Bus Tenders
Bus Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For 4184 American National Standards Institute/building Owners And Managers Association (ansi/boma) Office Area (aboa) Square Feet Of Office Space In Prince George S County, Md
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For 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. 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 Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered In 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 Va. 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 05 510 Butler Avenue, Building 306a, Martinsburg, Wv, 25405 description: The Va Seeks To Lease Approximately 4184 Aboa (nusf) Square Feet (sf) Of Office Space And 20 Parking Spaces For Use By The Va As Clinical Space In The Delineated Area Explained Below Within The Prince George S County, Md Area. Va Will Consider Space Located In An Existing Building As Well As New Construction Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered. lease Term: Not To Exceed 20 Years. 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: Rt 214
east: Rt 4 South Maryland Blvd
south: Rt 234
west: Potomac
additional Requirements: (1) A Contiguous First Floor Space Is Preferred But A Contiguous Single Floor Space May Be Considered. (2) Bifurcated Sites, Exclusive Of Parking, Are Not Permissible. (3) It Is Preferred That Column Size Not Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet. (4) Offered Space Cannot Be In The Fema 100-year Flood Plain. (5) Offered Space Must Be Zoned For The Va S Intended Use.
(6) Offered Space May Not Be Considered If Located Near Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. (7) Offered Space May Not Be Considered If Located Near Residential Or Industrial Areas. (8) Space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. (9) It Is Preferred That Offered Space Be Near A Hospital Or Stand-alone Emergency Room Center And A Fire Department. (10) It Is Preferred That Offered Space Be Near Public Transportation. (11) 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 Request For Proposals. (12) A Fully Serviced Lease Is Required. all Submissions Should Include The Following Information: (1) Name Of Current Owner. (2) Address Or Described Location Of Building. (3) Location On Map Demonstrating The Building Lies Within The Delineated Area. (4) Description Of The Uses Of Adjacent Properties. (5) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes. (6) A Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction. (7) Site Plan Depicting The Property Boundaries, Building, And Parking. (8) Floor Plan, Aboa, And Rsf Of Proposed Space. (9) 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 $41.5 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required, To Submit A Capabilities Statement. (10) A Document Indicating The Type Of Zoning (11) A Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use. (12) A Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 12:00 P.m. Local Time. e-mail Responses To: David.parker3@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 [$41.5 Million]. Responses To This Notice Will Assist The Leasing Contracting Officer (lco) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. 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 Is Not A Request For Proposals. This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including 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 Sheet 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, Dunn & Bradstreet 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) And; (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 prince George S County, Md - Lease Sources Sought Notice
company Name: _______________________________________
company Address: ______________________________________ dunn And Bradstreet 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 Rsf) (3-page Limit).
