Battery Tenders
Battery Tenders
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: Space Systems Command (ssc)
International Affairs Office(ssc/ia)
Los Angeles Air Force Base, Ca
Launch Vehicle And Spaceport Assessment Request For Information
primer: Ssc/ia Received A Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) From A Partner Nation (pn). As The Primary Poc For Space Foreign Military Sales (fms), It Is Incumbent Upon Ssc/ia To Respond To The Lor For Loa With Rough Order Of Magnitude (rom) Costs For The Defense Articles And Services Specified In The Lor. As A Result, Ssc/ia Is Conducting Market Research To Respond To The Partner Nation’s Request.
please Note: Responses To Lors For P&a Are Non-promissory And Therefore There Is No Guarantee That This Request For Information (rfi) Will Result In A Request For Proposal (rfp). Ssc/ia Anticipates Similar Requests From Other Partner Nations And May Repurpose The Market Research Garnered From This Rfi To Respond To Future Lors For Loa. The Lor For Loa Response Provided To The Partner Nation Does Not Guarantee The Sale Of The Services In Question.
1. Background
ssc/iais Seeking Industry Quotes For Acquisition Technical Assistance For Assessing The Requirements And Interfaces Of A Launch System And A Contractor Designed, Developed And Operated Spaceport That Includes Facilities For Launch, Launch Integration, Space Vehicle Processing And Integration, Providing Mission Assurance, And Day-of-launch Activities For The Pn’s Ongoing Military Modernization Effort. Ssc/ia Is Currently Building A Response To An Official Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) To Provide The Pn With A “total Package Approach” Cost For Their Planning Purposes. Ssc Is Seeking Specific Technical Studies Information Described In Sections 6 And 7 Of This Document. The Timeframe Associated With Acquiring The Referenced Technical Assistance Projects Potential Contract Award In 2025 With A Required 18-month Period Of Performance, As Requested By The Pn In Their Lor For Loa. Rfi Responses Shall Include Information That Allows Ssc/ia To Assess Your Ability To Help Develop A Spaceport And Provide Launch Mission Assurance For The Pn. This Includes Providing The Technical Background That Demonstrates Deep Knowledge And Experience As It Relates To The Entirety Of Launch Site Development, Build, And Mission Integration. This Should Include Experience And Knowledge Of Launch System Facilities, Processes/procedures, Safety Requirements (flight And Ground), Logistics (e.g. International Shipping), Security (physical And Cyber), Radio Frequency (rf) Communications And Tracking, And Other Pertinent Information That Describes Your Ability To Provide The Technical Assistance Requested. Finally, Any Tools To Manage Requirements, Provide Mission Assurance Analysis, Develop/manage And Execute Plans Should Be Included.
2.use Of Non-government Advisors
the Government Intends To Use U.s. Government Personnel To Review The Rfi Responses. The Government Reserves The Right To Use Contractor Personnel, Including, But Not Limited To, Ssc Federally Funded Research And Development Center (ffrdc) And Systems Engineering And Technical Assistance (seta) Contractors. Contractor Support Will Be Bound By An Appropriate Non-disclosure Agreement (nda) To Protect Proprietary And Sensitive Information. Additional Ndas Will Not Be Required As Responses To This Rfi Will Be Considered An Implicit Acknowledgment And Acceptance That Non-government Advisors Will Be Assisting The Government In The Review Process.
3.guidelines For All Submissions
the Rfi Is Market Research And Will Not Result In An Award The Cost Of Preparing The Rfi Responses Is Not An Allowable Direct Charge To Any Government Contract.
all Interested Vendors Are Requested To Provide:
statement Of The Vendor’s Capability To Provide The Technical Assessment Of A Launch Vehicle And Spaceport Described Below
rom Cost To Provide Services/supplies,
rom Schedule To Provide Services/supplies.
label And Portion-mark Rfi Responses Appropriately; The Overall Classification Of An Rfi Response Should Not Exceed Nato Secret.
provide An Initial Plan On How Itar Will Be Addressed.
include A Cover Sheet With Company Name, Address, Date, Rfi Response Poc With An Email Address And Phone Number.
ssc Will Not Consider Unnecessary Brochures Or Proposals.
ssc Will Welcome Proficiency Demonstrations, Use Cases, And Lessons Learned.
rfi Responses Will Use 8.5 X 11-inch Portrait Format Pages With Single-spaced Times New Roman 12-point Font With 1" Margins. The Landscape Format Is Acceptable For Charts And Graphs Only.
rfi Responses Shall Not Exceed Thirty Pages.
rfi Responses Must Be Delivered As Either A Pdf Or Microsoft Word Document.
rfi Responses May Be Submitted Electronically Via Nipr To The Ssc Point Of Contact Listed Below.
rfi Responses Are Due No Later Than 1700 Pdt On 02/14/2025 To The Ssc Point Of Contact Listed Below.
Mr. Keith Brandner, Contracting Officer, Keith.brandner@spaceforce.mil
Ms. Melina Monroy-szita, Contract Specialist, Melina.monroy-szita@spaceforce.mil
4.next Steps
once The Rfi Responses Are Received, Assessed For Feasibility And Affordability, Ssc/ia Will Reach Out To The Pn. If A Virtual One-on-one Is Requested By The Government For Clarification Of Any Responses, The Government Contracting Office Representative(s) Will Contact The Submitters Poc Listed On The Cover Sheet To Schedule A Virtual Meeting.
5.concepts Criteria
for Each Study Area, Address To The Best Extent Possible:
requested Criteria
expertise To Accurately Assess What Is Being Requested
additional Information Needed Form Either The U.s. Government Or Pn
associated Risks
concepts Cost Details
6.initial Study Overview
the Pn Is Requesting Technical Assistance Across Multiple Disciplines To Include But Not Limited To; Mechanical And Electrical Engineering, Systems Engineering (requirements Derivation, Verification And Validation Planning), Launch Site Processes/procedures, Safety (ground And Flight), Logistics (to Include International Shipping, Rf Communications, Facility Requirements (related To Launch Vehicle (lv), Space Vehicle (sv) And Lv/sv Integration), Ground Support Hardware And Lv To Launch Site Interfaces. The Assessment Is Intended To Be Used By The Pn To Understand Feasibility, Requirements (interface Control Document-type Information Between Lv/sv And Spaceport), And Risks Of Standing Up A Spaceport Capability To Launch Pn National Security Payloads. The Study Shall Also Include Support Of Meetings And Discussions As Well As The Delivery Of A Report, And Other Supporting Documentation.
6.1assessing Commercial Launch Provider
provide Assessment Of The Commercial Launch To Meet The Mission Requirements Of The Pn’s National Security Space Using U.s. Space Force Evaluation Criteria. Part Of The Assessment Includes Recommended Tailoring Of Said Evaluation Criteria That Aligns With The Goals And Requirements Of The Pn. The Assessment Shall Include Assessment Of Vehicle Performance, The Launch Company’s Processes And Procedures, Its Ability To Follow And Adhere To Its Internal Standards, Capability Of Meeting The Foreign Regulations And Certifications, Accommodate Pn’s Satellites And Meet Their Mass And Orbit Performance. Additionally, The Assessment Should Include Any Identified Risks With The Priority On Technical But Also Identification Of Any Cost And Schedule Risks/concerns That May Be Evident.
assessment Includes Identification Of Items That Require A Change To The Standard Commercial Vehicle That Derive From Sources Such As The Pn’s Mission Objectives, Logistics, Foreign Certifications/regulations And Launch Site Interfaces. Finally, An Assessment Of The Launch Contractor To Meet Both Physical And Cyber Security Requirements Imposed Or Unique To The Pn.
6.1.1 Launch Vehicle To Launch Site Icd:
provide An Assessment Of The Lv To Launch Site Icd (or Equivalent Document(s)) To Ensure At The System Level The Pn Can Execute A Launch Of A National Security Space Asset From The Launch Site.
6.1.2 Communications:
assess The Rf Concept To Ensure That The System Meets The Pn’s Requirements As Well As Any Required Regulatory Requirements. This May Include, But Not Limited To, Launch Vehicle Telemetry Collection, Flight Safety (if Autonomous Flight Safety Is Not Used), And Space Vehicle Separation (if Required). Additionally, Does The Launch Vehicle Provider Have A Plan That Will Meet The Pn’s Security Requirements For Communications, Information Technology (it) Equipment As Well As Assembly, Integration, And Test (ai&t) Equipment.
6.1.3 Launch Site Systems:
provide An Assessment Based On The Icd, Ground Support Equipment, And Ground Handling Processes And Procedures That All Equipment Meets Requirements, Capable Of Being Certified And Has Proper Interfaces. Assessment Should Also Include Launch Vehicle And Expected Space Vehicle Commodity Requirements Such As Liquid Nitrogen, Hydrazine, Kerosene, Liquid Oxygen, Etc. The Launch Site Systems Includes Both The Payload Processing Facility And Launch Pad.
6.2launch Vehicle Safety Assessment
transportation - Provide An Assessment Of The Launch Vehicle Transportation Plan To Include General Ability To Meet International Shipping Requirements, Physical Security Of Hardware While In Transit And On Launch Site Transportation And Handling. Identify Items That Have Elevated Risk Such As Systems That Have Not Been Tested To Meet Un Shipping Requirements (e.g. Batteries) Or Other Items That May Require Modifications Needed To Ensure Safe Transport Into The Launch Site. In Addition, Provide An Assessment Of The Shipping Hardware To Ensure That It Is Capable Of Shipping The Launch System To Include Compatibility With Shipping Methodology As Well As Protecting Hardware During Shipment.
flight – Assess The Launch Vehicle Provider’s Approach To Flight Safety And Identify Any Short Falls That Introduce Risk. If Applicable, Recommend Areas For Tailoring To Reduce New/additional Qualification.
6.3requirements Recommendations
work With The Pn To Understand Their Objectives And Risk Tolerance For The National Space Assets. Based On That, And The Assessment Of The Launch Provider And Their Launch Solution, Recommend And Prioritize Requirements To Ensure The Launch Solution Will Meet The Pn’s Mission Objectives. It Is Recognized That This Is A Challenging Task As The Most Efficient Approach Is To Utilize The Standard Launch Vehicle That Is Offered, Using The Requirements Defined In A User’s Guide For Space Vehicles To Design To, And Making Changes Introduces Risks. Provide Your Recommended Approach, Such As Accept A Launch Provider’s Baseline System And Respond To Mission Unique Requirements As Needed, Or Other Solutions.
6.4safety Documentation
support The Development Of Safety Documentation That Meets The Pn’s And Launch Authority Requirements. This May Include Identify The U.s. Government / U.s. Space Force Test, Evaluation, And System Safety Documentation That Would Be Applicable To The Pn’s Activities. This May Also Include Recommending Tailored Approaches To Said Documents. If No Existing Documentation Exists In The U.s. Government For The Pn’s Specific Use Case (i.e. Launch Site Location, Launch Vehicle Operating Conditions), Provide A Recommendation Of The Documentation Required.
6.5launch Pad Sustainment Cost Analysis
provide An Assessment Of The Launch Site Sustainment Costs. Provide Recommendations Where Efficiencies May Be Achieved As Well As Identifying Any Items Missed To Support The Pn’s Funding Forecast. Based On The Pn’s Mission Concept, Assess Any Unique Capability Needed And The Associated Sustainment. Examples Might Be, But Not Limited To, Pad Spares, Redundant Capability, Automated Tools And Other Hardware/software.
6.6launch Readiness Verification Process
support The Development Of A Launch Readiness/certification Process (aligned To The Terminology Of The Pn) That Meets The Risk Acceptance Of The Pn. Recommend Applicable U.s. Space Force Launch Readiness Verification (lrv) Requirements And Procedures For Both Launch Vehicle And Spacecraft And Recommend Tailoring To The Pn’s Requirements.
6.7 Site Surveys
support On-site Surveys Of The Pn’s Launch Pad, Range, And Associated Facilities.
6.8requirement Definition Support
provide To The Pn General Technical Assistance And Support In Their Requirements Definition Generation For Their Pn National Space Missions.
6.9space Training
provide A Catalog Of Space Training Courses Available Through The U.s. Government Or Other Means For Pn To Participate In And Gain A Better Understanding Of Space Knowledge And Operations
6.10technical Interchange Meetings
support Technical Interchange Meetings, Planning Conferences, Review Meetings, And Other Relevant Meetings To Be Defined By The Pn. Pn Is Requesting 20 Meetings Per Year (4 In-person, Either In The U.s. Or In The Pn’s Territory, And 16 Virtual).
7. Requirements Mapping Study
develop A Requirements Matrix Or Other Traceability Tool That Enables The Ability To Verify And Validate Requirements.
Closing Date15 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products
United States
Details: Dla Land And Maritime Is Preparing To Solicit A One-time Buy For 262 Each And A 100% Option For A Possible Total Of 524 Each, Nsn 4810-013631952, Valve, Regulating, Fluid Pressure. The Approved Manufacturer And Part Number For This Nsn Is:
meggitt North Hollywood, Inc. (79318) P/n 320135
the Applicable North American Classification System (naics) Code Is 332911 With A Business Size Of 750 Employees.
dla Land And Maritime Does Not Possess Technical Data For This Nsn. Sources Interested In Becoming An Approved Source For This Nsn Must Submit The Appropriate Information As Outlined In Procurement Notes L04 – Offers For Part Numbered Items And M06 – Evaluation Of Offers For Part Numbered Items.
this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. No Solicitation Exists At This Time. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Re Capable Of Executing This Potential Contract.
the Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method.
sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Mandy Phipps-kuhlman Via Email At Mandy.phipps-kuhlman@dla.mil By Cob On Wednesday 02.05.2025.
valve, Regulating, Fluid Pressure.
rp001: Dla Packaging Requirements For Procurement
rq032: Export Control Of Technical Data
this Item Has Technical Data Some Or All Of Which Is Subject To
export-control Of Either The International Traffic In Arms Regulations
(itar) Or The Export Administration Regulations (ear), And Cannot Be
exported Without Prior Authorization From Either The Department Of State
or The Department Of Commerce. Export Includes Disclosure Of Technical
data To Foreign Persons And Nationals Whether Located In The United
states Or Abroad. This Requirement Applies Equally To Foreign National
employees And U.s. Companies And Their Foreign Subsidiaries. Dfars
252.225-7048 Is Applicable To This Data.
the Defense Logistics Agency (dla) Limits Distribution Of Export-control
technical Data To Dla Contractors That Have An Approved Us/canada Joint
certification Program (jcp) Certification, Have Completed The
introduction To Proper Handling Of Dod Export-controlled Technical Data
training And The Dla Export-controlled Technical Data Questionnaire
(both Are Available At The Web Address Given Below), And Have Been
approved By The Dla Controlling Authority To Access The
export-controlled Data. Instructions For Obtaining Access To The
export-controlled Data Can Be Found At:
https://www.dla.mil/logistics-operations/enhanced-validation/
to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed
for Use Are Required To Have An Approved Jcp Certification And Have
been Approved By The Dla Controlling Authority To Access
export-controlled Data Managed By Dla. Dla Will Not Delay Award In
order For An Offeror Or Its Supplier To Apply For And Receive Approval
by The Dla Controlling Authority To Access The Export-controlled Data.
ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The Dla Master List Of Technical And Quality Requirements Found On The Web At: Http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The
solicitation Issue Date Or The Award Date Controls. For Large
acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date
applies Unless A Solicitation Amendment Incorporates A Follow-on
revision, In Which Case The Amendment Date Controls.
rq002: Configuration Change Management - Engineering Change Proposal
request For Variance (deviation Or Waiver)
rq011: Removal Of Government Identification From Non-accepted Supplies
rq001: Tailored Higher Level Contract Quality Requirements
(manufacturers And Non-manufacturers)
if This Nsn Provides Contract Data Requirement Lists (cdrls) As Part Of
the Technical Data Package, The Line Items From This Solicitation Are
not To Be Separately Priced. Offerors Must Factor Into The End Item
unit Price All Costs Associated With The Preparation And Delivery Of The
data Deliverables In The Contract.
engineering Data Requirements
note: Military Specifications/standards Will Not Be Furnished In The Bid
set.
the Following Instructions Are Furnished For The Manufacture Of:
valve, Air Press Reg And Shutoff - Intermediate Press (f-16)
national Stock Number: 4810-01-363-1952wf
1. The Following Specifications/standards, Etc., Will Be Used In Lieu Of
the Data Indicated. The Superseded Data Will Not Be Furnished Unless So
indicated.
2. The Sources/materials If Listed On The Standards, Specifications And
drawings Are The Only Sources/materials For Those Items. Substitutions
shall Have Prior Approval By Oo-alc Cognizant Engineering Activity.
3. Deviations From Specifications Identified In Control Drawings Are Not
authorized Without Prior Approval By Oo-alc Engineering.
4. Mark And Identify Per Mil-std-130 In Lieu Of Fps-3008.
5. C7880 Face (identified By The 32 Roughness Average Value Surface
finish Callout) To Be Flat Within 0.005 After Welding. F Diameter Dimension Applies After Welding.
6. Item Unique Identification (iuid)
an Item Unique Identification (iuid) Is Required Per Mil-std-130m.
marking Of Part Must Not Adversely Affect Item Integrity Or Performance And Will Remain Human And Machine Readable Throughout The Usable Life Of This Item.
the Following Requirements Describe Iuid Characteristics:
marking Method: Direct Part Marking Via Laser Bonding Using, Thermark Or
cermark Process.
thermark Contact Info:
thermark, Corp.
106 S. Main St. Suite 607
butler, Pa 16001
(412) 269-2650
cermark Contact Info:
ferro Corp.
1000 Lakeside Ave.
cleveland, Oh 44114-7000
(216) 641-8580
marking Location: Iuid Shall Be Used For Part Marking And Shall Be Located In The Area Specified On The Drawing For Part Marking.
marking Content: Iuid Minimum Marking Content Shall Consist Of Current Part Number, Serial Number, And Manufacturer's Cage Code.
marking Format: Iuid Marking Information Shall Include Machine Readable Information (mri) And Human Readable Information (hri). Font And Size Of Information Will Be Determined By The Manufacturer, Ensuring All Required Content Is Included In Allowable Space Specified In "marking
location".
a Deviation/waiver Request Must Be Submitted By The Manufacturer And
approved By Engineering Prior To Any Deviation From The Above Requirements.
reminder: This Is A Critical Item And All Major And Minor Waiver/deviation Requests Must Be Forwarded To The Dscc Contracting Officer Who Will Coordinate The Review And Approval Through The Responsible Engineering Service Activity.
class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract. This Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For
approval Unless They Are Authorized By The Specification Requirements.
mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To, Or Come In Direct Contact With, Any Hardware Or Supplies Furnished Under This Contract. Exception: Functional Mercury Used In Batteries, Fluorescent Lights, Required Instruments; Sensors Or Controls; Weapon Systems; And Chemical Analysis Reagents Specified By Navsea.
portable Fluorescent Lamps And Portable Instruments Containing Mercury Shall Be Shock Proof And Contain A Second Boundary Of Containment Of The Mercury Or Mercury Compound. (iaw Navsea 5100-003d).
note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity.
critical Application Item
meggitt North Hollywood Inc 79318 P/n 320135
iaw Reference Drawing Nr 81755 16z001
revision Nr Ak Dtd 03/11/2009
part Piece Number:
iaw Reference Drawing Nr 81755 C7880
revision Nr H Dtd 03/11/2003
part Piece Number:
iaw Reference Drawing Nr 81755 16z001iss204
revision Nr Fz Dtd 12/21/2011
part Piece Number:
iaw Reference Std Nr Mil-std-130n(1) Not 1
revision Nr N Dtd 08/26/2019
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr Z Dtd 12/07/1999
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr R Dtd 12/07/1999
part Piece Number:
iaw Reference Drawing Nr 81755 16zy007
revision Nr D Dtd 03/23/1981
part Piece Number:
iaw Reference Drawing Nr 98747 16vy007002-5
revision Nr Dtd 09/21/2023
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr Z Dtd 09/11/1997
part Piece Number:
iaw Reference Qap 16236 Sqap013631952
revision Nr Dtd 09/13/2024
part Piece Number:
pkging Data - Mil-std-2073-1e
qup:001 Pres Mthd:31 Clng/dry:1 Presv Mat:00
wrap Mat:ea Cush/dunn Mat:na Cush/dunn Thkness:c
unit Cont:ed Opi:m
pack Code:u
marking Shall Be In Accordance With Mil-std-129.
special Marking Code:zz -zz Special Requirements
palletization Shall Be In Accordance With Rp001: Dla Packaging Requirements For Procurement
zz -additional Special Marking:
each Unit Package Will Be Marked With The Nsn, Contract Number, Lot Number, Contractor Cage Code, Manufacturer Cage Code, And Part Number.
hardness Critical Item (hci) Marking.
in Addition To The Markings As Specified By The Special Marking Code, The Following Also Applies:
reference; Mil-std 129r 5.10.22.
the Unit Packs, Intermediate, And Exterior Containers Housing Items Identified On The Parts List As "hci" Shall Be Marked With The Symbol "hci" By Either Stamping Or Stenciling. The Hci Symbol Shall Be Placed On The Identification Marked Side And On Either End Of A Rectangular Container And On Two Equally Spaced Areas On The Circumference Of Cyclindrical Containers. The Hci Lettering Shall Be Black In Color, And The Size Of The Lettering Shall Conform To The Requirements Of Mil-std-129r, Paragraph 4.2.8. On Forest-green Containers, The Hci Lettering Shall Be Either Yellow Or White In Color.
required: Per Mil-std-129, Serial Number Shall Be Marked On The Unit, Intermediate, And Shipping Containers.
serial Number Marking Required, The Packing List Shall Contain Serial Numbers Per Mil-std-129r, Paragraphs 5.4.1.1.1, 5.4.1.1.2, 5.4.1.2.1, And 5.4.1.2.2.
military Packaging Required.
ip056: Mercury Or Mercury Compounds Are Prohibited In Preservation,
packaging, Packing And Marking.
if Product First Article Testing (fat) Is Required And A Packaging Fat Is Included In The Special
packaging Instruction Or Drawing, The Packaging Fat Requirement Is Invoked. If There Is No Product Fat, No Packaging Fat Is Required.
Closing Date5 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: 30jan2025 -this Update Is Being Published For The Below Two Reasons:
1. Clin Re10me Has Been Removed From The Price Schedule; And The Description Of Clin Re11me Has Been Corrected To Read "1 Ea Of Re11me Equals 1 Drum." Row 282 Has Been Removed From The Spreadsheet To Delete Re10me. Consequently, Another Version Of Attachment 1, 'attachment 1 - Price Schedulev5.xlsx' Has Been Uploaded. 'attachment 1 - Price Schedulev4.xlsx' Has Been Removed. Offerors Must Complete V5 And Submit It With Their Volume I.
2. To Extend The Solicitation Deadline To 1800est On Monday, 03feb2025.
***
17jan2025 -this Update Is Being Published For The Below Three Reasons:
1. To Answer Two Bidder Questions.
q1: (1) Re: Volume Iii Small Business Participation Plan – If We Commit To Making A Genuine Good Faith Effort To Achieve All Of The Subcontracting Commitments Listed In Our Plan, But Choose To Label Them As “non-enforceable,” As Opposed To “enforceable,” Will This Negatively Impact How Our Proposal Is Evaluated? (2) If We Label Some Or All Of The Commitments As Enforceable, But Fail To Achieve The Set Targets, What Will The Consequences Be? Please Clarify.
a1: (1) A “non-enforceable” Subcontracting Commitment Will Not Negatively Impact How A Proposal Is Evaluated. However, An “enforceable” Subcontracting Commitment Will Positively Impact How A Proposal Is Evaluated. As Noted In Subparagraph 3 Of The Small Business Participation Evaluation Provision (see Attachment 7, P. 8), The Small Business Participation Plan Will Be Evaluated In Terms Of The Offeror’s Proposed Subcontracting Participation, The Extent Of Commitment To Use The Subcontractor(s) (enforceable Vs. Non-enforceable Commitments), And The Offeror’s Established Or Planned Procedures For Small Business Outreach And Utilization. Thus, It Would Be Reasonable To Expect That The Contracting Officer Would Rate Proposals Showing A Greater Commitment To Enforceable Subcontracting Participation More Highly Than Similar Commitments Or Goals That Were Not Considered Enforceable. (2) “enforceable” Subcontracting Commitments Will Become Part Of The Terms And Conditions Of The Contract; Therefore, A Breach Of The Terms Of The Contract May Impact Administration Of The Contract, Including The Documentation Of Performance In Cpars And Could Play A Role In Decisions Regarding Termination Or Option Exercise. Additionally, Firms That Are Not Small Businesses And Are Required To File A Subcontracting Plan Should Note The Requirement To Annually Document How They Performed Compared To Their Plan Via The Electronic Subcontract Reporting System (esrs). As Noted In The Small Business Subcontracting Plan Submittal Requirements (attachment 7, P. 5) The Government Will Document Performance Accordingly.
q2: Re: Volume Iii Small Business Participation Plan – Do Subcontractors Have To Be Registered In Sam.gov Or Be Certified By Any Particular Certifying Agency? Please Clarify The Eligibility Requirements, If Any.
a2: Short Answer, No, They Do Not Have To Be Registered. If You Have The Cage Of A Subcontractor, Please Identify It. However, If The Subcontractor Is Not Registered In Sam, The Procedures From Far 52.219-8(e)(1) May Be Used, Which Say "the Contractor May Accept A Subcontractor's Written Representations Of Its Size And Socioeconomic Status As A Small Business, Small Disadvantaged Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Or A Women-owned Small Business If The Subcontractor Represents That The Size And Socioeconomic Status Representations With Its Offer Are Current, Accurate, And Complete As Of The Date Of The Offer For The Subcontract."
2. To Upload The Final Version Of Attachment 1, 'attachment 1 - Price Schedulev4.xlsx'. 'attachment 1 - Price Schedulev3.xlsx' Has Been Removed To Reduce The Potential For Confusion. Offerors Must Complete V4 And Submit It With Their Volume I. For Your Awareness, Cells That Have Changed Since The Original Are Highlighted In Yellow, And The Following Three New Clins Were Added To The Schedule: "lp06c2", "lp07c4", And "1005sp, Defoaming Agent For Pumping Of Afff Rinsates. 1 Ea = (1) 5-gal Pail." See Section 2.4 A. Of The Updated Pws For More Details.
3. To Upload A Revised Version Of Attachment 2, 'attachment 2 - Pwsv2.pdf'. This Revised Version Has An Update In Section 2.4 A. For New Clin 1005sp Added To The Price Schedule.
***
10jan2025 -this Update Is Being Published For The Below Three Reasons:
1. To Answer Six Bidder Questions.
q1: The 12 Month Order History Shows Very Large Volumes Of Supplies Being Purchased Which Is Not Represented In The New Volumes. Are Supplies Now Being Purchased Under A Separate Contract And This Will Be Used As A Backup?
a1: No. This Is The Only Contract Being Used For Supplies.
q2: There Was A Very Large Volume Of Alkaline Batteries Shipped Last Year, Well Above The New 30-month Anticipated Volume. Was There An Event That Caused The Higher Volume?
a: No Event Is Known. A 30-month Ordering History (not 12-month) From The Current Contract Was Used For The Estimated Quantities On This New Contract.
q3: Volume I – In Addition To The Minimum Content Requested In Attachment 7, Page 2 (items A-h), Do You Also Want Information On Our Approach To Performing The Project Work?
a3: No Additional Information Is Wanted. Only The Information Requested Will Be Evaluated.
q4: Volume Iii – Small Business Participation Plan – Is The 5% Participation Goal For Small Disadvantaged Businesses A Required Subcontracting Obligation Or An Aspirational Target The Awarded Contractor Is Expected To Make A Good Faith Effort To Achieve?
a4: It Is A Goal; It Is Not A Required Subcontracting Obligation.
q5: Do You Want Us To Provide Fully Burdened Unit Rates For All Line Items To Include Overhead, Profit Margin, Fuel And Insurance Costs, Etc. (everything Except Taxes)?
a5: Yes, We Need The Fully Burdened Price. This Will Be A Firm-fixed-priced Contract, So The Only Prices Paid To The Contractor Will Be The Prices On The Price Schedule.
q6: Can You Also Provide The Solicitation/contract Number That This Service Was Provided Under?
a6: Sp450020r0003 And Sp450020d0011.
2. To Announce The Intent To Upload Another Version Of The Price Schedule. Sadly, A Few More Typos Need To Be Corrrected. Please Be Looking For That To Be Posted Early Next Week. In Addition, More Answers To Questions Received Will Be Posted With That Update.
