Bus Tenders

Bus Tenders

OFFICE OF CIVIL DEFENSE REGIONAL OFFICE NO 2 Tender

Transportation and Logistics
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.5 K)
Details: Description Itb No. Cbts- 2025-01-001 Invitation To Bid For Provision Of Transportation Services For The Agridam Closing Ceremony 1. The Office Of Civil Defense – Regional Office 02, Through The Ocd-ro2 Sapp 2024, Intends To Apply The Sum Of One Million Three Hundred Two Twenty Five Thousand Pesos Only (php1,325,000.00) Being The Abc To Payments Under The Contract For Provision Of Transportation Services For The Agridam Closing Ceremony 2. . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Office Of Civil Defense – Ro2 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi: Schedules Of Requirements. Bidders Should Have Completed, Within The Last 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). 4. 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) 9184. (i) Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Ocd-ro2 Procurement Office – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm Mondays To Fridays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10, 2024 Until January 31, 2025 (before 10:00 Am) From The Given Address And Website 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 One Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Office Of Civil Defense-ro2, The Procuring Entity (ocdrc2@gmail.com), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Payment For The Purchase Of Bid Documents Shall Be Made Through Over-the-counter (otc) Transaction At The Ocd-ro2, Rgc, Carig Sur. Tuguegarao City Or Ocd Accounting Section, Ground Floor, Ocd Old Admin Building, Camp General Emilio Aguinaldo, Quezon City. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment On Or Before The Submission Of Bids. 7. The Office Of Civil Defense-ro2 Will Hold A Pre-bid Conference On January 17, 2025 10:00 Am At Ocd-ro2, Dalan Na Pavvurulun Corner Dalan Na Pappabalo, Rgc, Carig Sur, Tuguegarao City And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Interested Bidders Who Would Like To Join The Pre-bid Conference May Join Through The Link Provided Below: Platform : Zoom Vtc Meeting Id : 819 8884 6475 Passcode : 257900 8. Bids Must Be Duly Received By The Bac Secretariat To Be Submitted Through Manual Submission At The Office Address Below On Or Before 10:00 Am, January 31, 2025. Late Bids Shall Not Be Accepted. Note: Bids Shall Be Prepared In Six (6) Copies (1 Original And 5 Photocopies) Without The Assistance Of Any Person, Employees In The Ocd Or Any Branch Of The Government. In The Interest Of Transparency, In Case There Are Clarifications Or Verifications Relative To The Documents During The Process Of Opening Of The Bidding Documents The Bidders May Also Submit A Soft/scanned Copy Of The Bids And All Its Corresponding Attachments In A Password-protected Usb Flash Drive (password For The Eligibility Documents Shall Not Be The Same With The Password Of The Financial Proposal) One (1) For Eligibility And Technical, And The Other One (1) For Financial. Please Note That In Case Of A Discrepancy Between The Original Copy And The Electronic Copy (flash Drive/usb), The Former (original Copy) Shall Prevail. The Flash Drive (soft Copy) Should Be Placed Inside The Envelope Along With The Original Copy (hard Copy). It Shall Be Prepared Using The Appropriate Bid Forms Provided In The Last Section Of The Bidding Documents Furnished In Strict Compliance With The Requirements Of Ra 9184 And Its Revised Irr. To Be Responsive, All Entries Shall Be Filled Out With Appropriate Information. Any Erasure, Correction, Or Changes Shall Be Initialed By The Bidder Or His/her Authorized Representative. All Pages Must Be Signed In The Space Provided. Any Unsigned Page Of The Bidder’s Tender, When So Required, Shall Be A Ground For Disqualification. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14.1, Section Iii Bid Data Sheet. 10. Bid Opening Shall Be On 10:01 Am, January 31, 2025 At The Ocd-ro2, Rgc, Carig Sur, Tuguegarao City. Bids Will Be Opened Physically In The Presence Of The Bidders’ Representatives. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra 9184 Shall Prevail. (in Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website And The Website Of The Procuring Entity Concerned). 11. The Items And Quantities Covered By The Project Are As Follows: Item Particulars Unit Quantity 1 Provision Of Transportation Services For The Agridam Closing Ceremony Units 15 Buses 12. The Office Of Civil Defense Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Mr Dexter Grey I Supranes Ocd-ro2 Bac Secretariat Dalan Na Pavvurulun Corner Dalan Na Pappabalo, Regional Government Center, Carig Sur, Tuguegarao City Cp Nr. 0927-425-1954 Trunkline: (078) 304-1630 Email Address: Ocd2.bac@gmail.com Date: January 10, 2025 Mr Ronald L Villa Chairman Ocd-ro2 Bids And Awards Committee

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Pre-solicitation Notice 36c250-24-ap-6279 - 1 amendment/modification sam-notice 36c25025r0016 saginaw-auburn Annex, Michigan the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For 25,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Saginaw (auburn), Michigan notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240 description: The Department Of Veterans Affairs Seeks To Lease 25,000 Aboa Square Feet (sf) Of Space And 150 Parking Spaces For Use By The Va As A Primary Care Annex. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. updated-delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: north: Wheeler Road west: Waldo Ave.; S Saginaw Rd; south: Hotchkiss Rd Milner Rd; 84/westside Saginaw Rd; east: 2 Mile Road see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area. additional Requirements For Submissions: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor. if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas. offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Will Not Be Considered If The Location Is Irregularly Shaped. space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel; structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner; address Or Described Location Of Building; location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area; description Of Ingress/egress To The Building From A Public Right-of-way; description Of The Uses Of Adjacent Properties; fema Map Of Location Evidencing Floodplain Status; a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction; site Plan Depicting The Property Boundaries, Building, And Parking; a Document Indicating The Type Of Zoning; a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use; building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development; any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building; a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement; market Survey (estimated): January 2025 occupancy (estimated): Fy 2025-2026 all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 3:00 P.m. Local Time. please Submit Your Response (electronic) To: lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; __ (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; X (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp . sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet saginaw-auburn, Mi Lease Sources Sought Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/); evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date)