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)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice salisbury, Md Readjustment Counseling Center rli 36c24525q0243 the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For 3041 American National Standards Institute/building Owners And Managers Association (ansi/boma) Office Area (aboa) Square Feet Of Office Space In Salisbury, Md notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For 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. 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 Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered In 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 Va. 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 05 – 510 Butler Avenue, Building 306a, Martinsburg, Wv, 25405 description: The Va Seeks To Lease Approximately 3041 (aboa), Or 2534 Net Useable Square Feet (nusf) Square Feet (sf) Of Office Space And 22 Parking Spaces For Use By The Va As A Mental Health Rural Outreach Clinic In The Delineated Area Explained Below Within The Salisbury, Md Area. Va Will Consider Space Located In An Existing Building As Well As New Construction Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered. lease Term: Not To Exceed 20 Years. 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: Rt 50 east: Rt 13 Bypass south: Tonytank Pond To Tonytank Creek To Colburn Millpond To Tonytank Creek west: Wicomico River see The Below Delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area. additional Requirements: (1) A Contiguous First Floor Space Is Preferred But A Contiguous Single Floor Space May Be Considered. (2) Bifurcated Sites, Exclusive Of Parking, Are Not Permissible. (3) It Is Preferred That Column Size Not Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. (4) Offered Space Cannot Be In The Fema 100-year Flood Plain. (5) Offered Space Must Be Zoned For The Va’s Intended Use. (6) Offered Space May Not Be Considered If Located Near Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. (7) Offered Space May Not Be Considered If Located Near Residential Or Industrial Areas. (8) Space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. (9) It Is Preferred That Offered Space Be Near A Hospital Or Stand-alone Emergency Room Center And A Fire Department. (10) It Is Preferred That Offered Space Be Near Public Transportation. (11) 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 Request For Proposals. (12) A Fully Serviced Lease Is Required. all Submissions Should Include The Following Information: (1) Name Of Current Owner. (2) Address Or Described Location Of Building. (3) Location On Map Demonstrating The Building Lies Within The Delineated Area. (4) Description Of The Uses Of Adjacent Properties. (5) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes. (6) A Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction. (7) Site Plan Depicting The Property Boundaries, Building, And Parking. (8) Floor Plan, Aboa, And Rsf Of Proposed Space. (9) 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 $41.5 Million, Please Read The Below Attachment, Entitled, “vosb Or Sdvosb Status”. You Are Invited, But Not Required, To Submit A Capabilities Statement. (10) A Document Indicating The Type Of Zoning (11) A Description Of Any Changes To The Property Necessary To Be Compatible With Va’s Intended Use. (12) A Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. all Interested Parties Must Respond To This Advertisement No Later Than May 24, 2023, At 12 P.m. Local Time. e-mail Responses To: Tammy.buckwalter@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 [$41.5 Million]. Responses To This Notice Will Assist The Leasing Contracting Officer (lco) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. 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 Is Not A Request For Proposals. This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including 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 Sheet 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, Dunn & Bradstreet 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) And; (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 salisbury, Md - Lease Sources Sought Notice company Name: _______________________________________ company Address: ______________________________________ dunn And Bradstreet 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 Rsf) (3-page Limit). 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)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il. project Description:
the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 17, 2025 At 10:00 Am Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131 primary Point Of Contact:
shardae Webb
contract Specialist
shardae.webb@va.gov secondary Point Of Contact:
william Henkel
contracting Officer
william.henkel@va.gov project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
Moravskoslezsky Region Road Administration, Contribution Organization Tender
Others
Czech Republic
Closing Date4 Feb 2025