3. To Extend The Solicitation Deadline To 1500est On Friday, 31jan2025. This Does Not Extend The Cut-off Date For The Receipt Of Offeror Questions, Which Was Fourteen Days Prior To The Original Proposal Due Date, Which Was 06jan2025. Any New Questions Received May Not Receive An Answer.
***
03jan2025 - This Update Is Being Published For The Below Two Reasons:
1. To Answer The Following Bidder Question: Who Is The Incumbent Contractor? Answer:industrial Waste Utilization, Inc., Montclair, Ca 91763.
2. To Upload Another Corrected Version Of Attachment 1, 'attachment 1 - Price Schedulev3.xlsx'. 'attachment 1 - Price Schedulev2.xlsx' Has Been Removed To Reduce The Potential For Confusion. Offerors Must Complete V3 And Submit It With Their Volume I. For Your Awareness, Cells That Have Changes Since The Original Are Highlighted In Yellow. Clins 1095-97sv Were On The Original Price Schedule Twice, So Their Duplicates Have Been Removed In V3. Additionally, Clin 1901sa Has Been Removed And Replaced With Clin 1905sa.
***
02jan2025 - This Update Is Being Published For The Below Two Reasons:
1. To Upload A 12-month Ordering History Report, 'ordering History 25r04.xlsx'. This Spreadsheet Has Two Tabs - One For Waste And One For Services.
2. To Upload A Corrected Version Of Attachment 1, 'attachment 1 - Price Schedulev2.xlsx'. ***now Removed, See Above.*** There Were Two Typos In The Original That Have Been Corrected As Follows:cell C246 Was Changed From Nr96c5 To Nr12c5 And Cell C151 Was Changed From Fl07c34 To Fl07c4.
***
special Note: There Is Only One Pdf Document Attached To This Opportunity. Sp450025r0004.pdf Has Nine Additional Attachments Embedded Within That One Document. If You Are Using A Web Browser, Mozilla Firefox May Show The Attachments Within The Web Browser, Chrome May Not Show The Attachments Within The Web Browser. If You Are Using An Adobe App, You May Need To Look For The Paperclip Looking Icon To View The Attachments.
***
combined Synopsis/solicitation Sp450025r0004 Has Been Prepared In Accordance With The Procedures In Far 12.603. The Scope Of Work Requires Services To Remove, Transport, Recycle, And Dispose Of Hazardous Waste Located In And Around San Diego, California. The Following Additional Information Is Provided In Accordance With Far 12.603(c)(2).
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) Solicitation Sp450025r0004 Is Issued As A Request For Proposal (rfp).
(iii) This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective November 12, 2024.
(iv) This Acquisition Is Being Issued As A Full And Open Procurement; The Associated Naics Code Is 562211; The Small Business Size Standard Is $47m.
(v) See Attachment 1 For The Price Schedule.
(vi) See Attachment 2 For The Performance Work Statement (pws) And A Description Of The Requirement.
(vii) The Contract Is Anticipated To Have A 30-month Base Period From March 2025 To September 2027 And A 30-month Option Period. See Attachment 3 For A List Of Pickup Locations.
(viii) The Provision At Far 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition. See Attachment 7 For Addenda To The Provision.
(ix) The Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Acquisition. See Attachment 7 For Addenda To The Provision.
(x) Offerors Are Advised To Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items, Alternate I, With Your Offer.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition.
(xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition. See Attachment 7 For 52.212-5 Clauses Applicable To This Acquisition.
(xiii) See Attachment 7 For Additional Clauses, Contract Terms And Conditions.
(xiv) The Defense Priorities And Allocations System (dpas) Is Not Applicable.
(xv) Proposalsaredueby1830 Eston January 20, 2025. Proposals Shall Be Emailed To Andrea.tichenor@dla.mil And Hazardouscontractswest@dla.mil.
(xvi) Offerors Must Submit All Questions Regarding This Solicitation In Writing Via Email To Andrea Tichenor At Andrea.tichenor@dla.mil. The Cut-off Date For The Receipt Of Offeror Questions Is 06jan2025. Questions Received After That Time May Not Receive An Answer.
*sp450025r0004 Attachments:
attachment 1 - Price Schedule
attachment 2 - Performance Work Statement (pws)
attachment 3 - Pickup Locations
attachment 4 - Ktr Work Surveillance Checklist Placement Or Removal Empty Rob Or Vac Box
attachment 5 - Ktr Work Surveillance Checklist Ics
attachment 6 - Dla Form 2505
attachment 7 - Addenda To Far 52.212-1 & 52.212-2, Additional Contract Terms & Conditions
attachment 8 - Past Performance Information (ppi) Questionnaire
attachment 9 - Provision Fill-ins
other Document Contained Within The Contract: Department Of Labor Wage Determination (1996-0223) Revision 63, Dated 07/22/2024, Https://sam.gov/wage-determination/1996-0223/63.
Closing Date3 Feb 2025
Tender AmountRefer Documents
Philippine Fiber Industry Development Authority Tender
Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding Project Identification No. Pb-011-2024-r The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For The “supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding” With Project Identification No. Pb-011-2024-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160,000.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500,000.00 Total Abc: Php2,660,000.00 The Philippine Fiber Industry Development Authority Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By And Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) 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). 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. Prospective Bidders May Obtain Further Information From Philfida And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents Can Be Accessed Online Starting December 26, 2024 (thursday) And The Hard Copy Can Be Purchased By Interested Bidders Starting January 3, 2025 (friday) From The Given Address And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500.00 Total Bid Doc Price: Php2,660.00 The Philfida Will Hold A Pre-bid Conference On January 7, 2025 (tuesday) At 9:30 A.m. Through Video Conferencing Via Microsoft Office 365 Teams Which Shall Be Open To Prospective Bidders. Bidder/s Should Submit A Valid Email Address One (1) Day Before The Pre-bid Conference. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Philfida’s Fiber Processing And Utilization Laboratory, Bai Compound, Visayas Ave., Diliman, Quezon City On Or Before January 21, 2025 (tuesday) At 9:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 21, 2025 (tuesday) At 9:30 A.m. At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City To Be Streamed Live Via Ms Office 365 Teams, The Link Of Which Is Available By Request. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders May Opt To Attend Virtually. The Bidders Shall Drop Three (3) Copies Of Their Duly Accomplished Eligibility Requirement, Technical And Financial Proposals In Two (2) Separate Sealed Envelopes In The Bid Box Located At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City. Interested Bidders Are Requested To Contact The Bac Secretariat At Cellular Phone Nos.: 09189402419 And 09274003482 Before Submitting The Bidding Documents. Technical Specifications: Lot 1 Supply And Delivery Of Branded And Brand New Laptop Computer Technical Specifications: 1. 2 Units 2. 14-inch Fhd+ / Ips-level Display (at Least 1920 X 1200 Resolution) 3. Monitor Panel Refresh Rate Of At Least 144hz With At Least 100% Srgb Color Coverage 4. At Least 14 Total Cores And 18 Total Threads (combination Of Performance And Efficient Cores), With At Least 3.3ghz Performance Clock Base Speed 5. At Least 6gb Of Gddr6 Dedicated Graphical Unit, With Raytracing Capability 6. At Least 16 Gb Ddr5 Ram 7. With At Least 512gb M.2 Ssd 8. With Webcam 9. With Backlit Keyboard 10. With At Least Wifi7 Technology 11. With At Least 1x Thunderbolt™ 4 (displayport™/ Power Delivery 3.1); 1x Type-c (usb3.2 Gen2 / Displayport™/ Power Delivery 3.0); 1x Type-a Usb3.2 Gen2; 1x Hdmi™ 2.1 (8k @ 60hz / 4k @ 120hz); 1x Rj45 12. With At Least Windows 11 Pro/home Os Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City Lot 2 Supply, Delivery, Installation And Orientation Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis Technical Specifications: Workstation I: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. Dual (2) Gpu Setup Connected Through 2-way Low Profile Bridges B. Each Gpu Should Have At Least 300w Max Power Consumption C. Each Gpu Should Have At Least 48 Gb Gddr6 D. With And Compatible With Pci Express Generation 4 X 16 Graphics Bus E. Vr/raytracing Compatible F. With At Least 4 Display Ports G. Ampere Architecture-based Gpu H. With At Least 10,700 Cuda Cores, And At Least 300 Tensor Cores For A.i Generation And Modelling 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Workstation Ii: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. With At Least 4 Gb Gddr6 Memory B. At Least 350 Cuda Cores C. With At Least Pci Express Gen 3 Bus D. Turing Gpu Architecture 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Peripherals, Software And Warranty: 1. Monitors: A. Two (2) Ips Panel Monitors With At Least 27 Inch Diagonal Size B. Full Hd (1920x1080) Resolution C. Height, Tilt, Swivel And Pivot Adjustable D. Supports Hdmi, Usb 3.2, Rj45 Connection 2. Keyboard And Mouse: A. 2 Pairs Of Qwerty Full Keyboard, And 2 Optical Mouse For The Workstations 3. Four (4) Support Laptops: A. With At Least 16 Cores, 22 Threads And 24 Mb Cache B. With A Turbo Clockspeed Of At Least 4.8 Ghz C. With A Dedicated Graphical Processing Unit With At Least 4gb Gddr6 Memory, Ray-tracing Compatible D. With At Least 32 Gb Ddr5 Memory, With Speed Of At Least 5600 Mt/s E. With At Least 2 Tb M.2 Nvme Ssd Storage F. At Least 15.6" Display Screen With Resolution Of At Least 1920x1080 Fhd G. With Built-in Microphone, Camera, Backlit Keyboard, Wifi 6/6e H. Inclusion Of Wireless Optical Mouse And Backpack I. With Windows 11 Pro (english) Operating System 4. Services And Warranty: A. At Least 3 Years Warranty Support For All Equipment B. At Least 3 Years On-site Services For Workstations C. At Least 1 Year On-site Services For Laptops D. At Least 1 Year Warranty On Laptop Batteries Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City
Closing Date21 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.4 K)
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Request For Quote. No Solicitation Number Has Been Assigned At This Time. Dla Troop Support Is Seeking To Identify Possible Sources Who Can Supplythe Below Item:
adapter, Amplifier
rc001: Documentation Requirements For Source Approval Request (sar)
rd002, Covered Defense Information Applies
ra001: This Document Incorporates Technical And/or Quality Requirements
(identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The
dla Master List Of Technical And Quality Requirements Found On The Web
at:
http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The
solicitation Issue Date Or The Award Date Controls. For Large
acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date
applies Unless A Solicitation Amendment Incorporates A Follow-on
revision, In Which Case The Amendment Date Controls.
rp001: Dla Packaging Requirements For Procurement
rq011: Removal Of Government Identification From Non-accepted Supplies
mil-std-130n(1) Dated 16 Nov 2012.
identification Marking Of U.s. Military Property
this Is A Source Controlled Item Which Must Be
manufactured And Tested In Accordance With The
cited Limited Rights Data. The Government Can-
not Provide The Data. Only Those Vendors Who
have Access To The Data Or Can Provide Trace-
ability To The Approved Sources Should Quote.
sar Package Is Required If Your Company Is
considering Source Approval.
sampling:
the Sampling Method Shall Be In Accordance With Mil-std-1916 Or Asq
h1331, Table 1 Or A Comparable Zero Based Sampling Plan Unless Otherwise
specified By The Contract. If The Applicable Drawing, Specification,
standard, Or Quality Assurance Provision (qap) Specifies Critical, Major
and/or Minor Attributes, They Shall Be Assigned Verificaiton Levels Of
vii, Iv And Ii Or Aqls Of 0.1, 1.0 And 4.0 Respectively. Unspecified
attributes Shall Be Considered As Major Unless Sampling Plans Are
specified In Applicable Documents. For Mil-std-1916, The Manufacturer
may Use The Attribute Or Variable Inspection Method At Their Option Or
per The Contract. Mil-std-105/asq Z1.4 May Be Used To Set Sample Lot
size, But Acceptance Would Be Zero Non-conformances In The Sample Lot
unless Otherwise Specified In The Contract.
rq001: Tailored Higher Level Contract Quality Requirements
(manufacturers And Non-manufacturers)
rq032: Export Control Of Technical Data
this Item Has Technical Data Some Or All Of Which Is Subject To
export-control Of Either The International Traffic In Arms Regulations
(itar) Or The Export Administration Regulations (ear), And Cannot Be
exported Without Prior Authorization From Either The Department Of State
or The Department Of Commerce. Export Includes Disclosure Of Technical
data To Foreign Persons And Nationals Whether Located In The United
states Or Abroad. This Requirement Applies Equally To Foreign National
employees And U.s. Companies And Their Foreign Subsidiaries. Dfars
252.225-7048 Is Applicable To This Data.
the Defense Logistics Agency (dla) Limits Distribution Of Export-control
technical Data To Dla Contractors That Have An Approved Us/canada Joint
certification Program (jcp) Certification, Have Completed The
introduction To Proper Handling Of Dod Export-controlled Technical Data
training And The Dla Export-controlled Technical Data Questionnaire
(both Are Available At The Web Address Given Below), And Have Been
approved By The Dla Controlling Authority To Access The
export-controlled Data. Instructions For Obtaining Access To The
export-controlled Data Can Be Found At:
https://www.dla.mil/logistics-operations/enhanced-validation/
to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed
for Use Are Required To Have An Approved Jcp Certification And Have
been Approved By The Dla Controlling Authority To Access
export-controlled Data Managed By Dla. Dla Will Not Delay Award In
order For An Offeror Or Its Supplier To Apply For And Receive Approval
by The Dla Controlling Authority To Access The Export-controlled Data.
rq009: Inspection And Acceptance At Origin
rq003: Configuration Change Management For Edgewood For Chemical,
biological Center Materials - Engineering Change Proposal Request For
variance (deviation Or Waiver)
this Material Will Be For Supplies Or Services Used To Facilitate
defense Against Or Recovery From Chemical, Biological, Radiological
or Nuclear (cbrn) Attack. Special Procurement Procedures Apply.
mercury Or Mercury Containing Compounds Shall
not Be Intentionally Added To<(>,<)> Or Come In Direct
contact With<(>,<)> Any Hardware Or Supplies Furnished
under This Contract. Exception: Functional Mercury
used In Batteries, Fluorescent Lights, Required
instruments; Sensors Or Controls; Weapon Systems;
and Chemical Analysis Reagents Specified By Navsea.
portable Fluorescent Lamps And Portable Instruments
containing Mercury Shall Be Shock Proof And Contain
a Second Boundary Of Containment Of The Mercury Or
mercury Compound. (iaw Navsea 5100-003d).
rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For
manufacturers And Non-manufacturers
class I Ozone Depleting Chemicals Are Not To Be
used Nor Incorporated In Any Items To Be
delivered Under This Contract.this Prohibition
supersedes All Specification Requirements But
does Not Alleviate Any Product Requirements.
substitute Chemicals Must Be Submitted For
approval Unless They Are Authorized By The
specification Requirements.
unless Otherwise Noted
first Article Testing Is Required
production Lot Test Report Must Be Approved By
dla Troop Support Prior To Contract Delivery.
note: The Cited Drawing Is A Source Controlled
drawing And As Of The Date Of This Solicitation
only The Source(s) Cited On The Drawing Have
been Approved. Even Though Sources And Approved
part Numbers Are Provided, The Items
furnished Must Meet The Requirements Of The
cited Drawing. Offerors Who Are Interested In
qualifying Their Product For Purpose Of Future
acquisition Must Contact The Cognizant Design
activity Specified On The Source Controlled
drawing.
also, May Include Additional Approved Sources
that Have Not Been Reflected On The Drawing At
this Time.
no Shelf Life Markings Are Required.
cage Code: 1lew5
avon Protection Systems, Inc.