Batangas State University Tender

Software and IT Solutions...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 3 Million (USD 51.3 K)
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" 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 Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" With An Approved Budget For The Contract (abc) Three Million Two Hundred Eighty-six Pesos And Sixty Centavos Only (php 3,000,286.60). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Unit Apc Extended Run - Power Array Cabinet With Metered Rack Pdu The Apc® Symmetra Lx Extended Run Tower With 9 Sybt5 Provides Fast Serviceability And Reduced Maintenance Requirements Via Self-diagnosing, Field-replaceable Modules. Its Modular Design Increases Adaptability With An Open Architecture Configurable To Any It Environment And Can Be Deployed As A Nonstandby And Migrate To A Standby (ups) System. With Hot-swappable Batteries, Ensures Clean, Uninterrupted Power To Protected Equipment While Batteries Are Being Replaced And It Delivers Higher Availability Through Redundant Batteries. Battery Modules Connected In Parallel; Hot-swappable Batteries; Modular Design; Plug-and-play External Batteries; Stackable External Battery Frames; User-replaceable Batteries. Technical Specifications General Device Type Power Array Cabinet - External Battery Enclosure Type Plug-in Module Color Black Power Device Supported Battery Technology Lead Acid Input Voltage Ac 208 V Battery Quantity 9 (supported) 9 Technology Lead Acid Voltage Provided 120 V Miscellaneous Compliant Standards Csa, Ul 1778 956,502.60 Page 1 Of 5 Item No. Qty Description Total Manufacturer Warranty Service & Support Limited Warranty - 2 Years Environmental Parameters Min Operating Temperature 32 °f Max Operating Temperature 104 °f Humidity Range Operating 0 - 95% Dimensions & Weight Width 19 In Depth 28.6 In Height 23.7 In Weight 769.41 Lbs Compatibility Information Designed For P/n: Isxcr1sy16k16p5, Isxt216md1ri, Sya12k16i, Sya12k16ich, Sya12k16ixr, Sya12k16ixrch, Sya12k16p, Sya12k16pxr, Sya12k16rmi, Sya12k16rmich, Sya12k16rmp, Sya16k16i, Sya16k16ich, Sya16k16ixr, Sya16k16ixrch, Sya16k16p, Sya16k16pxr, Sya16k16rmi, Sya16k16rmich, Sya16k16rmp, Sya4k8i, Sya4k8p, Sya4k8rmi, Sya4k8rmp, Sya8k16i, Sya8k16ich, Sya8k16ixr, Sya8k16p, Sya8k16px798, Sya8k16pxr, Sya8k16pxrx798, Sya8k16rmi, Sya8k16rmich, Sya8k16rmp, Sya8k8i, Sya8k8p, Sya8k8px798, Sya8k8rmi, Sya8k8rmp, Sya8k8rmpnx424, Syaf16krmich Netshelter Metered Rack Pdu, 0u, 1ph, 3.3kw 208v 16a Or 3.7kw 230v 16a, 18 C13 And 2 C19 Outlets, C20 Inlet (10 Units) Key Features Output Connections: - (2) Iec 60320 C19 - (18) Iec 60320 C13 Nominal Output Voltage: 100v, 200v, 208v, 230v Nominal Input Voltage: 200v, 208v, 230v Input Connections: Iec 60320 C20 Technical Specifications Output Overload Protection: No Maximum Total Current Draw: 16 Input Input Frequency: 50/60 Hz Acceptable Input Voltage: 100 - 240vac Load Capacity: 3300va Maximum Input Current: 20a Regulatory Derated Input Current (north America): 16a Physical Maximum Height: 902mm, 90.2cm Maximum Width: 56mm, 5.6cm Maximum Depth: 44mm, 4.4cm Page 2 Of 5 Item No. Qty Description Total Net Weight: 2.93kg Shipping Weight: 4.19kg Shipping Height: 1124mm, 112.4cm Shipping Width: 162mm, 16.2cm Shipping Depth: 107mm, 10.7cm Color: Black Environmental Operating Temperature: -5 - 60 °c Operating Relative Humidity: 5 - 95 % Operating Elevation: 0 - 3048meters Storage Temperature: -25 - 65 °c Storage Relative Humidity: 5 - 95 % Storage Elevation: 0 - 15240meters Conformance Approvals: Csa C22.2 No 60950, Iec 60950, Meti Denan, Ul 60950-1, Vde Standard Warranty: 2 Years Repair Or Replace Sustainable Offer Status Rohs: Compliant Pep: Available In Documentation Tab Eoli: Available In Documentation Tab 2 6 Unit Apc8841 Metered Pdu (rackmount) Rack Pdu 2g, Metered-by-outlet, Zerou, 30a, 200/208v, (21) C13 & (3) C19 375,984.00 3 1 Piece Aluminum Telescopic Ladder Telescopic Ladder Size 5.0 M Weight 17.7 Kg Dimensions (wxh Cm) Closed 48 X 90 Open A Position 48 X 250 Straight Position 48 X 500 11,800.00 4 6 Unit Base Station Antenna Tri-radio Wifi 5 Ap With 12 Spatial Streams And A Selectable Beamforming Antenna, Designed For High-density Applications At Large Venues. Wifi 5 (5 Ghz Only) 12 Spatial Streams 465+ M² (5,000+ Ft²) Open Space Coverage 1,500+ Connected Devices Powered Using Poe++ (1) Gbe And (1) 10 Gbe Uplink Versatile Wall And Pole Mounting Phased Array Antenna System With Software-adjustable Coverage (50° Or 90°) Weatherproof (outdoor Exposed) 510,000.00 5 20 Unit Battery Module (sybt5) Sybt5 Apc Symmetra Lx 4kva Battery Module 720,000.00 6 20 Unit Lot 4: Ethernet Cards Network Adapter The Equipment Shall Be Brand New And Free From Defects Device Type: Network Adapter Form Factor: Plug-in Card - Low Profile Interface (bus) Type: Pci Express 3.0 Pci Specification Revision: Pcie 3.0 Ports: 10gb Ethernet X 2 Connectivity Technology: Wired Cabling Type: Ethernet 10gbase-t Data Link Protocol: 10 Gigabit Ethernet, Fibre Channel Over Ethernet (fcoe), Iscsi 336,000.00 Page 3 Of 5 Item No. Qty Description Total Data Transfer Rate: 10 Gbps "capacity: Qos Virtual Ports: Up To 64 Vlan Tags: Up To 4096" Network / Transport Protocol: Tcp/ip, Udp/ip, Ipsec, Iscsi, Smb, Nfs, Sctp Remote Management Protocol: Snmp, Dmi 2.0 "features: Mac Address Filtering, Ipv6 Support, Quality Of Service (qos), Virtual Machine Device Queues (vmdq), Ipv4 Support, Single Root I/o Virtualization (sr-iov), Tcp Segmentation Offload (tso), Pxe 2.0 Support, Extended Message-signaled Interrupts (msi-x), Virtual Extensible Lan (vxlan), Network Virtualization Using Generic Routing Encapsulation (nvgre), Intel Flow Director, Flexible Port Partitioning (fpp), Multi-mode I/o Virtualization Operations, Vlan Filtering, Intelligent Offloads" Compliant Standards: Ieee 802.1q, Ieee 802.1qbg Interfaces: 2 X 10gbase-t - Rj-45 Included Accessories: Low-profile Bracket Compliant Standards: Plug And Play, Rohs "os Required: Linux Kernel 2.6 Or Later Microsoft Windows Server 2008 R2 X64, Microsoft Windows Server 2012 X64, Microsoft Windows Server 2012 R2 X64, Windows 7/8/8.1/10 X64 Vmware Esxi 5.5 Or Later Red Hat Enterprise Linux 6.7 Or Later Suse Linux Enterprise Server 11 Or Later Freebsd 10.2 Or Later" 7 30 Unit Sfp-10g-t Compatible Taa 100/1000/10000base-tx Sfp+ Transceiver (copper, 30m, Rj-45) Technical Specifications Compatible Oem: Dell® Compatible With Oem Part Number(s): Sfp-10g- T Transceiver Type: Tx Reach: 30m Connector: Rj45 Form Type: Sfp+ Wavelength: N/a Media: Copper Speed Description: 10-gigabit Environment: 0 To 70c Speed: 100/1000/10000base Dom: Non:dom Physical Specifications Product Shipping Dimension(hxwxd): 1.2 In. X 2.75 In. X 4.75 In. Product Shipping Weight(lb): 0.4 Miscellaneous Country Of Origin: Usa/uk Eccn: 5a991 Hts-harmonized Code (uk): 85176200 Hts-harmonized Code (us): 8517.62.0090 Taa Compliant: Yes Unspsc Code: 43201553 Upc Code: 821455820278 What's In The Box: 1x Transceiver 90,000.00 Page 4 Of 5 Item No. Qty Description Total 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 13, 2025. 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