Tender AmountCZK 27 Million (USD 1.1 Million)
Details: The subject of the public contract is the execution of construction works in Rychvald on roads Ii/471 and Iii/4712, Mk Záblatská and adjacent land, consisting of the construction of a roundabout with four branches, which will enable a smooth traffic connection between both roads, as well as the connection to Mk Ul. Záblatská. The construction is divided into the following construction objects: Paid from the budget of the Ssmsk: • So 101 Roundabout of roads Ii/471 X Iii/4712 The construction object includes the area of the existing intersection of roads Ii/471 X Iii/4711, with the fact that the communication Iii/47111 in the direction of Dolní Lutyně will also be addressed within the framework of the object. The Intersection Is A Junction, As The Main Road Is Marked Ii/471 The Intersection Is Connected To Ul. Záblatská. The Reconstruction Will Change The Existing Intersection To A Small Roundabout. Road Iii/4711 Is 7.5m Wide. • So 102 Road Ii/471, K. Ú. Rychvald This Is The Section Between The Existing Intersection Ii/471 X Iii4711 And The Reconstructed Part Of Road Ii/471. The Reconstructed Part Of The Road Is 8m Wide Between The Curbs. As Part Of The Construction, The Axis Of The Road Will Be Shifted Towards The New Roundabout. • So 103 Road Ii/471, K. Ú. Bohumín Záblatí This is the section between the roundabout and the intersection with the road Iii/4711 (ul. Sokolská). The road is equipped with a one-sided (left side) sidewalk with a width of 2.0 m. As part of the construction, this sidewalk will be preserved and a one-sided expansion of the road will be carried out so that the width of the paved part between the curbs is at least 7.0. As part of the construction, the existing drainage ditches will be filled in and the drainage of the road will be through storm drains connected to the existing storm sewer. • So 301 Storm Sewerage The project for a building permit addresses the drainage of storm water from the area of the newly constructed roundabout, bus stop and expanded road Ii/471 towards Bohumín. Part of the Construction Object Are Proposals for the Location of Street Drains and Inspection Manholes. The Construction Object Solves the Drainage of Rainwater from the Road of the Newly Built Sidewalk. The Newly Designed Rainwater Sewerage Is Gravity With a Slope of Min. 0.5% From Pvc Ribbed Pipes Dn 250/200 – Type Ultra Rib 1.250/200 – Type Ultra Rib 1 • Other Costs 70% • Vrn Secondary Budget Costs 70% Covered From the Budget of the City of Rychvald: • Sat 104 Bus Stop As Part of the Construction, the Bus Stop Will Be Moved Outside the Road Area. The Designed Bus Stop Is Located in an Area That Is Precisely Designated in the Spatial Plan of the City of Rychvald and Included in the Road Transport Infrastructure Part. The traffic in the area of the stop is designed to be one-way (arrival from the intersection and exit onto Ul. Bohumínska). There are two parallel traffic routes in the area of the bus stop, divided by a platform. • Sat 105 Local traffic Ul. Záblatská This is a section between the roundabout and the existing traffic Ul. Záblatska, the embankment and excavation of the earth body will be carried out to the level of the level of the road plane. • Sat 403 Relocation and protection of public lighting The construction closely follows the construction of the road and the sidewalk around the road, complementing this construction with infrastructure - public lighting. The existing lighting fixtures are placed on concrete pillars. As part of the construction, the existing lighting in the area of the bus bay and the lighting of all pedestrian crossings will be supplemented. • So 801 Reclamation and Vegetation Treatment of Areas After Construction When preparing the territory for construction, it will be necessary to remove grown trees and wooded areas in the area of the construction being prepared, especially in the area of the bus stop. Felling trees will open up space and create an increased noise level for the family house, which is located in the immediate vicinity of the stop. The space between the stop and the road fence will be provided with longitudinal planting of coniferous trees. Planting is designed on the plot of land No. 2035. • Other costs 30% • Vrn Additional budget costs 30% So 401 Relocation and protection of the LV line and So 402 Relocation and protection of the Cetin line are not valued. The Construction Will Be Carried Out According to the Project Documentation Prepared by the Authorized Person Ida Macháčková, Kašparova 1395/8, 700 30 Ostrava – Hrabůvka, Ičo 00095711 – Čkait 1102714.