503 8th Street
cadillac, Mi 49601-9282
contractor First Article/preproduction Approval Testing Required. Use
di-ndti-80809b In Preparation Of The First Article Report. Current
revision Of Mil-hdbk-831 May Also Be Used For Report Format Guidance.
first Article Testing Shall Be Conducted Iaw Applicable Drawings And
drawing Notes, Specification, Engineering Instructions And Specific
requirements Set Forth In The Contract. Additionally, 100% Dimensional
characteristics Check Shall Be Performed And Results Provided To The
contracting Officer. The First Article Offered Must Be Manufactured At
the Facilities In Which Production Quantities Are Procured Under The
contract. Contractor Shall Provide A Statement Along With Objective
evidence That Test And Production Items Meet The Material And Process
requirements Of The Contract. If Applicable, Dd Form 1423 Documentation
shall Be Provided As Required. Unless F.a.t Sample(s) Is Degraded Or
destroyed In Testing Or Submitted For Government Fit, Form, Function
verification (when Specified By Contract), The F.a.t. Samples(s) May Be
deliverable With The Last Production Run Of The Contract.
additional Wide Area Workkflow (wawf) Instructions For Contractor First
article Test Clin: The Contractor Shall Code The Receiving Report For
contractor First Article Test Clin In Wawf As Follows:
a. Inspection At Origin (source)- Enter The Dcma Dodaac Listed On Page 1
of The Contract.
b. Acceptance At Destination- Enter The Issue By Office Dodaac Listed
c. Ship To Code - Enter The Issue By Office Dodaac Listed On Page 1 Of
the Contract.
top Drawing Is Source Controlled. Buyers Must (i) List Military And
vendor Part Number(s) In The Solicitation, And (ii)
incorporate Attached Drawings Into The Contract. Source(s) Must Conform
other Lot Numbering Applies
the Contractor Shall Provide Standardized Lot Numbers On All Amplifiers,
identifying The Production Run During Which The Units Wereproduced. A
copy Of The Records From The Production Runs Shall Be Maintained By The
contractor For Government Review, As Requested,for A Minimum Time Period
of Two Years.
to The Drawing Requirements. (cs120)
lot Numberingthe Contractor Shall Provide Standardized Lot Numbers On
all Amplifier Adapters, Identifying The Production Run During Which The
units Were Produced. A Copy Of The Records From The Production Runs
shall Be Maintained By The Contractor For Government Review As Requ
ested, For A Minimum Time Period Of Two Years.
government Furnished Property (gfp)
there Is No Gfp On This Contract.
section C - Engineering Exceptions
the Following Engineering Exceptions Shall Apply To This Procurement:
ansi Mh1, If Required, Can Be Obtained On The Material Handlers
institute Of America's Website, Www.mhi.org, Referenced Simply
as Mh1. The Standard Is Available At No Cost, But Free Registration On
the Site Is Required To Obtain The Document.
source Control / Vendor Item Verification:
drawing No. Date Vendor Part No. Verified
attached Documentation Yes Not Applicable
certification
this Is An Identified Chemical Biological Defense Equipment Item.
all Packaged Items Of Supply Shall Be Marked Iaw Mil-std-129.
military Packaging Is Required. Requirements Defining Levels Of
packaging Shall Be Iaw Mil-std-2073-1. If Special Packaging
instructions (spi) Are Provided In The Technical Data Package (tdp), The
spi’s Requirements Will Take Precedence Over Mil-std-2073-1 Where
applicable.
for All Chemical Biological Items, The First Article Test (fat) Waiver
timeframe Is Reduced To One (1) Year. The Use Of The Army Combat
capabilities Development Command Chemical Biological Center Devcom Cbc
form 081 Is Required For All First Article Test Waivers, (note: Do Not
use A Dd Form 1694 “request For Variance (or Waiver)” For A Fat Waiver).
include Rq038 In The Material Master For All Chemical Biological Items.
this Supersedes The Three (3) Year Waiver Time Frame Allowed In
procurement Note H03- Supplemental First Article Testing Requirements.
critical Application Item
avon Protection Systems Incorporated 1lew5 P/n 71009/6
iaw Basic Drawing Nr 81361 5-1-4337
revision Nr Dtd 01/15/2019
part Piece Number:
iaw Reference Drawing Nr 81361 5-1-4337
revision Nr Dtd 03/12/2024
part Piece Number:
iaw Reference Qap 81361 5-1-4337
revision Nr A Dtd 01/25/2019
part Piece Number:
iaw Reference Drawing Nr 81361 5-1-4337
revision Nr A Dtd 06/03/2020
part Piece Number:
iaw Reference Qap 14153 Sqap-fat3
revision Nr Dtd 06/15/2022
part Piece Number:
iaw Reference Qap 14153 Sqap-015430981
revision Nr Dtd 10/25/2022
part Piece Number:
iaw Reference Qap 14153 Sqap-015430981
revision Nr Dtd 04/01/2024
part Piece Number:
iaw Reference Qap 14153 Sqap-015430981
revision Nr Dtd 06/20/2024
part Piece Number:
pkging Data - Mil-std-2073-1e
qup:001 Pres Mthd:zz Clng/dry:z Presv Mat:zz
wrap Mat:zz Cush/dunn Mat:zz Cush/dunn Thkness:z
unit Cont:zz Opi:a
intrmdte Cont:d3 Intrmdte Cont Qty:aaa
pack Code:u
marking Shall Be In Accordance With Mil-std-129.
special Marking Code:00 -00 No Special Marking
palletization Shall Be In Accordance With Rp001: Dla Packaging
requirements For Procurement
ip025: Packaging, Marking, And Shipping Of Hazardous Materials
supplemental Instructions:
-place A Red X And The Words #short Box# On The Front Of Any Box That
has A Short Quantity, Then Place That Box/boxes With The Markings
showing On The Top Front Of The Pallet Load.
Closing Date15 Feb 2025
Tender AmountRefer Documents
The City Government Of Baguio Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Materials For Smart City Command Center 15,500,000.00 22 Unit 16 Port Poe Switch - 16 Port Poe Switch - Cpu Core Count 1 Cpu Nominal Frequency 800 Mhz Size Of Ram 256 Mb Storage Size 16 Mb Storage Type Flash Mtbf Approximately 200'000 Hours At 25c Cooling Type Passive Poe-out Ports Ether1-ether16 Poe Out 802.3af/at Max Out Per Port Output (input 18-30 V) 1.1 A Max Out Per Port Output (input 30-57 V) 0.6 A Max Total Out (a) 2.8a (18v-30v) & 1.4a (48v-57v) X2 10/100/1000 Ethernet Ports 16 Number Of 1g Ethernet Ports With Poe-out 16 Sfp+ Ports 2 Certification Ce, Eac, Rohs Ip Ip54 Warranty :1 Year 88 Unit Adjustable Stainless Steel Strapping Band - Adjustable Stainless Steel Strapping Band - Material: Stainless Steel 304 Width: 1/2 Inch Thickness: 0.5 Mm Length: 30 Meters 44 Unit Cable Loop Holder - Cable Loop Holder - Galvanized Steel Pole Mountable 4 Branches At Least 400mmx400mm 1 Box Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable 40 Unit Cctv Channel License - Cctv Channel License - Single Anpr Camera Connection For Use With Central Software Warranty :perpetual Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Unit Cctv Lpr Camera - Cctv Lpr Camera - Camera Image Sensor 1/1.8″ Progressive Scan Cmos Max. Resolution 2688 × 1520 Min. Illumination Color: 0.001 Lux @ (f1.2, Agc On) Shutter Time 1/25 S To 1/100,000 S Day & Night Ir Cut Filter Lens Focal Length & Fov 2.8-12 Mm: Horizontal: 113.5° To 39°, Vertical: 58.4° To 22.7°, Diagonal: 141.3° To 44.3° Aperture 2.8-12 Mm: F1.38, 8-32 Mm: F1.7, 10-50 Mm: F1.7 Illuminator Built-in Supplement Light Type Ir Light Built-in Supplement Light Range Up To 40 M Ir Wavelength 850 Nm Video Main Stream 50 Hz: 25 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Sub-stream 50 Hz: 25 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Video Compression H.264 And H.265 Encoding Main Stream: H.265/h.264/mjpeg Sub-stream: H.265/h.264/mjpeg Video Bit Rate 32 Kbps To 16 Mbps Protocols Tcp/ip,icmp,http,https,ftp,sftp,dhcp,dns,ddns,rtp,rtsp,rtcp,ntp,smtp,snmp,igmp,qos,ipv4/ipv6,udp,ssl/tls,isup,arp,802.1x Simultaneous Live View Up To 6 Channels Road Traffic And Vehicle Detection Coverage Up To 3 Lane(s) Smart Function Traffic Flow Detection:average Speed, Traffic Flow, Queuing Length, And Traffic Status Incident Detection: Congestion, Stopped Vehicle, Lane Change, Wrong-way Driving, Speeding, Low-speed Driving Capture Speed Range 5 To 120 Km/h Blocklist And Allowlist Max. 50000 Records Warranty :2 Years Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 5 Unit Cctv Nvr - Cctv Nvr - Supports Redundant Power Supply To Improve The System Stability Supports Hdd Hot Swap With Raid0, Raid1, Raid5, Raid 6, And Raid10 Storage Scheme Configurable. Either Normal Or Hot Spare Working Mode Is Configurable To Constitute An N+1 Hot Spare System. Supports Some Specialist Cameras, Including People Counting Camera/anpr (automatic Number Plate Recognition) Camera/fisheye Camera Supports Video Analytic Functions Such As Vehicle Detection, License Plate Recognition --video & Audio Input -ip Video Input 128-ch -incoming/outgoing Bandwidth 576 Mbps/512 Mbps -incoming/outgoing Bandwidth (raid Mode) 576 Mbps/512 Mbps -tls Outgoing Bandwidth 128 Mbps, Or 64 Mbps (when Raid Is Enabled) --video & Audio Output -protocol Hikvision, Acti, Arecont, Axis, Bosch, Brickcom, Canon, Hunt, Onvif (version 2.5), Panasonic, Pelco, Rtsp, Samsung, Sony, Vivotek, Zavio --video & Audio Output -hdmi Output Two Independent Hdmi Outputs Of 4k Resolution. Resolution: 4k (4096 × 2160), 4k (3840 × 2160)/30hz, 2k (2560 × 1440)/60hz, 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz -vga Output 1-ch. Resolution: 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz --video & Audio Decoding -decoding Format H.265, H.265+, H.264, H.264+, Mpeg4, Mjpeg (for Hikvision Ip Camera Only) -video Resolution 32 Mp/24 Mp/12 Mp/8 Mp/7 Mp/6 Mp/5 Mp/4 Mp/3 Mp/1080p/uxga/720p/vga/4cif/dcif/2cif/cif/qcif *: 32 Mp And 24 Mp Is Only Available For Channel 1 To 4 When Ultra Hd Resolution Mode Is Enabled -synchronous Playback Up To 16 Channels -capability 1-ch@32 Mp (8160 × 3616, 30 Fps)/5-ch@8 Mp(30 Fps)/10-ch@4 Mp(30fps)/20-ch@1080p(30 Fps)/40-ch@720p(30 Fps) *: The Length Or Width Of Camera Resolution (each Track) Cannot Exceed 4096 Pixels --hdd -interface 16 Sata Interfaces Supporting Hot-plug -capacity Up To 10 Tb For Each Hdd -storage Extension 1 × Esata Interface, 2 × Mini Sas Interface (optional) --raid Raid Type Raid0, Raid1, Raid5, Raid 6, And Raid10 --network Management -protocol Ipv6, Https, Upnp, Snmp, Ntp, Sadp, Smtp, Nfs, Iscsi, Pppoe, Ddns Network Interface 4, Rj45 10m/100m/1000m Self-adaptive Ethernet Interface --external Interface -usb Interface Front Panel: 2 × Usb 2.0; Rear Panel: 2 × Usb 3.0 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) -alarm Input/output 16/8 --general -power Supply 100 To 240 Vac, 50 To 60hz, 5 A -fan Redundant Dual Ball Bearing Fan; Speed Adjustable -consumption (without Hdd) ≤ 140w -warranty :2 Years 1. Responsibility Of The Supplier 1.1 Supply And Delivery Of Ict Equipment 1.2 Inventory Of The Items Deliverd With The Following Details 1.2.1 Brand 1.2.2 Model 1.2.3 Serial Number 1.2.4 Quantity 1.3 The Bidder Must Ensure That All Components Delivered Will Be Brand New 1.4 All Equipment Provided Must Be Compatible And Working With The Cctv System As A Whole 1.5 Materials And Equipment Delivery Within 90 Days 1.6 Cctv Contractor Should Have Manufacture Authorization And Certification. 1.7 Contractor Must Have A Valid Iso 9001:2015 Certificate 1.8 All Equipment Provided Must Be Capable/compatible To Interconnect With The Existing Systems Located At The Smart City Command Center (sc3) To Be Viewable And Configurable In The Sc3. 80 Unit Cctv Nvr Surveillance Hard Drive - Designed And Built To Handle Heavy Surveillance Workloads Advanced Vibration Management Capacity 10tb Interface Sata 6 Gb/s Max. Sustained Transfer Rate Od (mb/s) 250mb/s Cache (mb) 256 Tarnish Resistant Yes Mtbf 1,500,000 Hr Warranty :2 Years 15 Set Command Center Desktop Computer - Minimum Specifications: Operating System: Microsoft Windows 11 Pro 64bit Processor: Intel Core I5 14600k Turbo Frequency 5.3ghz 14 Cores/20 Threads, 24mb Cache, Socket Lga1700 Cpu Air Cooler: Twin Tower Cpu Air Cooler, With 6x6mm Sintered Copper Heatpipes, With 2x140mm Fans Motherboard: B760 Chipset, Lga1700 Socket, Ddr5 4xdimm Matx Form Factor Ram: Ddr5 5600mhz, 32gb (dual 2x16gb) Memory Modules Gpu: Rtx 4070, 12gb Gddr6/gddr6x Ssd: 512gb Capacity R/w 560/520 Mb/s 3d Tlc Ssd 2.5 Inch Form Factor Hdd: Capacity 2tb, 7200 Rpm, 256mb Cache, 3.5 Inch Form Factor Power Supply: 1000 Watts, 80 Plus Gold Certified, Fully Modular, With 120mm Smart Hydraulic Bearing (hyb) Fan, With Active Pfc, Mtbf: >100,000 Hours Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Case: Tempered Glass Mid Tower Atx Case With At Least 3 Fans Monitor: 2 Units, 24 Inches, Resolution: Fhd 1920 X1080, Aspect Ratio:16:9, Brightness: 250cd, Color Gamut Ntsc 72%, Refresh Rate: 100hz, Response Time: 5ms(gtg), Connectivity: 1x Hdmi 1x Displayport Keyboard: Usb Connectivity, With Backlight, Rubber Dome, Usb Connectivity, Multi-key Anti-ghosting, Polling Rate: 1000hz, Cable Type: Attached, Braided, Cable Length: 5.9ft Mouse: Usb Connectivity, Optical Sensor, Mouse Button Durability: 30m L/r Click, Cable: 1.8m Tangle Free Rubber, Dpi: 12,400 Dpi Ups: Max Configurable Power (watts) 650 Watts / 1.2kva, At Least 3 Universal Socket Warranty :2 Years 2 Unit Command Center Field Laptop - Command Center Field Laptop - Intel Core I7-13700hx Processor (30 Mb Smart Cache, 2.1 Ghz Performance-core With Turbo Boost Max Technology 3.0 Up To 5.0 Ghz, Overclock Capable) 1x 16gb Of Ddr5 4800mhz System Memory, Upgradable To 32 Gb Using Two Sodimm Modules 2x 512gb Nvme Ssd; Total Of 1tb 16 Display With Ips (in-plane Switching) Technology, Wqxga 2560 X 1600, High-brightness (500 Nits) Nvidia® Geforce Rtx 4060 With 8 Gb Of Dedicated Vram Warranty :2 Years 2 Unit Command Center Printer - Command Center Printer - A3 Wi-fi Duplex All-in-one