Municipality Of Batuan, Bohol Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals,plainly Marked''proposals For Supplying To The Government''subject To The Terms And Conditions Set Forth Will Be Received On_______________ Of _________________ And Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee Or Their Duly Authorized Representatives. Item Qty Unit Item Description Unit Cost Total Cost 1 Unit Professional Digital Console Microphone Mixer 20 Channels, 12 Stereo Microphone Inputs 4 Stereo Signal Audio Inputs, 2 Stereo Signal Outputs, 6 Sub/bus Out Signal, 1 Head Room Out, Digital Touch Screen Display For Easy Calibration, Individual Parametric Graphic Equalizers At 26 Equalizers, Hot Spot Operated At Google Play Remote Control/can Be Control On Any Android Gadgets, 5 Inch 7 Inch Touch Screen Display, All With Matrix Adjustmt Gate & Compressor Control, With Vocal Effects Processor, 3 Heavy Duty, Studio Master Digilive. 1 Unit Professional Digital Audio Processor Digital Speaker Management * Take Control Of Your Pa System With This State -of-the[1]art Loudspeaker Management System * Automatically Set Up Your Pa With Updated Wizard Functions *take Control Of The Drive Rack Pa2 With Your Favorite Mobile Device Or Laptop *enhanced Advanced Feedback Suppression And Autoeq Functions *includes Dbx's Legendary Compression *works With Android, Ios, Mac, And Windows Devices *built-in Crossover, Limiting, And Driver Alignment Delays 4 Units Professional Passive Sound Reinforced Speaker System, Dual 15 Inch With 4 Inch Compression Driver Unit, By Amp Design, 2500 Watts Each (rms), Plybeirge Box Enclosure, Long Thru Voice Quality At 110 Degrees Voice Caption Dipression, Heavy Duty Series 9 Units Professional Sound Reinforced Self Powered (powered) Speaker System With Compression Driver Unit, 12 Inch Speaker Driver With Compression Driver Unit, 500-800 Watts (rms) Self- Powered, Digital Back Control Display, With Tone Control And Gain Control 4 Units Professional Sound Reinforced Sublow Passive Speaker, Customed Made Speaker Enclosure At Textured Finished, W-box Jbl Design Customed With Unit Of 1,600w Rms- Original P. Audio 18 Inch Speaker Inclusion Heavy Duty, All Weather Passive 2 Units Professional Stereo Power Amplifier For Sublow Speaker Use, Toroidal Power Supply At 2000-4000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 2 Units Professional Stereo Power Amplifier For Mid Low- Mid Hi-use, Toroidal Power Supply At 1800-3000 Watts (rms) Per Channelx2, Powerful Power Transitor Type, Heavy Duty, 1 Unit Professional Professional Stereo Power Amplifier For Hi Mid Hi-use, Toroidal Power Supply At 800-2000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 1 Set Professional Wireless, Handheld Microphone System, 2 Handheld Mic In One Set At Uhf Frequency Battery Operated, Plus Ufh Main Receiver In One Set Ufh Frequency, 220v, 100 Meters Caption, 1 Unit Professional Automatic Voltage Regulator, With Time Delay, Servo Motor Type, With Volt Meter And Amphe- Re Meter, Dual Toroidal Power Supply, Prevents Fluctuation Of Electricity From Low Voltage To Hi Voltage To Electrical Normalization, 20,000 Watts-(20kva) Heavy Duty 1 Lot Hardware, Bolt, Screws, And Other Electrical Ancilaries For Electronic And Electrical Connectivity That Includes Bracketing For The Bleacher Speaker System, Its Safety Cabling And Audio And Electrical Terminal 1 Set Professional Snake Box Customized From Operator S Booth To Signal To User 16 I 4 Returns 4 Rolls Professional Stereo Signal Cable, 99.99 Percent Copper Pure, 400 Ohms, Copper Pure, Heavy Duty, 4 Rolls Professional 16-2 Cable Enclosure In One Insulation With Ground, Royal Cord 16-2, 99.99 Percent Copper, Oxygen Free, Use As Speaker Cable/ Supply Cable: 40 Pairs Professional Xlr Male And Female Connectors, 1 Lot Professional Systems Installation Fee That Includes A) Bracketing B) Mounting Of Equipments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Basic Maintenance Of The Said Supply Note: Along With This Package Is A Free 1 Set Of Stage Search/spotlight Red-green-blue-white Spot Colors 1 Set Supply And Professional Installation Of Led Wall With Protective Roll Up Covers, Its Framing Programming, Accessories And Electrical Supply Inclusions Per Set: 1 Set 60 Panels Of Led Wall At 50cmx50cm Per Set-- At P3.9 Projection Contrast Rate, Fine Quality, Ip66-67 All Weather Outdoor Led Wall Sytem, Water And Heat Proof, Programmable, Ultra High Definition, All Colors Available Real And Bright Image Projection, Can Form To Landscape Or Portrait Set Up Approximate Measurement When Assembled Per 40 Panels Of 50cm X 50cm= 8.65 Ft X 11.80 Ft 1 Unit- Led Wall Driver/ Controller, Heavy Duty 1 Unit: 30kva/30,000 Watts Automatic Voltage Regulator, Toroidal Power Supply With Voilt Meter And Ampere Meter Equipt With Time Delay And Servo Motor Type, Adopts Electricity Fluctuation Both Low And High Voltage, Heavy Duty 1set Metal Frame For Fixed Installation On The Stage 1 Set Protective Roll Ups, Stainless Steel Metal With Vertical Metal Support, Horizontal Roll Up Blades As Protective Cover, Heavy Duty, Customed Made 1 Unit Professional Computer Set With 24 Inch Computer Set Monitor, Computer Specs: *amd Ryzen 7 5700x 3.4ghz (4.6ghz Max Boost) Cpu Processor I 1tb Nvme Ssd Up To 30x Faster Than Traditional Hdd I 240mm Aio *nvidia Geforce Rtx 3060 12gb Gddr6 Graphics Card (brand May Vary) I 16gb Ddr4 Ram 3200 Gaming Memory With Heat Spreader I Windows 11 Home 64-bit *802.11 Ac I No Bloatware I Graphic Output Options Include 1x Display Port Guaranteed, Addiotional Ports May Vary I Usb Ports Including 2.0, 3.0, And 3.2 Gen 1 Ports I Hd Audio And Mic I Free Gaming Keyboard And Mouse *4 X Rgb Ring Fans For Maximum Air Flow, 11th Gen 1 Set Electrical Cables Its Safety Earth Groundings, Panels And Switches 1 Lot Professional Systems Installation That Includes Mounting Of Led Walls, Bracketing, Program Ming, Termination, Calibration And Orientation To End User 1 Unit Professional Stage And Entertainment Lighting And Effects Control With Bright Screen, Increased Processing Power, And Faster Graphics Engine, The Tiger Touch Ll Is The Most Specified Titan Console. * Represents The Perfect Combination Of Power And Portability * Small And Light Enough To Fly In Standard Hold Luggage *smpte Time Code Support And A Button Layout To Match The Entire Titan Range Quicksketch Labelling For Ultimate Personalization Powerfull Multi-user Networking With Any Titan Console Create Huge Effects In Seconds With Key Frame Shapes Feature-packed Cue Lists Supporting Macros, Tracking, Autoloads, Timecode And More Expand Dmx Channel Capacity With Titan Net Processors Synergy-ready. Add Any Ai Product To Unlock Seamless Video Integration 10 Unit Professional Beam 295 Moving Head Lights With Touring Hard Case Good For 2 Moving Heads Equivalent To 5 Touring Hard Case For 10 Units Of Beam 295 Features: 14r 295w Beam Moving Head Light Lamp: Roccer 14r 295w Channel Mode: 18 Dmx512 Channel Amazing Dot Matrix, Four Tact Switch, 180◦ Turning Show Color Wheel: 14colors + White, And Seven Colors Effect Gobowheel: 14 Gobos (8fixed Gobos + 5 Glasses Gobos + White) Effect Wheel: 6 Independent Prisms, 8 Prism/ T Prism/ 6+12 Prism/16 Prism/t Prism/8+16+24 Prism, Can Combine 17 Kinds Of Prism Effects 32 Units Professional Par Led Light Stage Color Changer Lights, Red Green Blue White Color Combination Heavy Duty 3 Watter Equals 162 Watts Over All At 54 Bulb Or 18 Bulbs At 9 Watts Per Bulb 2 Units Professional Crank Case Type Tripod Heavy Duty Lighting