Bublava Village Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date7 Feb 2025
Tender AmountCZK 659 K (USD 27.2 K)
Details: The Subject of the Public Contract Fulfillment Within the Framework of This Tender Procedure Is the Execution and Procurement of All Works Necessary for the Implementation of the Action: Construction of Two Public Transport Shelters for the Municipality of Bublava, Within the Scope Specified by the Tender Documentation, In Particular the Project Documentation and This Invitation. This Is the Construction of Two Bus Stops, Specifically Number 1 – At P. No. 307/1 In K. Ú. Bublava And Number 4 – At P. No. 1408/1 In K. Ú. Bublava. The Performance Will Also Include Ensuring All Activities Related to the Comprehensive Testing of the Construction and Its Handover to the Contracting Authority. More Detailed Information Is
The City Government Of Baguio Tender
Others...+1Electrical and Electronics
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 15.5 Million (USD 267 K)
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
Municipal Corporation Tender
Civil And Construction...+1Road Construction
Eprocure
India
Closing Date3 Jan 2025
Tender AmountINR 105.7 Million (USD 1.2 Million)
Details: Development Of Hindu Smashan Bhumi Area At Guljarpura In P No 09 Akola 19) Construction Of Tar & Cc Road At Fadke Nagar From Shri Chopale Complex To Dr. Shri Anant Shravangi To Shri Rande Saheb To Shri Pavar Saheb To Shri Sarag Japulkar Cc Road & Tar Road At Fadke Nagar From Shri Maniram Bhau Tale To Shri Jadhao Kaka Hanuman Mandir Road, At Wankhade Nagar Shri Deshmukh Kirana To Shri Chintvar Saheb To Shri Santosh Chitode To Shri Kale Saheb,rk Chowk To Shri Nanudasji Bhirad Tar Road In P No 9 20) Construction Of Cc Road With Widening From Ashish Gawande To Shri Gajanan Watika And Sanjay Upshyam To Kiran Udgirkar At Godbole Plot , P.no. 10 21) Construction Of Nalla From Adv. Takavale To Kotarwar Beside Balapur Road At Shivnagar ,p.no. 10 22) Construction Of Cc Road From Chittalwar To Thakare At Indira Colony, Dr. Kothari Hosp To Thatange House At Shivaji Nagar, And Construction Of Pavers Infront Of Sai Mandir At Sai Peth , P.no. 10 Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 23) Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 24) Construction Of Cc Road With Pavers From Sawarkar To Joshi ,at Renuka Nagar , P.no. 10 25) Construction Of Cc Road With Widening From Shri Sudhir Deshpande To Lande Guruji At Godbole Plot , P.no. 10 26) Construction Of Cc Road Infront Of Passport Office Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 27) Construction Of Cc Road Adjoining Passport Office To Ramesh Puri Hotel To Aruna Tea House, Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 28) Construction Of Cc Road Infront Of Omkar Appa Dehankar's Shop To Advocate Pancholi's House At Malipura ,in P.no. 11 29) Construction Of Tar Road From Shrikrushna Printer To Old Cotton Market Main Road At Khetan Jin In P.no.11 30) Construction Of Cc Culvert At Malipura Chowk Telipura Road Near Chowrasiya Medical In P.no. 11 31) Construction Of Cc Road From Gandhi Chowpati Shah Medical To Mata Mandir Main Road In P.no. 11 32) Construction Of Cc Nalla From Santoshi Mata Chowk To P.n.enterprizes To India Motor Shop To Hanman Mandir To Public Toilet In P.no.11 33) Construction Of Cc Drain And Cover Of Ganpati Viserjan Marg From Oswal Bhavan Culvert Futanwala To Sadhuram Tolaram Jin And Fixing Steel Cover Near Dana Bazar Infront Of Jain Mandir In P.no.11 34) Construction Of Nallah (coming From Ambedkar Nagar) From 33 Kv Electric Substation Behind Iti College To Azhar Hussain College, Ratanlal Plot Road In P.no.12. 35) Construction Of Tar Road From Dr Dhawale Hospital To Khan Forte At Patrakar Colony, New Bus Stand Road In P.no. 12. 36) Construction Of Drain From Officers Club Lane (vishwakarma Bunglow) To Collector's Residence, Civil Line Road In P.no.12. 37) Construction Of Bridge & Protection Wall To Nala Near Balaji Mall With Road Widening At Kholeshwar Road In P.no.12. 