Ink Tank Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Printer Type: Print, Scan, Copy, Fax With Adf Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm *2 Warranty :1 Year Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Unit Command Center Video Wall Controller - Command Center Video Wall Controller - Interface Alarm In Alarm Out 8-ch Alarm Out 8-ch Alarm In Serial Interface Rs-232 (rj45) × 1, Rs-485 × 1 Usb Interface Usb 2.0 × 2 Network Interface Rj45 × 2, 10 M/100 M/1000 Mbps Self-adaptive Ethernet Interface Optic Interface × 2 100 Base-fx/1000 Base-x Supports Optoelectronic Self-adaptation Video Walls 1 Video Wall Size <= 8 Layers Per Screen 1080p × 3 Or 4k × 1.5 Layers Layers Per Screen × Output Interface(s) Split Window Yes Scene Auto-switch Delay 3s Auto-switching Plans Support 256 Auto-switching Plans Max. Input Resolution 4k Audio Encoding Format G722.1, G711u, G711a, Aac-lc Video Output Interface Type Hdmi 1.4 Video Output Interface(s) 8 Video Decoding Resolution Up To 32 Mp Warranty:2 Years 8 Unit Command Center Video Wall Display - Command Center Video Wall Display - Display Panel Diagonal Size Class 55 Measured 54.6 Resolution 3,840 X 2,160 (16:9) Brightness (typ.) 700 Nit Orientation Landscape/portrait Haze 25% Contrast Ratio (typ.) 4,000:1 Type Va Active Display Area 1,209.6 (h) X 680.4 (v) Pixel Pitch (mm) 0.315 X 0.315 Color Gamut Ntsc 72% Operation Hour 24/7 Connectivity / Sound Input Video Dp 1.2 (1), Hdmi 2.0 (3) Audio N/a Usb Usb 2.0 X 2 Tuner N/a Output Audio Stereo Mini Jack Wifi / Bt O/o External Control Rs232c (in/out), Rj45 Speaker 10w 2ch Mechanical Spec Dimension (mm / In.) With Heavy Duty Full Motion Tv Wall Mount Warranty :3 Year 44 Unit Din Rail Mount - Din Rail Mount - 35mm At Least 7.5mm Depth Aluminum 22 Unit Electrical Box Enclosure - Electrical Box Enclosure - Electricalbox Panel Box Metal Enclosure(ip66, Nema 4 & 12) 300x250x150 Mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Molded Case Circuit Breaker Mccb30a 220v 2 Pole Din Rail Mount Type X1 Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Rail Mount Type X1 Grounding Bus Bar With Insulator X1 Din Rail Mount Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 6 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Roll Fiber Optic Connectivity - Fiber Optic Connectivity - Fiber Optic Connectivity 2.0 Kms 4 Core Fiber Optic Cable Maintenance Of Outside And Inside Plant Equipment To Smart City Command Center For 1 Year 1 Unit Fiber Optic Fusion Equipment - Fiber Optic Fusion Equipment - Fiber Alignment Core/cladding Motor Number 6 Motors Splicing Time 5s Heating Mode 15s, Can Be Customized According To The External Environment Fiber Type Single-mode Fiber (smf/g.652), Bif/g.657); Suitable For Single Mode, Multi-mode, Bare Fiber, Tail Fiber, Drop Cable, Jumper, Invisible Fiber Fusion; The Cladding Diameter 80-150μm Splicing Loss 0.02db(sm)、0.01db(mm)0.04db(ds/nzds) Splicing Mode Automatic Focusing Core Alignment, Conventional/high Precision Welding Splicing Way Automatic, Semi-automatic Opm Wavelength: 850nm、1300nm、1310nm、1490nm、1550nm、1625nm、980nm、1270nm、1577nm、1650nm/measurement Range: -50+26dbm Absolute Error: <0.3db (-50dbm ~+3dbm Range) Battery Capacity 7800mah Large Capacity Lithium Battery Charging Time ≤3.5; It Can Continuously Weld And Heat About 260 Cores Magnification 320x (x Or Y Axis Single Display) 200x (x And Y Axis Dual Display) Fiber Diameter Coating Diameter: 80-150μm/coating Diameter: 100-1000μm Cutting Length Coating Layer 250μm Below: 8-16mm/coating Layer 250-1000μm: 16mm Heat Shrink Tube 60mm、50mm、40mm、25mm Tensile Testing Standard 2n Display 5 Inch Tft Color Display Screen Return Loss Better Than 60 Db Product Protection Waterproof, Dustproof And Fall Proof Warranty :1 Year 44 Unit Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upcto Lc/upc3 Meter 44 Unit Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upcto Sc/upc3 Meter 45 Unit Gigabit Rj-45 Surge Protector Arrester - Gigabit Rj-45 Surge Protector Arrester - Protects Your Ethernet Device From The Damage Of Lightning & Surge Gigabit 10/100/1000 Specification: Connectors: Rj-45 Material: Shielded Aluminum Alloy 44 Unit Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulatorat Least 8 Way At Least 8x12mm² 2 Roll Grounding Cable Pure Copper Wire - Grounding Cable 4mm Pure Copper Wire Round Solid 100m Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 7 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Grounding Rod And Clamp Copper Plated - Grounding Rod And Clamp Copper Plated - "grounding Rod Full Set - (1pc Grounding Rod + 1 Pc Grounding Clamp) Size: Approximately 50cm Length X 0.9cm Diameter" 22 Unit Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang 15 Amperes Capacity/ Maximum 3,750watts 1 Lot Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of All Outside Plant Project Equipment In Outside Project Sites Outside Of The Smart City Command Center 1 Lot Installation, System Integrations And Configuration Of All Inside Plant Project Equipment - Installation, System Integrations And Configuration Of All Inside Plant Project Equipment In The Smart City Command Center Such As The Hikcentral Camera License, Integration To Existing Hikcentral Software And Integration Of Existing Cctv Cameras Into New Nvr 22 Unit Iot Box Panelbox Metal Enclosure (ip66,nema4 & 12) 500x300x200mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Heavy Duty Surface Type Extension Outlet 4 Gang Terminal Block Distribution 2 Input 4 Output Push-in Type 40 Unit Lpr Camera Arm Mount - Gi Pipe Extension Arm 1.5-3 Meters 40 Unit Lpr Camera Memory Card - Product Capacity Covering 128g The Storage Mediumis Tlc Particles Long Reading And Writing Times, Which Can Meet More Than 1000 Cycles Optimized For Long Time On-board Video Recording, Offering More Stable Reading And Writing Experience Operating Voltage 2.7v~3.6v Compatibility Sd 6.1 Working Life 1,000 Cycles Storage Medium Tlc Speed Class Write/read Speed 64gb:up To 35/100mb/s 128gb:up To 70/100mb/s256gb:up To 90/100mb/s Durability 10,000 Insertion/removal Cycles Uhs-i Sdr104 Type Sdxc 40 Unit Lpr Camera Vertical Pole Mount - Vertical Pole Mounting Bracket Installed On The Cross Bar Galvanized Steel Sheet And Steel Material With Surface Spray Treatment Can Be Used For New Bullet Camera Outdoor Greycolo Must Be Compatible With Cctv Camera 22 Roll Metal Flexible Conduit 1 Inch - Metal Flexible Conduit 1 Inch 30 Meters Per Roll 44 Unit Molded Case Circuit Breaker Mccb 30a - Molded Case Circuit Breaker Mccb 30a 220v 2 Pole Din Rail Mount Type 22 Unit Molded Case Circuit Breaker Mccb 63a - Molded Case Circuit Breaker Mccb 63a 220v 2 Pole Din Rail Mount Type 22 Unit Poe Switch Power Supply - Power Supply 48v 2a 96w With Us Plug Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 8 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Residual Current Circuit Breaker 63a 220v - Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Railmount Type 44 Unit Sfp+ Module Lc Connector Type - Gigabit Single-mode Wdm Bi-directional Sfp Module Spec: Lc Connector, Tx:1550nm/rx:1310nm, Single-mode, 20 Km 7 Roll Solidwire Awg#12 - Solidwire Awg#12 75m Per Roll Use For Termination Inside Iot Box 7 Roll Solidwire Awg#16 - Solid Wire Awg#16 75m Per Roll Use For Termination Inside Iot Box 66 Unit Terminal Block Distribution 2 Input 4 Output - Terminal Block Distribution 2 Input 4 Output Push-in Type This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business For Use Of Cmo Mitd Under Pr No. 1 Please Refer To Attached Terms Of Reference In The Associated Components Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature
Closing Date10 Jan 2025
Tender AmountPHP 15.5 Million (USD 267 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-04 (122) Supply And Delivery Of Various Medical Supplies For Hemodialysis Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 3,044,116.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Three Million Forty Four Thousand One Hundred Sixteen Pesos Only ( Php 3,044,116.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Supplies For Hemodialysis Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Disposable Ear Curette Angel Round Tip; 4mm Tip; White Non-sterile; Single Use Only 1 Box 500.00 500.00 2 Gastrostomy Tube Fr. 18;color:red ;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 5 Pcs 6,000.00 30,000.00 3 Gastrostomy Tube Fr. 20, ;color Yellow;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 5 Pcs 6,000.00 30,000.00 4 Gastrostomy Tube Fr. 22,;color Violet ;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 5 Pcs 6,002.00 30,010.00 5 Gastrostomy Tube Fr. 24, ;color Blue;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 3 Pcs 6,002.00 18,006.00 6 Hot Water Bag, Can Contain Volume From 600 To 900 Ml Hot Water, Made From Natural Rubber, 100% Leak Proof, Rectangular In Shape, Resistant To Boiling Water, Odourless, Recyclable 200 Pcs 60.00 12,000.00 7 Hot Water Bag, Can Contain, Volume Of 350 To 500 Ml Hot Water, Made From Natural Rubber, 100%, Leak Proof, Rectangular In Shape, Resistant To Boiling Water, Odourless, Recyclable 100 Pcs 84.00 8,400.00 8 Ice Cap, Made Of Thermoplastic Polyurethane And Polyester Interlock, 6 Inches 210 Pcs 120.00 25,200.00 9 Gauze Os3x3 Mesh 24x20 8 Ply 100 Pcs Per Pack 500 Packs 100.00 50,000.00 10 Central Venous Catheter Set For Pediatrics And Neonate,fr. 4 X 3 Inches (8cm) (with Seldinger Needle(s) Size Diameter 0.8x 38mm; With Kink Proof Guidewire Guide Wire: Diameter 0 .46mm/0.018 Inches L- 50 Cm ;with Flexible J-tip (r-2 Mm And Straight Tip; With Dilator: 0.08x 1.7mm L = 4.6cm ;catheter Diameter 1.4mm /4f ,l= 80mm ; Single Lumen Catheter G 22 ;soft Adhesivev Catheter Fication;infusion Extension Line; 3 Way Stopcock;,with Sterile Blade;sterile By Ethylene Oxide 10 Set 6,000.00 60,000.00 11 Central Venous Catheter Set For Pediatrics And Neonate, Fr.7 X 12 Inches (30cm) (with Seldinger Needle(s) Size Diameter 1.3.x 70mm 18 G X 2 3/4 ; With Kink Proof Guide Wire: Diameter 0 .46mm/0.018 Inches L- 70 Cm ;with Flexible J-tip (r-3 Mm And Straight Tip; With Dilator: 1.0 X 2.7mm , L = 9.6cm ;catheter Diameter 2.4mm /7 F ,l= 30mm ;soft Adhesivev Catheter Fication;infusion Extension Line; 3 Way Stopcock;,with Sterile Blade;sterile By Ethylene Oxide 10 Set 6,000.00 60,000.00 12 Central Venous Catheter Set For Pediatrics And Neonate, Fr.5 X 8 Inches (20cm) (with Seldinger Needle(s) Size Diameter 1.3.x 70mm 21 G X 1.5 Inches ; With Kink Proof Guide Wire: Diameter 0 .46mm/0.018 Inches L- 50 Cm ;with Flexible J-tip (r-2 Mm And Straight Tip; With Dilator: 0.7 X 2.0 Mm , L = 5.4cm ;catheter Diameter 1.7mm /5 F ,l= 20mm ;soft Adhesive Catheter Fication;infusion Extension Line; 3 Way Stopcock;,with Sterile Blade;sterile By Ethylene Oxide 10 Set 6,000.00 60,000.00 13 Disposable Abdominal Drainage Catheter Set With Safety String Lock Size F 8 X 30cm ;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 5 Set 9,000.00 45,000.00 14 Disposable Abdominal Drainage Catheter Set With Safety String Lock Size F 10 X 30cm ;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 10 Set 9,000.00 90,000.00 15 Disposable Abdominal Drainage Catheter Set With Safety String Lock Size F 12 30cm ;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 5 Set 9,000.00 45,000.00 16 Drainage Catheter With Safety String Lock Size F 16 X 30 Cm;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 10 Set 9,000.00 90,000.00 17 Facemask N95 Filtering Facepiece Respirator, Small, Adjustable Aluminum Nose Clip, Straps Made With Thermoplastic Elastomer Material, Polyurethane Nose Foam, Ultrasonically Welded Headbands, >95% Filtration Efficiency, Niosh Certified 20 Pcs Per Box 2,000 Box 590.00 1,180,000.00 18 Facemask N95 Filtering Facepiece Respirator, Medium, Adjustable Aluminum Nose Clip, Straps Made With Thermoplastic Elastomer Material, Polyurethane Nose Foam, Ultrasonically Welded Headbands, >95% Filtration Efficiency, Niosh Certified 20 Pcs Per Box 2,000 Box 590.00 1,180,000.00 19 Intraosseous (bone) Needle Catheter Insertion Set: With Power Driver Machine- Battery Operated; Set Is Comprised Of Catheter With Luer Lock Connection,stylet,safety Cap, With 1 Pc 15mm Guage Needle ;1pc 25mm Gauge Needle,1pc 45mm Gauge Needle Length; Sterile Non Pyrogenic, In Protective Packaging 5 Set 6,000.00 30,000.00 Grand Total ₱ 3,044,116.00 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To February 04, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 14, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89016653921?pwd=p2uyy3t3lbtgtssmpsjdw7l6wh6eol.1 Meeting Id: 890 1665 3921 Passcode: 349125 Deadline Of Submission Of Bids February 04, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 04, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89845169623?pwd=o6ykev9rxq6u7f09vkuc1dqezvdc16.1 Meeting Id: 898 4516 9623 Passcode: 454863 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1tvdzjklxdxmaxod5sbgse2vvr54_fksc?usp=sharing Bidding Documents Php 5,000.00 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. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 04, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 04, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 3 Million (USD 52 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
United States
Details: Page 3 Of 3
this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 532490 - Other Commercial And Industrial Machinery And Equipment Rental And Leasing Psc R604
support- Administrative: Mailing/distribution Naic Size Standard Of $40m For The Martinsburg Vamc.
responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Sam, Or Gsa Ebuy.
requested Information
if You Are Interested And Capable, And Can Provide The Required Service, Please Provide The Requested Information For Questions 1-9 As Indicated Below:
responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Info Listed In 1-9 Place Of Manufacturer, And Sam Uei Number:
is Mail Meter Solution Open Market Or Gsa Pricing?
provide Vendor S Business Size Status And Representations For Naic 532490 And
psc Code R604?
does Vendor Have Capability, Product, And Interest For Mail Meter Rental Sow Below? Yes/no
is Vendor Authorized By Usps To Lease Meter? Y/n
is The Vendor S Mail Meter Solution Fedramp Approved? Y/n
is The Vendor S Mail Meter Solution Va Trm Approved? Y/n
is The Vendor S Mail Meter Solution Va Saas Approved? Y/n
provide Specification Sheet, Model Number, Manufacturer Name, Fedramp, Va Trm, Va Saas, Usps Lessor Authorization, Product Brochure Of Mail Meter That Meets Requirement Below.
sow
general Information
the Digital Mail Metering System Provided For Use At Martinsburg Vamc Must Process At Least 160 Letters Per Minute (lpm), Handle Mail Up To 8 Inch Thick, With A 70 Lb. Dynamic Weight Scale Which Measures Mail And Determines, Sets And Prints The Appropriate Postage. The Meter Must Have A Scanner And Labeler For Certified Mail.
leased Services Shall Include All Mail Processing Equipment, Web-based Browser Software, Scalable Cloud-based Software Solution For Data Hosting (with Web-portal Access), Mailroom Processing Accessories, Handheld Scanners All Supported By Maintenance And Support Services To Keep All Systems Fully Operational.
leased Services Shall Also Include Services Of Destination Delivery Of New Equipment, Install, Configuration, User Training, Repair, Maintenance, Complete Functionality Testing, Xxx Days Quantity Of Operating Supplies, Maintain Software Upgrades And Patches For The Life Of The Contract, Monthly Reports To Cor, Under Manufacturer Warranty For The Life Of The Contract, And Removal Of Equipment At The End The Contract.
martinsburg Vamc Will Lease Only New, Unused, Non-remanufactured Mail System Equipment And Accessories. The Facility Will Not Accept Any Used Equipment, Replacement Parts, Associated Accessories, Or Supplies.
the Mail System Shall Include Password Protected Security Features To Prevent Unauthorized Use. The Software Application Connecting All The Mailing Systems For Reporting Purposes Must Be Fips Compliant And Support Active Directory Sign On Authentication.
existing Equipment Shall Be Forwards And Backwards Compatible With New Equipment Introduced Into The Mail Center.
postage Meters Must Have The Ability To Stamp And Postmark Mailings, Charging Postage Costs To The Meter Balance. Meters Should Be Able To Provide Exact Shipping Costs, Deducted From The Meter And Have The Ability To Utilize Postage Discount Rates Assigned By The Usps.
postage Meters Shall Be Compatible Will All Major Shippers And Have The Ability To Work With, And Process Mail Formats Associated To Usps Domestic Mail Manual (dmm) Products, Services And Shipping Partner Rules And Regulations.
software Shall Have The Ability To Electronically Capture, Store And Make Accessible Mail Management Data For Va Use. Data Captured And Stored Shall Be Identifiable And Referenced By Serial Number Of Each Individual Piece Of Equipment Generating Such Data. Data Shall Include United States And International Volumes (no. Pieces) And Expenditures For Usps Letters/flats/packages In All Mail Classes; And Commercially Provided Expedited Services In All Shipping Classes.
upon Contract Termination, Media (i.e. Hard Drives, Flash Drives, Memory Devices) Must Be Removed From The Equipment, Secured And Managed With Return Authorization Approved By The Cor.
4.1. Postage Meter And System Requirements.
mail Systems Shall Accurately Scan, Weigh, Rate, Meter, And Account For All Outbound Mail And Parcels. All Equipment Supplied Shall Have Postage Meters With Remote Capability Which Permit Postage Replenishment, Usage And Balance Reporting And Software Upgrades.
mail Systems Must Support The Requirements As Defined In The Government Publishing Office (gpo) Code Of Federal Regulations 41 Cfr 102 192 Mail Management. All Physical And Virtual Postage Meters Must Meet The Department Of Treasury S Requirement For Using Depositaries To Hold Public Money, Chapter 4100 Section 4130.
the Mail Systems Shall Accommodate Network Connectivity For Downloading Postage, Software Upgrades, Updating Rate Changes, Data Collection, Reporting, Accounting Information And Maintenance. It Is The Vendor S Responsibility To Meet Va Security Requirements Of All Vendors Supplied Equipment And Software.
the Vendor Must Have A Software Solution To Access Va Carrier Negotiated Rates/ Usps Commercial Plus Pricing (cpp)/gsa Schedule 48 Rates And Ups And Fedex Ngds Rates. This Includes Usps Cmop Rates For Pharmacy.
stand-alone Intelligent Mail Package Barcode Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer And Scale(s).
2 X 70-pound Scales For The Mailroom, 2 X 50-pound Scales For Pharmacy.
web-based Departmental/categories Accounting
must Have The Ability To Capture All Usage Through Shipping Workstations And Current Mail Machines And Combine In The Cloud Into A Single Report.
online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount.
multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments.
must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus).
authorized Usps Approved Intelligent Mail System Capability (printed And Mail System Must Be Capable Of Providing Usps Commercial Plus Pricing On Priority And Express Mail).
the Vendor Shall Be Responsible For Updating Approved Software By Ups.
4.2. Mailing And Shipping Software Requirements
they Should Take All Necessary Measures To Ensure Uninterrupted Flow Of The Software Requirements And Ensure That The Software Is Consistently Updated And Maintained. The Vendor Is Responsible For Meeting All Mailing And Shipping Software Requirements, Including But Not Limited To:
must Meet All Requirements Of Software-as-a-service (saas)
software Application Must Have Fedramp Authorization To Protect Va Pii Information.
3rd Party Fips 140-2 Or 140-3 Certified Solution For Any Data Containing Phi/pii Or Va Sensitive Information, Where Applicable.
requires Fedramp Va Trm, Va Saas Approval A Cloud Based Software Solution For Data Hosting Which Will Include Personally Identifiable Information As Defined In The Controlled Unclassified Information (cui) Registry At Http://www.archives.gov/cui/registry/category-list.html , It Is Mandatory That The Software For Shipping, Inbound Tracking And Reporting Have A Fedramp Ato Issued By The Va. The Solution Requires That Va Names And Address Which Are Pii Be Transmitted Outside The Va Network Therefor The Component For Shipping Must Have An Ato From The Va.
all Equipment And Software Rented Must Be Authorized Usps Intelligent Mail Indicia/compatible (imi) Compliant.
imi Compliance Refers To Acquiring A Postage Meter Capable Of Sending And Receiving Data From The Usps Securely And Efficiently. As Digitally Based Mailing Systems Rely On Communication Between The Usps And The Meter Itself, Being Imi Compliant Means Having A Postage Meter That Meets These Updated Communication Standards.
provide Software Name.
software Shall Be Delivered And Maintained At The Vendors Most Current Version.
software And Application(s) Shall Support Seamless Processing Of All Carriers Through Automatic Rate Shopping.
software Shall Automatically Determine The Most Economical Delivery Method For Letters, Flats, And Parcels By Examining Criteria Such As Applied Business Rules, Delivery Time, Priority, And Transportation Method. Upon Identifying The Most Economical Delivery Method, The System Shall Produce The Carrier Compliant Label.
software Shall Have The Ability To Capture And Download Postage, Track, And Determine How Much Postage Has Been Downloaded; Determine Postage Remaining On The Meter, And Report Daily/monthly/yearly Spending From The Meter.
software Shall Be Web-based Allowing Local And Remote Access To Mail Machines. Mail Machines Shall Have Locally Stored Data Which Includes United States And International Volumes And Expenditures For Usps Letters/flats/packages In All Mail Classes; And Commercially Provided Expedited Services In All Shipping Classes.
integration To Pharmacy Scriptpro Software Via A Sftp File Transfer. When The Pharmacy Staff Scan The Scriptpro Barcode It Will Automatically Populate The Shipping Information From The Scriptpro File And Allow The User To Create A Carrier Label. The Pharmacy Must Have The Ability To Ship Using The Usps Cmop Rates Which Are The Usps Discounted Rates For Va Pharmacy Mail.
4.3. Mail System Accessory Requirements-
handheld Scanners
handheld Scanners And Parcel Tracking Software Shall Process All Types Of Mail With Barcoded Technology That Allows Traceability Of Items Which Are Sent And Received At Mailroom Or Facility.
scanners Shall Be Downloadable To A Receipt/delivery Program Which Can Be Standalone Or Integrated Technology That Allows Storage Of Information, Printability, And Allows For Ease Of Data Downloads And Research.
receiving Program Should Have Editable Fields That Can Be Created For Ease Of Sorting By The Following Methods: Tracking Number, Facility/va Purchase Order Number, Item Number, Address (sender/receiver), Date, Or Other Identifying Methods As Required By The Facility.
tracking Features Include:
counter Signature Pad
low To Mid Volume 4 In. Label Printer
cordless Scanner
single Bay Cradle/battery Charger For Handheld Scanner (2 Each)
basic Operator Training Up To 4 Hrs. (2 Operators)
pc W/ Flat Panel Monitor
mail Openers/extractors
shall Cut, Open, Extract Letters Or Packs Of Different Dimension Or Thickness.
openers Shall Have Adjustable Cutters And Options For Single Or Multiple Envelope Cuts.
mailroom Requirements Range From Processing A Few Letters Per Minute/hour To Several Thousands Of Letters Per Hour.
mailrooms Will Define Their Individual Overall Requirements.
folders/inserters
shall Provide Low To High Volume Document And Envelope Feeders With Multi-sheet Collation And Fold Modes To Meet Specification Requirements.
must Process At Least 4000 Sheets Per Hour In Stacks Of At Least 500 Sheets Of 20# Paper Thousands Of Letters Per Hour.
must Be Able To Fold Up To 8 Pages For Insertion Into A #10 Envelope Or 10 Pages Into A 6 X 9.5 Envelope
5ft X 2.5ft Not Including The Stand.
mailrooms Will Define Their Individual Overall Requirements.
sorters
must Be Able To Sort Several Hundreds To Thousands Of Pieces Per Day, Leverage Postal Discounts, Report Mailing Cost Statistics, And Count The Number Of Pieces In A Postal Tray.
stackers
low To High Volume Envelope Handlers Must Clear Stamped Mail From The Mail Machine.
based On Mailroom Requirements Stackers May Be Minimum Volume Holding Trays To Stackers Which Are Power Driven To Move Stamped Mail Form The Mail Machine Area.
mailroom Requirements Range From Processing A Few Letters Per Minute/hour To Several Thousands Of Letters Per Hour.
digital Scale
must Electronically Weigh Postal And Parcel Items For Shipping.
scales Must Be Usb Capable For Downloading Weight To A Computer Or Other Connected Devices.
mailroom Processing Scales Able To Handle Weight Ranges From 0-70 Lbs.
printers
shall Provide Options For Various Mailroom Requirements To Meet Mail Addressing, Barcoding And Postage Printing.
each Mailroom Will Specify Their Pages/minute, Size, Thickness, Resolution And Type Of Media Such As: Extra-thick Card Stock, Polyester, Magnetic Media, Transparency Films Pages Should Conform With Industry Standards.
the Vendor Include Up To 2 Sets Of Self Service Lockers To Fit Multiple Sized Mail Packages To Maintain Chain Of Custody Location Tbd And Delivery Tbd.