Stand Controls Up And Down Of Installed Lights, Easy Movable In Different Angles, Load Up To 70 Lkgs, Can Accommodate 8 Units Of Par Led Lights 2 Units Professional Power Smoke Machine System With 2 Liters Unscented Smoke Fluid Free Each Machine 1,500 Watts 4 Rolls Number 16 Pure Copper Power Dupex Cable, Heavy Duty, Philippine Standard Strand 5 Rolls Professional Dmx Cable, Signal Microphone Cable 100-400 Ohms Impedance, Heavy Duty, Pure Copper 99.99 Percent Coper, 2 Shielded Plus One Ground Wire In One Consolidated Cable, 4 Units Professional Dmx Lightings Signal Splitter, Heavy Duty At 8 Splits 1 Units Professional Automatic Voltage Regulator 30 Kva (30,000 Watts) With Ampere Meter And Volt Meter, Equip With Time Delay, Servo Motor Type, Toridal Power Supply, Dual Power Supply Winding At Pure Copper At Power Supply In One Cabinet, Enclose In One Stainless Steel Metal Cabinet, With Locking System And Caster Wheel For Mobility Protects All Lighting Equipments From Power Interruption That May Cause Power Fluctuation Form Low Voltage And Hi Voltage To Normalization Or Voltage Normalization 1 Lot Electronics Connector For All Electronic Connectivity 1 Lot Electrical Connectors, Panels, Outlets And Plugs 1 Lot Professional Systems Installation That Includes: A) Bracketing B) Mounting Of Equiptments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Personnel To Operate On Basic Programming And Maintenance Of The Said Supply Total Total Bid/quotation Should Not To Exceed The Approved Abc Name Of Project: Purchase Of Supply Of Audio And Lighting Equipment With Systems Programming And Led Wall For Batuan Gymnasium Place Of Delivery:pob. Sur , Batuan, Bohol Time Of Delivery:__________________ Date Of Delivery:___________________ Bid Security Surety (5%) Cash Guarantee (2%) I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby. _______________________________ Name & Signature Of Bidder Eliseo B. Sumampong Bac Chairman

Municipality Of Bayambang Pangasinan Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
Details: Description General Specifications Project : Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Location : Municipal Compound, Zone Ii, Bayambang, Pangasinan Area : 8,579.28 Sq.m These Specifications Are Intended To Cover The Construction Of The Rehabilitation Of Mdrrmo (retrofitting Of Column, Septic Tank, Comfort Rooms, Ceiling, Wall And Electrical Works) As Shown On The Plans And Described In These Specifications. The Entire Work Is To Be Finished In Every Part With A First-class Job To The Full Extent Of The Meaning Of Plans And Specifications. Intent And Application Of The Provisions Of This Section A. The Scope Of Work Covered Within These Specifications Is The Complete Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Located In Municipal Compound, Zone Ii, Bayambang, Pangasinan. B. This Section Is Prepared In A Concise Manner, The Intention Of Which Is To Save Time And Effort In Locating Important Contents Within These Specifications. C. Execution Of This Section Shall Be Coordinated And Harmonized To Each Corresponding Elaborated Section Of These Same Specifications. D. In Case Discrepancies Exist Between This Section And Its Corresponding Elaborated Sections, Notify The Procuring Entity Immediately For Clarification; Their Decision Shall Be Final. E. The Contractor Shall Bear The Responsibility Of Checking All The Numbers And Units As Indicated In The Bill Of Quantities. It Is Understood That The Contractor Shall Supply And Install The Required Units In Accordance With The Plans And The Specifications. F. In Their Big Proposal, The Bidders May Propose Materials Or Equipment Or Makes Other Than Those Specified In The Boq And/or Specifications, Provided They Are Of Equivalent Specifications And Functionalities. G. During Project Implementation, The Winning Bidder/contractor May Propose Substitution Of Materials Or Equipment Or Makes Other Than Those Specified In The Contract Documents Shall Be Subject To The Approval Of The Procuring Entity For The Following Reasons Only. 1. That The Materials Or Equipment Proposed Substitution Is Equal Or Superior To The Materials Or Equipment Specified In Construction Efficiency And Utility Provided That Any And All Costs Relative Thereof Shall Be Shouldered By The Contractor. 2. Or That The Materials Or Equipment Specified Cannot Be Delivered To The Job Site On Tome To Complete The Work Of The Contractors Due To Conditions Beyond The Control Of The Contractor. 3. In Case Of A Price Difference, The Procuring Entity Shall Receive All Benefits Of The Difference In Cost Involved In Any Substitution And The Contract Shall Be Altered By Change Order To Credit The Procuring Entity With Any Savings So Obtained. H. To Receive Consideration, Request(s) For Substitution Shall Be Accompanied By Documentary Proof Of Equality Or Difference In Price And Delivery, If Any, In The Form Of Certified Quotations And Guaranteed Date Of Delivery From Suppliers Of Either The Proposed Substituted Materials Or Equipment. General Conditions Of Plans And Specifications The Execution Of This Specification, Plans And Other Related Contract Documents Shall Be Subjected To The Rules And Regulations As Provided In The General Conditions Of The Contract. The Plans And Specifications Shall Be Interpreted By The Procuring Entity And Or His/her Representative. The Contractor Is Enjoined To Confer With The Procuring Entity On Items For Clarification Before Submitting His Bid. No Excuses Shall Be Entertained For Misinterpretation Of The Plans And Specifications After The Award Of Contract. All Work As Deemed Required By The Procuring Entity Shall Be Carried Out Properly By The Contractor. A. The Contractor Shall Consult The Procuring Entity On Portion Of The Work Not Mentioned In The Specifications And Not Illustrated On The Plans. He Shall Not Work Without Proper Instruction Or Detailed Plans Approved By The Procuring Entity, Otherwise He Shall Be Responsible For The In Acceptance Of The Work Done Without Details. In Such Case, The Contractor Shall Make Good The Work At His Own Expense. B. No Alteration Or Addition Shall Be Allowed Without The Consent And Proper Documentation Approved By The Procuring Entity, Even Such Change Is Ordered By The Procuring Entity. The Contractor Shall Bring The Case To The Procuring Entity. Request For Approval Of Such Changes, Alteration, Deviation Of Work Shall Not Be Done Without The Consent Of The Procuring Entity. Changes May Be Presented To The Procuring Entity In The Form Of Shop Drawings. Two (2) Sets Of Clean Plans And Specification Shall Always Be Kept At The Jobsite To Be Available To The Procuring Entity Or Their Representative Upon His Request During The Construction. Part D. Electrical Works Item 1100. Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Description This Item Shall Consist Of The Furnishing And Installation Of The Complete Conduit Work Consisting Of Electrical Conduits; Conduit Boxes Such As Junction Boxes, Pull Boxes, Utility Boxes, Octagonal And Square Boxes; Conduit Fittings Such As Couplings, Locknuts And Bushings And Other Electrical Materials Needed To Complete The Conduit Roughing-in Work Of This Project. Material Requirements: All Materials Shall Be Brand New And Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Philippine Standard Agency (psa) Mark. Conduits Conduits Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. Intermediate Metal Conduit May Be Used If Shown Or Specified On The Approved Plans. Pvc Conduit If Required Shall Be Schedule 40. Enamel Coated Steel Conduits And Conduits With Rough Inner Surfaces Are Not Acceptable. Conduit Boxes All Conduit Boxes Shall Be Code Gauge Steel And Galvanized. Outlet Boxes Shall Be Galvanized Pressed Steel Of Standard Make. In General, Outlet Boxes Shall Be At Least 100 Mm Square Or Octagonal, 53 Mm Deep And 16 Mm Minimum Gauge. Conduit Fittings All Conduit Fittings Such As Locknuts And Bushings Shall Be Galvanized Of Standard Make. Construction Requirements: All Works Throughout Shall Be Executed In The Best Practice In A Workmanlike Manner By Qualified And Experienced Electricians Under The Immediate Supervision Of A Duly Licensed Electrical Engineer. Conduits Conduits Should Be Cut Square With A Hacksaw And Reamed. Bends Shall Be Made With The Required Radius. In Making Bends Only Conduit Bending Apparatus Will Be Used. The Use Of A Pipe Tee Or Vise For Bending Conduits Shall Not Be Permitted. Conduits Which Have Been Crushed, Deformed Or Flattened Shall Not Be Installed. No Running Thread Shall Be Allowed. Conduit Runs Crossing Construction Joints Of The Building Shall Be Provided With Standard Expansion Fittings Of The Approved Type. No Conduits Shall Be Used In Any System Smaller Than 12 Mm Diameter Electric Trade Size Nor Shall Have More Than Four (4) 9o-degree Bends In Anyone Run And Where Necessary, Pull Boxes Shall Be Provided. All Ends Of Conduits Which Are Left Empty In Cabinets And Conduit Boxes Shall Be Plugged With Lead Or Approved Pipe Caps So As To Prevent The Entrance Of White Ants And Dirt Within The Conduit System. Pull Wires Shall Be Inserted In The Empty Ducts Before They Are Closed With Lead Or Pipe Caps And Shall Be Left Therein For Future Use. On Exposed Work, All Pipes And Outlet Boxes Shall Be Secured By Means Of Galvanized Metal Clamps Which Shall Be Held In Place By Means Of Machine Screws. When Running Over Concrete Surfaces, The Screws Shall Be Held In Place By Means Of Expansion Sleeves For Big Pipes And Rolled Lead Sheet For Small Pipes. All Pipes Shall Be Run At Right Angles To And Parallel With The Surrounding Walls. No Diagonal Run Shall Be Allowed And All Bends And Offsets Shall Be Avoided As Much As Possible. Conduits Shall Be Supported At 1,500 Mm Intervals Maximum. Conduit Boxes & Fittings Provide Conduit Boxes For Pulling And Splicing Wires And Outlet Boxes For Installation Of Wiring Devices. As A Rule, Provide Junction Boxes Or Pull Boxes In All Runs Greater Than 30 Meters In Length, For Horizontal Runs. For Other Lengths, Provide Boxes As Required For Splices Or Pulling. Pull Boxes Shall Be Installed In Inconspicuous But Accessible Locations. Support Boxes Independently Of Conduits Entering By Means Of Bolts, Red Hangers Or Other Suitable Means. Conduit Boxes Shall Be Installed Plumb And Securely Fastened. They Shall Be Set Flush With The Surface Of The Structure In Which They Are Installed Where Conduits Are Run Concealed. All Convenience And Wall Switch Outlet Boxes For Concealed Conduit Work Shall Be Deep, Rectangular Flush Type Boxes. Four-inch Octagonal Flush Type Boxes Shall Be Used For All Ceiling Light Outlets And Shall Be Of The Deep Type Where Three Or More Conduits Connect To A Single Box. Floor Mounted Outlet Boxes Required Shall Be Waterproof Type With Flush Brass Floor Plate And Brass Bell Nozzle. All Boxes Shall Be Painted With Antirust Red Lead Paint After Installation. All Conduits Shall Be Fitted With Approved Standard Galvanized Bushing And Locknuts Where They Enter Cabinets And Conduit Boxes. Junction And Pull Boxes Of Code Gauge Steel Shall Be Provided As Indicated Or As Required To Facilitate The Pulling Of Wires And Cables. General Specifications The Work To Be Done Under This Division Of Specifications Consists Of The Fabrication, Furnishing, Delivery And Installation, Complete In All Details Of The Electrical Work, At The Subject Premises And All Work Material's Incidental To The Proper Completion Of The Installation, Except Those Portions Of The Work Which Are Expressly Stated To Be 90ne By Other Fields. All' Works Shall Be Done In Accordance With The Rules And Regulations And With The Specifications. Specifications On: 1. Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). 2. Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. 3. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Auxiliary Systems All Auxiliary Systems Such As Telephone And Intercom System, Time Clock System, Fire Alarm System And Public Address/nurse's Call/paging System Installations Shall Be Done In Accordance With The Approved Design. All Materials To Be Used Shall Conform To The Bureau Of Product Standards (bps) Specifications. Important Requirement Regarding Supervision Of The Work And Submission Of Certificate Of Completion. All Wiring Installation Herein Shall Be Done Under The Direct Supervision Of A Licensed Electrical Engineer At The Expense Of The Contractor. The Contractor Shall Submit The Certificate Of Completion Duly Approved By The Owner's Representative. Test And Guarantee Upon Completion Of The Electrical Construction Work, The Contractor Shall Provide All Test Equipment And Personnel And To Submit Written Copies Of All Test Results. The Contractor Shall Guarantee The Electrical Installation Are Done And In Accordance With The Approved Plans And Specifications. The Contractor Shall Guarantee That The Electrical Systems Are Free From' All Grounds And From All Defective Workmanship And Materials And Will Remain So For A Period Of One Year From Date And Acceptance Of Works. Any Defect Shall Be Remedied By The Contractor At His Own Expense. Method Of Measurement The Work Under This Item Shall Be Measured Either By Lengths, Pieces, Pairs, Lot And Set Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1100 Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Lot Item 1101. Wires And Wiring Devices Description This Item Shall Consist Of The Furnishing And Installation Of All Wires And Wiring Devices Consisting Of Electric Wires And Cables, Wall Switches, Convenience Receptacles, Heavy Duty Receptables And Other Devices Shown On The Approved Plans But Not Mentioned In These Specifications. Material Requirements Wires And Cables Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Psa Mark. Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. All Wires Shall Be Copper, Soft Drawn And Annealed, Smooth And Of Cylindrical Form And Shall Be Centrally Located Inside The Insulation. All Wiring Devices Shall Be Standard Products Of Reputable Electrical Manufacturers. Wall Switches Shall Be Rated At Least 1 Oa, 250 Volts And Shall Be Spring Operated, Flush, Tumbler Type. Duplex Convenience Receptacles Shall Be Rated At Least 15a, 250 Volts, Flush, Parallel Slots. Single Heavy Duty Receptacles Shall Be Rated At Least 20a, 250 Volts. 