38) Construction Of Nallah From Shri Lohakpure To River,at Anikat Square, Kholeshwar Road In P.no.12.76) Construction Of Cc Drain From Ramaai Appartment To Shivraj Appartment At Om Housing Society In P No 15 77) Construction Of Cc Road From Shri Sapkal House To Shri Kulkarni House At Vijay Housing Society In P No 15 78) Construction Of Tar Road From B T Deshmukh House To Kulsundar House At Vijay Housing Society In P No 15 79) Construction Of Tar Road From Divakar Gawande To Shri Chaube House In P No 15 80) Construction Of Tar Road From Ddr Office To Bobade Dairy In P No 15 81) Construction Of Cc Road From Shri Shah To Mundada To Sayani House At Vidya Nagar In P No 15 82) Construction Of Tar Road From Kedia House To Sindur Next Appartment In P No 15 83) Construction Of Cc Drain From Ratnaparkhi House To Aamale House At Nagar Parishad Colony In P No 15 84) Construction Of Cc Road Rammai Appartment (infront Of Jagdamba Mata Mandir) To Shivraj Appartment At Om Housing Society In P No 15 85) Construction Of Chainlink Fencing Compound To Open Space At Vijay Housing Society In P No 15 86) Construction Of Cc Approach Road Gaurakshan To Vidya Nagar From Shri Varhade Sir To Shreeji Heights At In P No 15 87) Construction Of Compound Wall And Providing And Fixing Open Gym Equipments Near Kunbi Samaj Mandal Open Space In P.no.15 88) Providing And Fixing Open Gym Equipments At Harish Ashwini Colony Open Space In P.no.15 89) Construction Of Cc Drain From Shrimati Kiran Praful Kale House To Kulswamini Mangal Karyalay To Rahul Sawaji Appartment To Chakradhar Appartment In P No 15 90) Construction Of Cc Drain Behind Greenland Hotel Goldenpam Appartment To Kothari To Navalseth Jain House At Vidya Nagar In P No 15 91) Construction Of Cc Compound And Fixing Paving Block At Kailash Tekdi Babaji Math In P No 16. 93) Construction Of Tar Road From Shri. Shashikant Tiwari House To Khandelwal Duplex To Shri. Sharma House Near Nisarga Park Main Road , In P.no. 18 94) Construction Of Tar Road From Shri. Sidhara House Tulshan House To Shri. Ravi Patel House And Shri. Nareshkumar Ganatra House To Shri. Bilala House At Geeta Nagar , In P.no. 18 95) Construction Of Sabhagruh In Front Of Kisanpuri Maharaj Mandir At Old Hingna In P.no 18 96) Construction Of Chain Link Compound Wall At Ch. Shivaji Maharaj Statue At Somthana In P.no. 18 97) Construction Cc Road From Shri. Sharma House To Shri. Shetre Sir House At Emrald Colony In P.no 18 98) Construction Cc Road With Culvert Near Maharana Pratap Chowk At Shivsena Vasahat In P.no 18 99) Construction W.b.m Road With Drain From Auto Stop To Shri. Dubey H. To Main Nalla At Shivsena Vasahat In P.no 18 100) Construction Cc Road From Shri. Kacholiya House To Shri. Gwalani House At Geeta Nagar In P.no 18 101) Providing & Fixing Pavers From Biyani Foods To Shani Maharj Mandir And Jalaram Socity To App. At Geeta Nagar, In P.no. 18 102) Construction Cc Drain From Gurushrichand App. To Shri. Gandhi House To Shri. Balu Asware House At Geeta Nagar In P.no 18 103) Providing & Fixing Pavers From Shri. Joshi House To Shri. Pancholi House At Geeta Nagar, In P.no. 18 104) Construction Cc Road With Drain 1) Shri. Dilip Shinde House To Shri. Sagar Jamode H. 2) Neeta Gomase H. To Shri. Santosh Kharate House 3) Shri. Pawan Thakre H. To Shri. Ranjeet Bendre H. 4) Kailash Kirana To Shri. Dinkar Leknar H. 5) Shri. Sanjiv Navthale To Pooja Mapari 6) Bhatkar Kirana To Shri. Sanjay Ketkar House At Shivsena Vasahat In P.no 18 105) Construction Cc Road From Shri. Lakshman Farkade House To Shri. Vasudev Sarode House At Somthana In P.no 18 145) Construction Cc Nalla From Pkv To Shri. Kanojiya House To Nisarga Park App. At Geeta Nagar In P.no 18 106) Construction Of Cc Nalla From Shri Patil House To Shri Kishor Kale House At (lahariya Nagar) In P.no.19 109) Construction Of Cc Road From Dahake House To Shrinath House At Dreamcity In P.no. 19 110) Construction Of Cc Road From Dhore House To Bambatkar House At Sandhya Colony In P.no. 19 111) Construction Of Tar Road From Shri Tembhe To Sapkal And Shri Dahale To Jogi House At Dreamland City In P.no.19 112) Construction Of Cc Drain From Shri Dhote House To Shri Hanumate House At Rajeshwar Nagar In P.no.19 113) Construction Of Tar Road From Shri Chikte House To Shri Sharma House At Gayatri Nagar In P.no.19 114) Construction Of Tar Road From Shri Gyaral To Ingale House At Gayatri Nagar In P.no.19 115) Construction Of Cc Drain From Shri Damodar Ade To Shri Chavhan House At Banjara Nagar In P.no.19 116) Construction Of Cc Drain From Shri Subhash Chavhan To Shri Ramdhan Ade House At Banjara Nagar In P.no.19 117) Construction Of Cc Drain From Shri Rathod To Shri Waman Rathod House At Banjara Nagar In P.no.19 118) Construction Of Cc Drain From Shri Mankar House To Shri Kashiram Daberav House Near School Of Scholar In P.no.19 119) Construction Of Bridge And Railing At Balode Layout Near Ram Mahalle House In P.no.19 120) Construction Of Chainlink Fencing At Kaulkhed Smashanbhumi In P.no. 19 121) Construction Of Cc Drain From Shri Sakhar Pohe House To Shri Pappu Chavhan House (gayatri Nagar) In P.no.19