4.5. Maintenance Support Requirements Plan
the Vendor Qualified Technician Shall Perform All Mail System Maintenance Includes (both Preventive And Reparative). This Inclusive Priced Maintenance Includes All Parts And Labor For The Life The Contract. The Vendor Shall Respond To All Maintenance Requests Within 24-hours Of Notification. Any Portion Of The Mail System That Cannot Be Repaired Shall Be Replaced Within 2 Days. Only Qualified Personnel, Materials, Spare Parts, Tool, Hardware/software, And Network Components Necessary To Perform The Service Shall Be Provided By The Vendor.
the Vendor Shall Repair The Mail System Within 24-hours Working Hours After The Request For The Service Call During The Hours Of 7:00 A.m. To 3:30 P.m. Est Monday Through Friday (excluding Federal Holidays).
the Vendor Shall Regularly And Systematically Examine, Clean, Lubricate, Test, Adjust The Equipment, And As Conditions Warrant, Repair Or Replace Equipment Included Under The Contract. The Vendor Shall Ensure That The Mail System Operates As Originally Designed And Installed Throughout The Entire Awarded Contract Period.
vendor Maintenance Shall Include Preventative Maintenance At Manufacturer-recommended Intervals.
the Vendor Shall Provide Complete Remedial And Preventive Maintenance For The Components Of The Installed Solution.
the Vendor Qualified Technician Shall Provide All Replacement Component Parts As Required To Meet Original Equipment Performance At No Additional Cost To Va.
the Vendor Qualified Technician Shall Provide An Affixed Label To Equipment Which Identifies Equipment Make, Model, Device Serial Number, Mail Meter Serial Number And Equipment Service Support And Contact Information.
manuals, Handbooks Or Brochures Shall Be Provided In Hard Copy, Soft Copy Or With Electronic Access Instructions, Consistent With Standard Industry Practices For The Equipment Or Device.
the Vendor Qualified Technician Shall Maintain A Record Of All Service Calls Including The Following Minimum Level Of Information.
when A Pattern Of Excessive Repairs Or Other Frequent Operational Problems/malfunctions Occur, The Vendor Shall Replace The Malfunctioning Equipment, Accessory, Or Software Component. The Term Excessive Repairs Means Two Or More Service Calls In A Single Month, Not Including Preventative Maintenance Calls.
4.6. Delivery, Installation, Operational Readiness And Transition Requirements
the Vendor Shall Install And Make Fully Operational The Mailing Solution, Including All Accessories As Ordered. The Vendor Shall Complete Destination Delivery, Remote Test, Installation, Configuration, Testing And Operational Readiness.
the Vendor Shall Establish Internet Connectivity To The Postage Meter For Replenishment, Rate Change Updates, Etc. If Applicable, Vendor Is To Fully Test Remote Diagnostics And Troubleshooting As Part Of Operational Readiness.
the Vendor Shall Complete Delivery, Installation, Configuration, Testing And Operational Readiness Not To Exceed (nte) Thirty Calendar Days After Awarded. Shall Contact The Receiving Site Warehouse Supervisor And Cor To Schedule Delivery And Installation.
the Vendor Provide Shipping Of Mail Equipment To The Mail Facility Or Facilities At No Cost To Va. Va Will Not Reimburse Vendor For Shipping Or Freight Costs. Shall Also Be Responsible For All Costs Associated With Relocating Or Re-shipping Any Misdelivered Solution Components.
the Vendor Shall Provide One Hard Copy And An Electronic Version Of The Operator S Manual And Job Aid(s).
vendor Is Responsible For Equipment Until Fully Installed And Operational.
at The Expiration Or Termination Of The Lease, The Vendor Shall At No Cost To The Government, Remove And Pick-up Equipment From The Government Facility. Media (i.e. Hard Drives, Flash Drives, Memory Devices) Must Be Removed From The Equipment, Secured And Managed With Return Authorization Approved By The Cor.
4.7. Material And Supply Requirements
the Stock Of Supplies Shall Include Ink, Meter Tape, Sealing Solution And Any Other System Specific Supplies Necessary For The Average Use Of The Installed Mailing System Sufficient For Xxx Business Days.
the Vendor Must Provide The Supplies On Time And In Quantity And Quality. The Supplies Must Be Compatible With The Mailing System Installed And Should Not Have Any Adverse Effect On The System's Performance.
the Vendor Shall Also Provide Cor With Vendor Consumable Supply Point Of Contact, Phone Numbers And Ways To Place An Order For Supplies.
suppose The Vendor Fails To Provide The Supplies As Per The Contract Agreement; A Failed Notification Of Performance Evaluation Will Be Provided To The Contracting Officer Via Cor.
4.8. Training Requirements
the Vendor Shall Provide Training At User Site(s) To At Least One (1) Key Operator And Three (3) Alternates For Each Solution Installed With The Following Responsibilities But Not Limited To:
the Vendor Shall Provide And Complete Key Operator Training Within Two Business Days Of The Solution S Installation.
the Vendor Shall Schedule Training In Coordination With The Warehouse Supervisor And Cor. Training Shall Include Ad-hoc And Web-based Opportunities.
training Shall Cover, At A Minimum, The Following Operations: Proper Operation Of The Solution Component(s), Replacement And Ordering Of Supplies, Performance Of Routine Tasks Such As Daily Maintenance, Adding Postage To The Meter, Reporting Of Mail Volumes And Costs, Locating A Component S Model And Serial Numbers, Meter Serial Number, And Placing A Service Call.
for Any Software/process (minor Or Major) Updates, The Vendor Shall Provide A Complete Key Operator Training Within Two (2) Business Days. The Training Can Be Virtual (e.g., Zoom, Webex Or Microsoft Teams) Or Face-to-face.
4.9. Deliverables Rfq Response To Address/ Provide Required/acknowledge Info Below 4.9 Plan To Meet Va Requirement.
the Vendor Shall Submit List Of Equipment, Software And Accessories (name And Model) Provided At Martinsburg Vamc To The Contracting Officer Representative Upon Completion Of Installation.
monthly Service And Maintenance Calls Roll-up Report For The Preceding Month (identified By Device Serial Number). Risk And Issue Report Of Overall Vendor Provided Equipment (identified By Device Serial Number) Services And Support Report To Cor By The 15th Of Every Month For The Life Of The Contract.
5.0. Vendor Performance
cpar
6.0 Government-furnished Equipment (gfe)/government-furnished Information (gfi)
none
7.0 Equipment
description Of Supplies/services
unit
unit Price
mail Postage System (includes Scales, Scanners & Label Printers
1 Ea
folding/inserting System
1 Ea
rate Shopping/outbound Package Management Software
1 Ea
inbound Package Management Software (includes Scanners, Charging Cradles And Label Printer)
1 Ea
mail Thermal Label Printer With Scale On Top
1 Ea
fedramp Authorized Cloud Service
1 Ea
self Service Mail Lockers
1ea
signed Baa Within 10 Days Contract Award
1ea
must Complete A Vendor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr Within 10 Days Of Contract Or Option Year Renewal
1ea
security Requirements-
access To Va Information And Va Information Systems
security Incident Investigation
liquidated Damages For Data Breach
vendor Training
contract Security
business Associate Agreement (baa) Compliance:
c&a Or An Mou-isa
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 2/18/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
end Of Notice
Closing Date18 Feb 2025
Tender AmountRefer Documents
National Farming Promotion Tender
Others
Corrigendum : Closing Date Modified
Poland
Details: Ag.b.0162.1.2024.176.mc Krakow, 12/09/2024 Price Inquiry Mon: Purchase With Delivery of Scaffolding And Tools For The Needs of Police Station No. VW Krakow. The Proceeding Is Conducted On The Basis of Decision No. 58/2021 of the Provincial Commander of the Police in Krakow, As Amended. General Information: 1. The Offer Should Be Submitted By: 18/09/2024, By 900: In The Way: Please Submit All Inquiries Through The Purchasing Platform. In The Event Of Problems With Submitting The Offer, Please Contact The Eb2b Helpdesk Department - Contact In The Footer of The Website. Description of the Subject Matter of the Order: Purchase With Delivery of Scaffolding And Tools For The Needs of Police Station No. VW Krakow. Order Specifications: No. Subject of the Order Unit Quantity 1. Krause Scaffolding - Protec 2.0 X 0.70m, Working Height 5.30m; Part No. 910134p Pcs 1 2. Milwaukee Sds-plus 2.3j M18 Blh-502x Cordless Hammer Drill; Set: Case, Charger, Battery 2x5ah Pcs 1 3. Milwaukee Sdsplus Mx4 Drill Set; Part No. 4932352833 Pcs. 1 4. Milwaukee M18cblpd-502x Impact Drill, Case, Charger, Batteries 2x5 Ah Pcs. 1 5. Milwaukee M18 Fsag125x-502x 125mm Angle Grinder Set Case, Charger, Battery 2x 5ah Pcs. 1 6. Yato XL Socket Wrench Set 1/4" , 3/8" , 1/2" 128 Pieces; Yt-38872 Pcs. 1 7. 150mm Bison 1250-150 Fixed Vice Pcs. 1 8. Wera 1kv Insulated Screwdrivers; Part No. 05006147001 Pcs. 1 9. Rennsteig Werkzeuge Pipe Wrench Item No. 131 020 2; 2"; 45° Pcs. 1 10. Stanley Stst75785-1 Tool Box Pcs. 1 11. Milwaukee Allen Key Set; 9 Pieces Item No. 4932478621 Pcs. 1 12. Pro600 Anodized Aluminium Spirit Level With Magnets 60cm Pro-a6060 Pcs. 1 13. Stalco Perfect 300g Engineer's Hammer Pcs. 1 14. Stalco 300mm Hand Chisel Pcs. 1 15. Vde Combination Pliers 160mm Chrome Plated Insulated 1kv; Knipex 03 06 160 Pcs 1 16. Milwaukee Hss-r Metal Drill Bits 1 - 13 Mm Set 25 pcs; Part No. 4932352469 Pcs. 1 17. Street Broom 100cm With Handle Pcs. 1 18. Hydraulic Auger 10/3m Pcs. 1 19. Hydraulic Auger 10/5m Pcs. 1 20. Rems Mini-cobra S Set, Art. No. 170023 R220 Pcs. 1 21. As Schwabe Extension Cord 25m, 3x1.5mm2 Pcs. 1 22. As Schwabe Extension Cord 50m, 3x1.5mm2 Pcs. 1 23. Bait Feeder; Dimensions: 32 x 11 x 7.5 cm. Pcs. 6 Conditions Regarding the Offer and Fulfillment of the Order: Payment Will Be Made Within 30 Days From the Date of Receipt of a Correctly Issued Invoice – by Transfer to the Account Indicated by the Contractor. Contact Person: Mateusz Chmiest Tel.: 47 83 54 641 3. The Ordering Party Allows the Possibility of Replacing a Given Item of the Assortment with a Substitute of Class, Functional Characteristics, Type and Parameters at Least at the Same Level, After Approval of the Substitute by the Ordering Party's Representative. Offers with Other Assortments Are Considered Invalid. Order Fulfillment Deadline: The Order Should Be Fulfilled Within 14 Days From Receipt of the Order Place of Order Fulfillment: Delivery To: Kwp Warehouse Kraków Ul. Mogilska 109 31-571 Kraków V. Criteria for Examination, Evaluation and Selection of Offers: The criterion for selecting the offer will be the price for the entire order. Attachments: - Attachment 1 - Offer template
Closing Date21 Feb 2025
Tender AmountNA
Batangas State University Tender
Others