3wire, Flush, Polarized Type. Construction Requirements Conductors Or Wires Shall Not Be Drawn In Conduits Until After The Cement Piaster Is Dry And The Conduits Are Thoroughly Cleaned And Free From Dirt And Moisture. In Drawing Wires Into Conduits, Sufficient Slack Shall Be Allowed To Permit Easy Connections For Fixtures, Switches, Receptacles And Other Wiring Devices Without The Use Of Additional Splices. All Conductors Of Convenience Outlets And Lighting Branch Circuit Home Runs Shall Be Wired With A Minimum Of 3.5 Mm In Size. Circuit Home Runs To Panel Boards Shall Not Be Smaller Than 3.5 Mm But All Home Runs To Panel Board More Than 30 Meters Shall Not Be Smaller Than 5.5 Mm. No Conductor Shall Be Less Than 2 Mm In Size. All Wires Of 14mm And Larger In Size Shall Be Connected To Panels And Apparatus By Means Of Approved Type Lugs Or Connectors Of The Solder Less Type, Sufficiently Large Enough To Enclose All Strands Of The Conductors And Securely Fastened. They Shall Not Loosen Under Vibration Or Normal Strain. All Joints, Taps And Splices On Wires Larger Than 14 Mm Shall Be Made Of Suitable Solder Less Connectors Of The Approved Type And Size. They Shall Be Taped With Rubber And Pvc Tapes Providing Insulation Not Less Than That Of The Conductors. No Splices Or Joints Shall Be Permitted In Either Feeder Or Branch Conductors Except Within Outlet Boxes Or Accessible Junction Boxes Or Pull Boxes. All Joints In Branch Circuit Wiring Shall Be Made Mechanically And Electrically Secured By Approved Splicing Devices And Taped With Rubber And Pvc Tapes In A Manner Which Will Make Their Insulation As That Of The Conductor. All Wall Switches And Receptacles Shall Be Fitted With Standard Bakelite Face Plate Covers. Device Plates For Flush Mounting Shall Be Installed With All Four Edges In Continuous Contact With Finished Wall Surfaces Without The Use Of Coiled Wire Or Similar Devices. Plaster Fillings Will Not Be Permitted. Plates Installed In Wet Locations Shall Be Gasketed. When More Than One Switch Or Device Is Indicated In A Single Location, Gang Plate Shall Be Used. Method Of Measurement The Work Under This Item Shall Be Measured Either By Meters, Rolls, Pieces, And Set, Actually Placed And Installed As Shown On The Plans. Basis Of Payment All Work Performed And Measured And As Provided For In This Bid Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1101 Wires And Wiring Devices Lot Item 1102. Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Description This Item Shall Consist Of The Furnishing And Installation Of The Power Load Center Unit Substation Or Low Voltage Switchgear And Distribution Panel Boards At The Location Shown Or The Approved Plans Complete With Transformer, Circuit Breakers, Cabinets And All Accessories, Completely Wired And Ready For Service. Material Requirements All Materials Shall Be Brand New And Shall Be Of The Approved Type. It Shall Conform To The Requirements Of The Philippine Electrical Code And Shall Bear The Philippine Standard Agency (psa) Mark. Power Load Center Unit Substation The Contractor Shall Furnish And Install An Indoor-type Power Load Center Unit Substation At The Location Shown On The Approved Plans If Required. It Shall Be Totally Metal-enclosed, Dead Front And Shall Consist Of The Following Coordinated Component Parts: High Voltage Primary Section: High Voltage Primary Incoming Line Section Consisting Of The Following Parts And Related Accessories: A. One (1) Air-filled Interrupter Switch, 2-position (open-close) Installed In A Suitable Air Filled Metal Enclosure And Shall Have Sufficient Interrupting Capacity To Carry The Electrical Load. It Shall Be Provided With Key Interlock With The Cubicle For The Power Fuses To Prevent Access To The Fuses Unless The Switch Is Open. B. Three (3)-power Fuses Mounted In Separate Compartments Within The Switch Housing And Accessible By A Hinged Door. C. One 1) Set Of High Voltage Potheads Or 3-conductor Cables Or Three Single Conductor Cables. D. Lightning Arresters Shall Be Installed At The High Voltage Cubicle If Required. Items (a) And (b) Above Could Be Substituted With A Power Circuit Breaker With The Correct Rating And Capacity. Transformer Section The Transformer Section Shall Consist Of A Power Transformer With Ratings And Capacities As Shown On The Plans. It Shall Be Oil Liquid-filled Non-flammable Type And Designed In Accordance With The Latest Applicable Standards. The Transformer Shall Be Provided With Four (4 Approximately 2 1/2 % Rated Kva Taps On The Primary Winding In Most Cases One (1) Above And Three (3) Below Rated Primary Voltage And Shall Be Changed By Means Of Externally Gang-operated Manual Tap Changer Only When The Transformer Is De-energized. Tap Changing Under Load Is Acceptable If Transformer Has Been So Designed. The Following Accessories Shall Be Provided With The Transformer, Namely: Drain Valve, Sampling Device, Filling Connection, Oil Liquid Level Gauge, Ground Pad, Top Filter Press Connection, Lifting Lugs, Diagrammatic Nameplate, Relief Valve, Thermometer And Other Necessary Related Accessories. The High-voltage And Low-voltage Bushings And Transition Flange Shall Be Properly Coordinated For Field Connection To The Incoming Line Section And Low Voltage Switchboard Section, Respectively. Low-voltage Switchboard Section The Low-voltage Switchboard Shall Be Standard Modular-unitized Units, Metal-built, Dead Front, And Safety Type Construction And Shall Consist Of The Following: A. Switchboard Housing The Housing Shall Be Heavy Gauge Steel Sheet, Dead Front Type, Gray Enamel Finish Complete With Frame Supports, Steel Bracings, Steel Sheet Panel Boards, Removable Rear Plates, Copper Bus Bars, And All Other Necessary Accessories To Insure Sufficient Mechanical Strength And Safety. It Shall Be Provided With Grounding Bolts And Clamps. B. Secondary Metering Section The Secondary Metering Section Shall Consist Of One (1) Ammeter, Ac, Indicating Type; One (1) Voltmeter, Ac, Indicating Type, One (1) Ammeter Transfer Switch For 3-phase; One (1) Voltmeter Transfer Switch For 3phase; And Current Transformers Of Suitable Rating And Capacity. The Above-mentioned Instruments Shall Be Installed In One Compartment Above The Main Breaker And Shall Be Complete With All Necessary Accessories Completely Wired, Ready For Use. C. Main Circuit Breaker The Main Circuit Breaker Shall Be Draw-out Type, Manually Or Electrically Operated As Required With Ratings And Capacity As Shown On The Approved Plans. The Main Breaker Shall Include Insulated Control Switch If Electrically Operated, Manual Trip Button, Magnetic Tripping Devices, Adjustable Time Over Current Protection And Instantaneous Short Circuit Trip And All Necessary Accessories To Insure Safe And Efficient Operation. D. Feeder Circuit Breakers There Shall Be As Many Feeder Breakers As Are Shown On The Single Line Diagram Or Schematic Riser Diagram And Schedule Of Loads And Computations On The Plans. The Circuit Breakers Shall Be Draw Out Or Molded Case As Required. The Circuit Breakers Shall Each Have Sufficient Interrupting Capacity And Shall Be Manually Operated Complete With Trip Devices And All Necessary Accessories To Insure Safe And Efficient Operation. The Number, Ratings, Capacities Of The Feeder Branch Circuit Breakers Shall Be As Shown On The Approved Plans. Circuit Breakers Shall Each Be Of The Indicating Type, Providing "on" - "off" And "trip" Positions Of The Operating Handles And Shall Each Be Provided With Nameplate For Branch Circuit Designation. The Circuit Breaker Shall Be So Designed That An Overload Or Short On One Pole Automatically Causes All Poles To Open. Low-voltage' Switchgear (for Projects Requiring 'low-voltage Switchgear Only). The Contractor Shall Furnish And Install Low-voltage Switchgear At The Location Shown On The Plans. It