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: ****this Sources Sought Was Updated On 12/12/24 At 12:17 Pm Est To Clarify The Response Date For Capability Packages**** this Is A Request For Information (rfi) Only this Rfi Is Issued Solely For Market Research Purposes. It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Air Force (af) Is Not Seeking Proposals, Nor Will It Accept Unsolicited Proposals At This Time. respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Government Is Seeking Responses From 8(a) Small Business Vendors Only. The Respondent Must Self-certify As A Small Business Under North American Industry Classification System (naics) Code 541511 – Custom Computer Programming Services. background & Description the Business & Enterprise Systems (bes) Through Air Force Life Cycle Management Center (aflcmc) Technical Data Section (gbs) Located At Wright-patterson Air Force Base Is Conducting Market Research To Seek Qualified 8(a) Vendors Under The North American Industrial Classification System (naics) Code 541511. the Government Is Researching Vendors Capable To Encompass The Sustainment, Modification, And Support Efforts For The Enhanced Technical Information Management System (etims) Within The Air Force Common Computing Environment (af Cce). The Requirement Will Include, But Not Limited To, The Following: Modify Current Capabilities Along With Software Maintenance, Sustainment, Enhancement, Modification, System Design And Development, System Performance And Metrics, Performance Monitoring, Database Design And Development, Test And Evaluation, Maintenance, Training, Integration, Migration, Risk Management, Configuration Management, Section 508 Compliance, Documentation Updates, Meeting Support, Helpdesk Support/diagnostics (levels I, Ii, And Iii), Production Support, And Commercial Off The Shelf (cots) Upgrades etims Is The Usaf Defense Business System (dbs) For Managing Technical Orders (tos) And Computer Program Identification Numbers (cpins); Managing To/cpin Records; Managing To/cpin Accounts; Managing To/cpin Distribution And Printing Of Physical Media Tos; Managing, Storing, And Distributing Of Etos. The Overall Etims Enterprise Capability Is Comprised Of The Following Major Components And External System Interfaces: major Components: cloud One (c1) etims Software electronic Technical Order (eto) Content Management (ecm) Software external Interfaces: defense Logistics Agency (dla) Document Services Online (dso) reliability & Maintainability Information System (remis) security Assistance Technical Order Distribution System (satods) technical Order Authoring And Publishing (toap) advancing Analytics (advana)/basing And Logistics Analytics Data Environment (blade) etims Enables A Fully Integrated Eto Capability To View And Use Etos At The Point Of Use, A Fully Integrated Print On Demand (pod) Service Through Dla, And Af To Library Currency And Accuracy. Etims Leverages Existing C1 Services, Provides The Ecm Functionality, And Dla Dso Printing Service For On-demand Physical Media To Printing. Details Of The Functional Requirements Can Be Found In The Etims System Requirements Document (srd). through Its Ecm Component, Etims Provides A Combination Of Services And Capabilities To Support Eto Distribution And Viewing. Etims Provides The Permissions For Eto Access To The Ecm Component Which Supports Eto Distribution To Etims Electronic Tools (etools) Used For Viewing Etos. The Ecm Component Of Etims Is A Major Step Towards The Af To Concept Of Operations (conops): “… To Provide User Friendly, Technically Accurate, And Up-to-date Digital Technical Data At The Point Of Use That Is Acquired, Sustained, Distributed And Available In Digital Format From A Single Point Of Access For All Technical Data Users.” the Scope Of Work Summarized Above Is Provided For Information Purposes Only And Should Not Be Interpreted As A Complete List Of Requirements. All Qualified Vendors/sources Capable Of Providing These Services Are Being Sought. Capability Packages Need To Demonstrate, Through Past Experience Or Otherwise An Understanding And/or Familiarity With The Etims Mission. scope Of Services this Rfi