Email Address, Unique Entity Identifier (uei) Number, Commercial And Government Entity (cage) Code, Identify Business Size (large Business Or A Small Business), And If Applicable, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code. 2. Please Submit Your Capabilities Regarding The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes. Provide Recommendations To Improve The Army's Specifications To Acquiring The Identified Items. 3. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. 4. Provide Information To Help Determine If The Requirement (items) Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc. 5. Provide Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. 6. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition And Identify Alternatives Or Solution Solutions. Also Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sources Sought Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. 7. To Protect Proprietary Information And Prevent The Unintentional Releasing Of Guarded Information, All Interested Firms Must Conduct Their Own Research Regarding The Specifications Of The Above Listed Item(s). interested Sources Shall Submit All Responses Via Email No Later Than 2:00 P.m. Mountain Standard Time (mst), 13 February 2025, To Mr. Jeremy Macdougall, Contract Specialist At Email Jeremy.a.macdougall.civ@army.mil Ensuring "nmr System Maintenance” Is In Subject Line Of Email And Inquiries Clearly Marked With Sources Sought Id Number W911s6-25-q-a001.
8831-8840 of 9266 archived Tenders