Shall Be Metal-clad, Dead Front, Free Standing, Safety Type Construction And Shall Have Copper Bus Bars Of Sufficient Size, Braced To Resist Allowable Root Mean Square (rms) Symmetrical Short Circuit Stresses, And All Necessary Accessories. The Low-voltage Switchgear Shall Consist Of The Switchgear Housing, Secondary Metering, Main Breaker And Feeder Branch Circuit Breakers And All Necessary Accessories, Completely Wired, Ready For Service. Grounding System: All Non-current Carrying Metallic Parts Like Conduits, Cabinets And Equipment Frames Shall Be Properly Grounded In Accordance With The Philippine Electrical Code, Latest Edition. The Size Of The Ground Rods And Ground Wires Shall Be As Shown On The Approved Plans. The Ground Resistance Shall Not Be More Than 5 Ohms. Panel Boards And Cabinets Panel Boards Shall Conform To The Schedule Of Panel Boards As Shown On The Approved Plans With Respect To Supply Characteristics, Rating Of Main Lugs Or Main Circuit Breaker, Number And Ratings And Capacities Of Branch Circuit Breakers. Panel Boards Shall Consist Of A Factory Completed Dead Front Assembly Mounted In An Enclosing Flush Type Cabinet Consisting Of Code Gauge Galvanized Sheet Steel Box With Trim And Door. Each Door Shall Be Provided With Catch Lock And Two-(2) Keys. Panel Boards Shall Be Provided With - Directories And Shall Be Printed To Indicate Load Served By Each Circuit. Panel Board Cabinets And Trims Shall Be Suitable For The Type Of Mounting Shown On The Approved Plans. The Inside And Outside Of Panel Board Cabinets And Trims Shall Be Factory Painted With One Rust Proofing Primer Coat And Two Finish Shop Coats Of Pearl Gray Enamel Paint. Main And Branch Circuit Breakers For Panel Boards Shall Have The Rating, Capacity And Number Of Poles As Shown On The Approved Plans. Breakers Shall Be Thermal Magnetic Type. Multiple Breaker Shall Be Of The Common Trip Type Having A Single Operating Handle. For 50-ampere Breaker Or Less, It May Consist Of Single-pole Breaker Permanently Assembled At The Factory Into A Multi-pole Unit. Construction Requirements The Contractor Shall Install The Power Load Center Unit Substation Or Low-voltage Switchgear And Panel Boards At The Locations Shown On The Approved Plans. Standard Panels And Cabinets Shall Be Used And Assembled On The Job. All Panels Shall Be Of Dead Front Construction Furnished With Trims For Flush Or Surface Mounting As Required. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set And Pieces Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1102 Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Lot Item 1103. Lighting Fixtures And Devices Specifications On: Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set, Pieces, Or Lot Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1103 Lighting Fixtures And Devices Lot Item 1208. Fire Alarm System Manual Fire Alarm Bell Fire Alarm Bell Dimensions: 6" Or 150mm X 61mm Height Material: Metal Gong, Plastic Base Operating Voltage: 220v Ac+-5% Operating Current: 95db Break Glass Fire Alarm Switch Dimensions: 3-1/2" X 3-1/2" X 2" Https://drive.google.com/drive/folders/1m_6il4ggq7pv2auiduf0y0nk0b6rz5om?usp=sharing

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: The Federal Bureau Of Prisons Seeks A Contractor To Provide Community-based Outpatient Substance Use Disorder And Mental Health Treatment Services To Male And Female Adults In Custody (aics) In Community Placement Residing In A Residential Reentry Center (rrc), On Home Confinement, Or On Federal Location Monitoring Or, If Applicable, Reporting To A Day Reporting Center, In Fort Worth, Texas. services Are Needed Within A Six (6) Mile Radius Of Fritz G Lanham Federal Building, 819 Taylor Street, Fort Worth, Texas, 76102 And Within A Half (½) Mile To A Bus Stop. This Requirement Will Ensure The Contractor Is Located Within Walking Distance Of Public Transportation, Aics Are Not Subjected To Walking Long Distances In Inclement Weather, And Accountability Of Aics Is Maintained At The Performance Site(s). services Are To Be Delivered In-person At Performance Site(s) Meeting The Solicitation Restrictions And May Also Be Provided By Telehealth, According To Sow Requirements. Telehealth Is Defined As Audio-visual, Two-way Interactive Communication. Audio-only Services Are Allowed In Limited Circumstances And Requires Pre-approval. The Method Of Service Delivery Is Contingent On The Requirements Of The Contract, Contractor Capabilities, Accessibility And Technical Availability Of The Aic, And The Type Of Service Being Rendered, E.g., Intake And Clinical Assessments Must Be Provided In-person, Unless Preauthorized On A Case-by-case Basis. The Use Of Telehealth For The Delivery Of Services Must Not Be Simply For The Sake Of Convenience For The Contractor Or The Aic But Based On Sound Clinical Judgment, Resulting In A Treatment Delivery Of Both In-person And Telehealth Services, As Defined Above, With Very Limited Or No Audio-only Services Taking Place. performance Periods Under This Contract Will Be For A One-year Base Period Estimated To Begin On March 01, 2025, With Four (4) One-year Option Periods, With Services Ending (if All Options Years Are Renewed) On February 28, 2030. The Services Required For This Contract Include A Base Year; Option Year One, Option Year Two, Option Year Three, And Option Year Four. all Treatment Services Are To Be Provided By Clinicians Who Currently Hold A Professional License To Practice Independently, Without Supervision, In The State Of Texas. the Estimated Requirements For Community Treatment Services For Male And Female Federal Offenders Includes: base Year: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year One: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year Two: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year Three: Option Year One: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year Four: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 potential 6 Month Ext: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 the Requirements For The Base Period May Change, Depending On The Actual Date Of Award. these Services Shall Be In Accordance With The Federal Bureau Of Prisons (bop) Community Treatment Services (cts) Statement Of Work, 2022. The Request For Quotation Will Be Available On Or About January 29, 2025, And Will Be Distributed Solely Through The General Services Administration’s Website Http: //www.sam.gov. hard Copies Of The Quotation Will Not Be Available. The Site Provides Downloading Instructions. All Future Information About This Acquisition, Including Quotation Amendments, Will Be Distributed Solely Through This Site. Interested Parties Are Responsible For Monitoring This Site To Ensure That They Have The Most Up-to-date Information About This Acquisition. the Estimated Closing Date Will Be On Or About February 19, 2025 At 12 Pm Est. this Requirement Will Be Set-aside For Small Businesses. The Bureau Anticipates Awarding An Indefinite Delivery, Indefinite Quantity Type Contract With Firm-fixed Unit Prices. All Responsible Business Concerns May Submit A Quote Which Will Be Considered By This Agency. Questions Concerning This Pre-solicitation Notice Should Be Directed To Kathaleen Cannon, Contracting Officer, At 202-598-6137 Or Via Email To Kacannon@bop.gov Considering The Solicitation Notice Posting On Sam.gov On Or About January 29, 2025.