Requests A Capability Package Describing Your Team’s Experience & Understanding Of The Following: designing/supporting Systems And The Policies And Procedures For Software And Systems Which Will Operate Within The Af Cce providing Operational System, Application, And Database Administration For An Enterprise Java And .net Application Within An Externally Hosted, Cloud-based Af Cce developing/supporting Systems Hosted By The Externally Hosted, Cloud-based Af Cce af Cce Development, Test And Production Operations And Support Policies And Procedures architecture Development And Sustainment For A Wholesale And Retail To/cpin Management System To Include The Incorporation Of Other Related Legacy Systems supporting A Large Scale, Integrated To/cpin Management System software Development/sustainment Maintenance Activities For Large Scale, High-user Load, Integrated Environments wholesale And Retail Technical Data Management, To/cpin Increment Management And Supporting Software Applications conducting Software Testing Activities And Supporting Government Testing Activities designing And Testing Software For Performance For Both Web And Stand-alone Applications To Include Processes For Creating Relevant Usage Models And Appropriate Test Parameters transitional Startup Of The Software Maintenance And Support Activities For Software Or Systems That Were Previously Designed, Implemented, And Supported By Another Provider requirements Investigation, Analysis, And Planning For Software Maintenance Activities In Accordance With Air Force Program Executive Officer, Business And Enterprise Systems (af Peo/bes) Bes, Hq Af/a4, And Hq Afmc/a4 Policies And Procedures To Include Dodi 5000.75 And Dod Enterprise Devsecops designing And Performing Routine And Emergency System Continuity Of Operations (coop) Activities. identification, Purpose And Development Of Required/recommended Artifacts Associated With Each Business Capability Acquisition Cycle (bcac) Phase af Peo/bes Testing Policies And Processes Following Af Best Practices documenting An Af It Systems In Accordance With The Department Of Defense Architecture Framework (dodaf) And Dod Secure Cloud Computing Architecture (scca) supporting The Department Of Defense Risk Management Framework (rmf) Process supporting Dod Public Key Infrastructure/public Key Enablement (pki/pke) af Or Other Dod Agency To/cpin Management Policies And Procedures af Technical Data Repositories And Their Associated Metadata To Include The Data Exchanged Between The Various Mission Support Systems Both Within And External To The Af monitoring System Performance, Networks, Fine Tune Data Bases, Etc. maintaining Complex Configuration And Setup Of Ecm Primary To Secondary Technology providing Help Desk Support For Air Force Enterprise To/cpin Management And Publishing Applications breadth And Depth Of Knowledge Of Rational Suite Tools, Apache Jmeter, Smart Bear Zephyr, Test Complete, Really Simple Syndication (rss) Technologies, Message Queue (mq) Messaging, Enterprise Service Bus, Microsoft Structured Query Language (sql) Db, Oracle Db, Apple Hardware/software, Linux Operating System, Microsoft (ms) Windows Server, Sql Server Database & .net, C, Java, Java Script, Oracle, Server, Relational Database (rdb), Portable Document Format (pdf), Id Web, Atlassian Confluence, Atlassian Jira, Sharepoint Interlink, Cloudformation (aws), Ansible, Acas, Config (aws), Xacta 360, Cloudtrail (aws), Cloudwatch (aws), Guacamole, Ssm (aws), Beanstalk (aws), Jenkins, Git Client, Bit Bucket, Artifactory, Fortify, And Xray. Include Experience For Each. providing Understanding, Expertise And Leadership Of Migrating From A Highly Af Information Technology-based Business Services Model To An Efficient, Effective Continuous Software Delivery Model Suited To Meet The Challenges And Support Of Agile Principles. developing, Testing, Deploying And Maintaining In An Ios And Macos Environment. capabilites Package the 8(a) Small Business Vendor Cover Letter Should Include The Following Information: company Name, Website Address, Location, Cage/duns Number point Of Contact (poc) Information: Name, Phone Number, Fax Number, Website, And Email Address company’s Small Business Size, 8(a) Graduation Date. Please Refer To Federal Acquisition Regulation Far 19 For Additional Detailed Information On Small Business Size Standards. The Far Is Available At Http://farsite.hill.af.mil/. an Acknowledgement Of Your Registration For Naics Code 541511 