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Various And Equipment For Central Offices (office Supplies)" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Various And Equipment For Central Offices (office Supplies)" With An Approved Budget For The Contract (abc) Seven Hundred Twenty-seven Thousand Eight Hundred Six Pesos And Ten Centavos Only (php 727,806.10). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 15 Piece Arch File Folder Arch File Folder 8.5x13 2,160.00 2 133 Ream Bond Paper A4, 80gsm, Size: 210mm X 297mm, 500 Sheets Per Ream 33,375.02 3 16 Ream Bond Paper Multi-purpose Size: A3 Thickness: 80gsm Others: 420mm X 297mm 11,200.00 4 53 Ream Bond Paper Multi-purpose Size: Short (8.5 X 11) Thickness: 80gsm 12,084.00 5 205 Ream Bond Paper Multi-purpose (copy), 70gsm, Long (8.5 X 13), 500 Sheets Per Ream 48,482.50 6 69 Ream Bond Paper Multi-purpose (copy), A4, 70gsm, 500 Sheets Per Ream 14,421.00 7 734 Ream Bond Paper Long Size: Long (8.5 X 13) Thickness: 80gsm 196,469.78 8 110 Piece Brown Envelope Long 650.10 9 5 Piece Cutter S Cutter 15cm 195.00 10 10 Pack Cable Tie 10" 2,280.00 11 2 Unit Calculator Specs: • Power Supply: Solar & Battery • Number Of Digits: 12 Digits • Size (d × W × H): 147 × 106.5 × 29 Mm 700.00 12 10 Piece Chalk Marker (white) Bullet Tip 1.8mm-2.5mm Color: White 1,815.00 13 11 Pack Clear Sheet Protector Size: 8.5 X 13 100 Sheets Per Pack 4,235.00 14 2 Piece Clearbook 20 Transparent Pockets, For A4 Size, Refillable 80.00 15 24 Piece Clearbook 20 Transparent Pockets, Legal, Refillable 1,296.00 16 5 Piece Click Gel Ballpen Black 210.00 17 56 Box Clip Backfold (binder Clip) All Metal, Clamping, 32 Mm (-1mm) / 1 1/4", 12 Pcs Per Box 2,402.40 18 59 Box Clip Backfold (binder Clip) All Metal, Clamping, 19mm (-1mm) / 3/4, 12 Pieces Per Box 1,362.90 19 47 Box Clip Backfold (binder Clip) All Metal, Clamping, 25mm (-1mm) / 1", 12 Pieces Per Box 1,410.00 20 6 Box Clip Backfold (binder Clip) All Metal, Clamping, 41mm (-1mm) / 1 5/8", 12 Pcs Per Box 336.00 21 61 Box Clip Backfold (binder Clip) All Metal, Clamping, 50mm (-1mm) / 2", 12 Pcs Per Box 5,233.80 22 2 Piece Clipboard Size: 8.5 X 13 Plastic Material 168.00 23 5 Piece Correction Tape Correction Tape 5mm X 8m 5mm Wide 8m Long Clear Casing 145.00 24 14 Piece Cutter Small 140.00 25 5 Piece Cutter/utility Knife For General Purpose 550.00 26 148 Piece Data File Box Made Of Chipboard, With Closed Ends 32,560.00 27 3 Piece Desk Organizer Stainless Steel Metal Mesh Pen 450.00 Page 1 Of 6 Item No. Qty Description Total And Supplies Holder Desk Organizer 28 2 Box Diazo Paper 20 X 30 (660 Sheets) 17,000.00 29 2 Piece Document Tray Home Office Organizer -4 Slot Horizontal Document Tray - A4 Table Tray Stationery File -desk Drawer Container Holder Shelf Case Desktop 2,000.00 30 33 Piece Double Sided Tape Foam Type, 1/2" 1,980.00 31 33 Piece Double Sided Tape Width Size: 1/2 1,824.90 32 11 Box Envelope Brown, Expanding, Kraft, Legal, 100 Pieces Per Box 17,847.50 33 3 Box Envelope Documentary, For A4 Size Document, Brown, 500 Pieces Per Box 3,894.00 34 10 Box Envelope Documentary, For Legal Size Document, Brown, 500 Pieces Per Box 14,300.00 35 2 Box Envelope Mailing, White, With Window 1,650.00 36 25 Piece Envelope Brown, Expandable, Legal 600.00 37 19 Piece Envelope Expanding, Plastic, 0.50mm Thickness Min 912.00 38 20 Piece Envelope Vertical Envelope White Or Cream 12" X 9" 150.00 39 4 Piece Eraser Felt, For Blackboard/whiteboard 80.00 40 41 Piece Eraser Plastic Or Rubber 820.00 41 59 Box Fastener Fastener, Metal,non-sharp Edges, 70mm Between Prongs, 50 Sets Per Box 5,605.00 42 20 Set File Tab Divider Bristol Board, A4 560.00 43 31 Box Folder Folder, Pressboard, Size: 240mm X 370mm (-5mm) Color: White With Green 61,380.00 44 1 Pack Folder Folder With Tab Size: A4 100 Pcs Per Pack 632.50 45 28 Pack Folder Folder With Tab Size: Legal 100 Pcs Per Pack 18,480.00 46 2 Pack Folder L-type, Plastic, For Legal Size Documents, 50 Pieces Per Pack 990.00 47 90 Piece Folder Expandable Long,color: White With Green 1,800.00 48 20 Piece Folder Ordinary, Long, Tagboard 140.00 49 1 Box Gel Pen Type Of Pen: Gel Ink Color: Blue Others: 0.5 Mm 600.00 50 53 Pack Glossy Photo Sticker Paper -a4 210x297 Mm -20 Sheets -135gsm. -5760dpi 6,360.00 51 2 Bottle Glue All, Purpose, Gross Weight : 130 Grams Min 140.00 52 17 Jar Glue All Purpose, Gross Weight: 200 Grams Min. 2,040.00 53 5 Piece Glue 240ml 750.00 54 4 Piece Glue Gun Small 560.00 55 50 Piece Glue Stick Small 350.00 56 15 Piece Highlighter Liquid Chalk Marker Pens Package Quantity:1pcs Size:3mm 6mm Color:green Red Blue Pink Orange Purple Yellow White Note: Cap Design, Comes With A Pen Holder, Simple And Stylish Easy To Carry, Easy To Damage, Good Sealing. Pen Style Design, Round High-strength Pen, Compression And Depression, So Feel More 975.00 Page 2 Of 6 Item No. Qty Description Total Comfortable. Pigment-type High-quality Fluorescent Ink, The Color Is Beautiful And Easy To Dry Ink Does Not Fade. 57 122 Piece Lever Arch File Data Folder Made Of Chipboard, Taglia Lock 17,446.00 58 4 Piece Lever Arch File Binder Long - 3 Inches Color: Blue 576.00 59 40 Piece Lever Arch File Binder Long - 3 Inches Color: Red 5,760.00 60 1 Bundle Looseleaf Cover Made Of Chipboard, Thickness: 1.5mm, For Legal Size Documents, Capable Of Filing Minimum Of 45mm Thickness Of 70gsm Paper, 50 Sets Per Bundle 2,310.00 61 9 Piece Marker Whiteboard, Blue, Bullet Type 540.00 62 3 Piece Marker Whiteboard, Red, Bullet Type 180.00 63 15 Piece Magazine File Box Large Size, Made Of Chipboard 1,980.00 64 2 Box Mailing Envelope Mailing, White, 80gsm (-5%) 1,386.00 65 88 Piece Mailing Envelope White 264.00 66 2 Box Marker Whiteboard, Blue,12 Pcs Per Box 1,200.00 67 43 Piece Marker Permanent, Black, Broad Type 2,064.00 68 24 Piece Marker Permanent, Black, Bullet Type 871.20 69 6 Piece Marker Permanent, Blue, Bullet Type 228.00 70 9 Piece Marker Permanent, Red, Bullet Type 326.70 71 77 Piece Marker Whiteboard, Black, Bullet Type 4,620.00 72 30 Set Marker Fluorescent, 3 Assorted Colors Per Set 2,490.00 73 10 Roll Masking Tape 3/4 300.00 74 6 Piece Memo Folder Size: 14"x9.5" Fabric: Denise Red With Foam Print Process" 1 Color, 1 Side Dtf Print Inside Size: 13.5"x9" Pasteboard: 400 Gsm Fabric: Satin White Memo Corner: Metallic Ribbon 3,900.00 75 36 Pad Note Pad Stick On, 50mm X 76mm (2" X 3") Min 1,944.00 76 41 Pad Note Pad Stick On, 76mm X 100mm (3" X 4") Min 2,665.00 77 70 Pad Note Pad Stick On, 76mm X 76mm (3" X 3") Min, 100 Sheets Per Pad 4,200.00 78 1 Pack Notebook Filler, 50pcs Per Pack 550.00 79 4 Piece Notebook Stenographer, Spiral, 40 Leaves 96.00 80 6 Piece Notepad 50 Leaves Per Pad, 4"x6" 240.00 81 136 Pack Oslo Paper Long 8.5"x13" 10,880.00 82 18 Pack Photo Paper Matte 220gsm 3,240.00 83 1 Piece Puncher Heavy Duty Metal, With Adjustable Paper Guide, With Two Hole Guide 250.00 84 2 Pack Pvc Legal Size 10pc/pack 288.00 85 1 Box Pvc Cover A4, 200 Mic 605.00 86 5 Box Pvc Cover Long, 200 Mic 3,300.00 87 17 Pack Page Markers Assorted Neon, 5 Pads/pack, 100 Markers/pad, 2"x 0.5" 1,700.00 88 61 Box Paper Clip Vinyl/plastic Coated, 33mm, 100 Pcs Per Box 944.89 89 55 Box Paper Clip Vinyl/plastic Coated, 48mm, 100 Pcs Per Box 1,650.00 90 51 Box Paper Clip Vinyl/plastic Coated, 50mm, 100 Pcs Per Box 1,530.00 91 295 Piece Pen Ink Color: Black Tip: 0.5mm, Ballpoint Type 3,540.00 92 10 Piece Pen Ink Color: Black Tip: 0.7mm, Ballpoint Type 120.00 93 9 Piece Pen Ink Color: Blue Tip: 0.5mm, Ballpoint Type 108.00 Page 3 Of 6 Item No. Qty Description Total 94 29 Piece Pen Ink Color: Red Tip: 0.5mm, Ballpoint Type 348.00 95 4 Piece Pen Holder Can Hold Multiple Pens, Markers And Highlighters. Made Of Plastic; Available In White And Dark Blue Item Dimension: 5.5 X 5.5 X 9 Cm 400.00 96 28 Box Pencil With Eraser, 12 Pcs Per Box 2,800.00 97 2 Piece Pencil Lead/graphite, With Eraser 24.00 98 45 Pack Photo Paper Matte 180gsm 4,500.00 99 30 Piece Plastic Envelope Expandable Long Plastic Envelope With Handle And Push Lock 2,400.00 100 6 Box Push Pin Hammer Head Type, 100s / Box 240.00 101 5 Kilogram Rags All Cotton, 1 Kilo Per Bundle Or 32 Pieces Per Kilogram Min 440.00 102 40 Book Record Book Atleast 300 Pages, Size: 214mm X 278mm Min 7,200.00 103 3 Piece Record Book Junior Size 200 Pages 324.00 104 17 Piece Refillable Clear Book Legal Size; High Quality Refillable 3,085.50 105 2 Bundle Ring Bind Element 25mm 8pcs/bundle 512.00 106 10 Piece Ring Bind Element 1/4 360.00 107 10 Piece Ring Bind Element 3/4 360.00 108 26 Piece Ring Bind Element Size: 1/2", Black 546.00 109 36 Piece Ring Bind Element Size: 2, Black 2,376.00 110 56 Piece Ring Bind Element Size:1", Black 2,032.80 111 5 Bundle Ring Binder 80 Rings, Plastic, 32mm X 1.12m Plastic, 32 Mm, 10 Pieces Per Bundle 2,700.00 112 9 Box Rubber Band 70mm Min Lay Flat Length (no. 18), 350g 1,440.00 113 5 Piece Ruler Plastic Ruler 12 Transparent 86.00 114 9 Piece Ruler Plastic, 450mm (18") Width: 38mm Min. 360.00 115 30 Pack Sticker Paper Glossy, A4 1,500.00 116 2 Piece Scissor Heavy Duty, Stainless 844.80 117 1 Piece Scissors Symmetrical, Blade Length: 65mm Min 120.00 118 4 Piece Sign Pen Black, 0.3 Needle Tip, Gel Ink 160.00 119 174 Piece Sign Pen Black, 0.5 Needle Tip, Gel Ink 6,022.14 120 123 Piece Sign Pen Blue, 0.3 Needle Tip, Gel Ink 4,920.00 121 179 Piece Sign Pen Blue, 0.5 Needle Tip, Gel Ink" 6,195.19 122 78 Piece Sign Pen Red, 0.5 Needle Tip, Gel Ink" 2,699.58 123 11 Piece Sign Pen Sign Pen (black, 5mm Needle Tip, Gel Ink) 1,188.00 124 16 Piece Sign Pen Type Of Pen: Sign Pen Color: Black Tip: 1 Mm 2,000.00 125 24 Piece Sign Pen Type Of Pen: Sign Pen Color: Blue Tip: 1 Mm 3,000.00 126 10 Pack Specialty Board Paper Long 8.5 X 13 200gsm 600.00 127 15 Pack Specialty Paper 8.5 X 11 Inches (short) 750.00 128 78 Pack Specialty Paper Size: A4 Color: White Thickness: 90gsm 2,340.00 129 24 Pack Specialty Paper Size: Legal Color: Cream Thickness: 90gsm 1,200.00 130 44 Pack Specialty Paper Size: Legal Size Color: White Thickness: 90gsm Sheets: 10pcs. Per Pack 2,200.00 131 8 Pack Specialty Paper Size:a4 Color:cream Thickness:90gsm 240.00 132 3 Piece Stamp Pad Felt, Bed Dimension: 60mm X 100mm 144.00 133 9 Bottle Stamp Pad Ink Violet, 50 Ml 346.50 134 7 Piece Stamp Pad Ink Red 280.00 135 1 Piece Staple Remover 20.00 Page 4 Of 6 Item No. Qty Description Total 136 9 Piece Staple Remover Plier Type 544.50 137 44 Box Staple Wire Standard, (26/6) #35 1,936.00 138 2 Piece Stapler Size : 125mm X 36mm X 55mm (lwh) Staples: : No. 35 (26/6), No. 3 (24/6) Throat Depth: : 64 Mm Load Capacity : 100 Staples Stapling Capacity : 2-30 Sheets Of 70 G/m2 Paper Color : Blue, Black, And Gray 800.00 139 1 Piece Stapler Compatible With No. 35 Staple Wire Size Stapling Capacity: Up To 30 Sheets With Built-in Staple Remover 385.00 140 69 Pack Sticker Paper Matte, A4 2,898.00 141 108 Pack Sticky Notes Arrow Flags 1/2 Inch Wide Assorted Colors 5 Pads Per Pack 4,489.56 142 39 Pad Sticky Notes Size: 3"x3", 75 To 80gsm Paper 100 Sheets Per Pad Material: Paper, Glue Color: Yellow, Orange Or Green 1,950.00 143 78 Piece Tape Transparent, 24mm 2,933.58 144 28 Piece Tape Double Adhesive Tape, 1" 1,008.00 145 10 Piece Tape Masking,1/2" 400.00 146 10 Piece Tape Masking, 48 Mm 800.00 147 24 Roll Tape Masking Width Size: 1" At Least 50 Yards 1,200.00 148 28 Roll Tape Packaging Width Size: 24mm At Least 50 Yards 1,152.76 149 70 Roll Tape Transparent Type: Clear Width Size: 2 Inches Circumference Size: At Least 50 Yards 3,150.00 150 99 Roll Tape Transparent, 1/2" 1,980.00 151 1 Piece Tape Dispenser Table Top, For 24mm Width Tape 150.00 152 5 Pack Vellum Board - 200gsm; Specialty Board Paper; Acid-free; Size: A3; 10 Sheets/pack 420.00 153 49 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Long (8.5"x13") - 10 Sheets/pack 2,695.00 154 5 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Short (8.5"x11") - 10 Sheets/pack 250.00 155 49 Pack Vellum Board 220gsm, Specialty Board, Board Paper, Acid-free, A4,10 Sheets/pack 4,116.00 156 5 Pack Vellum Boards Size: A4 150.00 157 6 Pad Yellow Paper 288.00 158 12 Box Black Ballpen Type Of Pen: Ball Point Color:black 1,680.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 20, 2025. Page 5 Of 6 E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date20 Jan 2025
Tender AmountPHP 727.8 K (USD 12.4 K)
9481-9490 of 9502 archived Tenders