Landkreis Elbe Elster Tender

Civil And Construction...+1Road Construction
Germany
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Expansion Od Buckau, 2nd phase: removing/milling asphalt pavement, approx. 3,000 m² road surface construction - asphalt pavement in deep installation, approx. 3,550 m² road surface renewal - asphalt pavement in high installation, approx. 400 m² high and round curbs, approx. 1,100 m curbs with integrated drainage (high curb gutter) - incl. Drainage Approx. 100 m of rainwater canal Dn 300 Approx. 70 m of rainwater canal Dn 500 to Dn 600, Approx. 350 m of street drains 27 pieces of shafts (dn1000 - Dn1500) 13 pieces of marking and signage work Pavement fixing - sidewalk, driveways Approx. 1,450 m² of deep concrete curbs Approx. 950 m of topsoil covering, grass seeding Approx. 1,200 m² of bus stops with tactile elements and 1 waiting shelter

Stadt K Nigs Wusterhausen, Dezernat Zentrale Dienste Und Finanzen, Amt Verwaltungsmanagement, Sachgebiet Vergabe Vertragsmanagement Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: The town of Königs Wusterhausen intends to award the construction work in the construction project "conversion of bus stops with crossing aid and car park Niederlehmer Chaussee L30" in 15713 Königs Wusterhausen - Ot Wernsdorf. The subject of this tendering procedure is the construction preparation / clearing of the construction site. Rough quantities of the measure: 1. Construction site preparation - setting up and clearing the construction site - maintaining the construction site - staking out the construction area - erecting, maintaining and removing 20.00 m of construction fencing 2. Traffic safety - traffic law. Obtaining orders - 20.00 m of protective fence erected - clearing - moving the protective fence 3. Demolition, felling and clearing work - 23.00 pieces of felling trees, trunk circumference 30 - 50 cm - 18.00 pieces of felling trees, trunk circumference >50 - 100 cm - 27.00 pieces of felling trees, trunk circumference >100 - 200 cm - 2.00 pieces of felling trees, trunk circumference >200 cm - 250 cm - 3,500.00 m2 of building site clearing branches, growth, trunk circumference. Up to 50 cm - professional disposal of cuttings, trunks, roots and crown material

Moravskoslezsky Region Road Administration, Contribution Organization Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date13 Jan 2025
Tender AmountCZK 430 K (USD 17.6 K)
Details: The Subject of the Public Procurement is the Conclusion of a Contract for Works with a Single Supplier for the Construction of a Temporary Roundabout of Mostní X Frýdecká Streets in the Area of Existing Paved Areas Managed by the Contracting Authority. A Combination of Horizontal and Vertical Markings Together with Traffic Equipment is Used for the Design. Technical Specification: Within the Existing Area, It Is Possible to Place a Mesh with a Max. External Diameter of 19.50 M in Place. The Middle Island Is Designed from Concrete City Block Elements of 1.0 M Length, Which Will Be Placed According to the Trajectories of the Passage of the Longest Vehicle Considered in the Place, Which May Be a Bus of 15.00 M Length or a Semi-trailer. The classic concrete ring road is proposed to be replaced by installing short transverse speed bumps, which will direct passing vehicles (especially passenger and delivery vehicles) to the proposed ring road. The islands at the entrance to the intersection are proposed to be made from a combination of Vdz V4 0.25 and V13, in which a plastic beacon Honor will be placed. The minimum width of the entrance lane to the intersection is designed to be 4.05 m. In the direction of travel from Ul. Mostní to Ul. Pulnicíté, a modification is then designed from City Block elements with a length of 2.0 m, limiting the tangential passage of vehicles in this direction. The proposed solution is graphically shown in drawing number 1. The trajectories of the selected vehicles are shown in drawing number 2. The marking of the traffic signs is shown in drawing number 3. All these drawings are part of the processed project documentation.

Lučina village Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Czech Republic
Closing Date7 Feb 2025
Tender AmountCZK 20.8 Million (USD 859.8 K)
Details: The subject of the public contract is the construction of a new barrier-free sidewalk, which continues the existing sidewalk in the village of Lučina. The sidewalk is 1024.5 m long, runs in a green area and is located in the suburbs of the villages of Lučina and Pazderna along the road Iii/4737. As part of this construction, the piping will be connected to the existing culvert under the road. The transverse slope is designed to be 2.0%, the longitudinal slope copies the adjacent road Iii/4737. The sidewalk is designed as barrier-free with a warning strip for the blind. The warning strips will be lined with flat paving without a beveled edge. The beginning and end of the section will require partial modification of the existing paved areas and widening of the road to a passable width of 6.5 m. There are a total of 2 bus stops on the construction site. The stop in the direction of Pazderná will be modified. The stop in the direction of Lučina is unchanged. Along the existing cemetery wall, concrete palisades 120x165x800 are designed, placed in concrete at least 1/3 of the height of the palisade. The palisades will be placed approximately 65 cm from the cemetery wall. The space between the cemetery wall and the palisade will be filled with gravel. The end of the sidewalk is at the entrance to the cemetery in Pazderná. The subject of the public contract is described in more detail in the project documentation from 06/2023, prepared by Ing. Michal Slanina, Men's Nové Dvory 3736, Frýdek – Místek, 738 01, Ičo: 76428052, Authorized Engineer for Traffic Constructions Čait:1103465
4771-4780 of 4789 archived Tenders