qualification Information (type & Duration Of Employee Experience Directly Relevant To The Requirements) level Of Involvement Information (prime/sub-contractor) And Timeframe(s) For Work On Similar Projects vendors Responding To This Rfi Should Include The Following Information: responses To The Items Listed In The Above Section, Scope Of Services. a Paragraph Of Brief Bullets Pertaining To The Following: (1) Level Of Contractor’s Interest (likelihood Of Submitting A Proposal As A Prime Contractor) (2) Demonstrated Capability To Perform Or Manage As A Prime Contractor Or As A Subcontractor For The Technical Data Services Described Above (3) Financial Capability To Perform As A Prime Contractor Or As A Subcontractor And Execute Task Orders (4) Ability To Provide Additional Services/capabilities In The Event Of An Immediate Surge Requirement (5) Potential Teaming Arrangement If Likely To Submit A Proposal (6) What Experience (type And Duration) The Contractor’s Employees Have That Are Considered Directly Relevant To These Systems (7) Ability To Support The Dd 254 Security Requirement (8) Ability For All Direct Support Contractor Personnel To Pass A Tier 1 (t1) Investigation {previously National Agency Check (naci)} (9) Ability For Contractor Personnel That Require Access To Operational Defense Information Systems Agency (disa) Facilities, Operational Air Force Data Systems, And Networks To Possess A Secret Clearance interested Parties Should Provide A Capabilities Package To Be Included As Part Of The Af Market Research Indicating Their Capability Of The Items Stated In Section “scope Of Services.” responses interested And Eligible 8(a) Small Business Vendors Under Naics 541511 Are Requested To Submit Their Capabilities Package In Ms Word Or Pdf Format Due No Later Than 3:00 P.m. Est On Friday, 3 January 2025. Responses Shall Be Limited To Ten (10) Pages, 12-point Times New Roman Font. All Submissions Are Via E-mail Only To Contracting Officer, Mr. Scott Ashelman, At Scott.ashelman@us.af.mil And A Courtesy Copy To Mr. Eric Lagasse, At Eric.lagasse@us.af.mil. The Government Will Not Entertain Telephone Calls For This Rfi; Related Questions May Be Emailed To The Contracting Officers. summary this Is A Request For Information Only; This Rfi Is Issued Solely For Market Research. The Information Provided Within Is Subject To Change And Does Not Commit The Government. The Af Has Not Made A Commitment To Procure Any Of The Items Discussed, And Release Of This Rfi Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. All Submissions Become Government Property And Will Not Be Returned. this Is A Request For Information (rfi) Only
COTABATO STATE UNIVERSITY Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.5 Million (USD 78.7 K)
Details: Description One (1) Lot 2 Unit 16channel Audio Mixer Built-in Effects Spx Algorithm: 24 Programs, Parameter Control:1, Foot Sw:1 (fx Rtn Ch On/off) Phantom Power +48 V Switchable, Channels 1 – 12 Digital I/o Usb: Usb Audio Class 2.0 Compliant,sampling Frequency: Max 192 Khz,bit Depth: 24-bit,input Channels ,8x Mono [mic/line],2x Mono/stereo [mic/line],2x Stereo [line],output Channels,2x Stereo Out,1x Monitor Out,1x Headphone Out,4x Aux Out,4x Group Out Bus,stereo: 1,aux: 4,group: 4,pad,26 Db (mono),hpf,80 Hz, 12 Db/oct (mono/stereo: Mic Only) Compressor Threshold: +22 Dbu To -8 Dbu Ratio: 1:1 To 4:1 Output Level: 0 Db To 7 Db Attack Time: Pprox.. 25 Msec Release Time: Pprox.. 300 Msec Equalizer Eq High Gain: +15 Db/-15 Db, Frequency: 10 Khz Shelving Eq Mid Gain: +15 Db/-15 Db, Frequency: Mono 250 Hz – 5 Khz Peaking, Stereo 2.5 Khz Peaking Eq Low Gain: +15 Db/-15 Db, Frequency: 100 Hz Shelving Led Peak Led Turns On When Post Eq Signal Reaches 3 Db Below Clipping Total Harmonic Distortion 0.03% @ +14 Dbu (20 Hz To 20 Khz), Gain Knob: Min, 0.005% @ +24 Dbu (1 Khz), Gain Knob: Min Frequency Response +0.5 Db/-1.5 Db (20 Hz To 48 Khz), Refer To The Nominal Output Level @ 1 Khz, Gain Knob: Min Equivalent Input Noise -128 Dbu (mono Input Channel, Rs: 150 Ω, Gain Knob: Max), Residual Output Noise -102 Dbu (stereo Out, Stereo Master Fader: Min) Crosstalk -78 Db Power Requirement Ac 100 – 240 V, 50 / 60 Hz Power Consumption,30 W Dimensions 17.5 X 5.1 X 19.7” (444 X 130 X 500 Mm) Net Weight 15.0 Lb (6.8 Kg) 4 Unit 15” 2way Speaker 1000w System Type, 2 Way Full Range, Lf,12” Woofer (2” Voice Coil Size), Hf1.7” Polymide Dome Tweeter Frequency Response 45hz – 20khz, Power:700w Impedance: 8ω, Sensitivity:98db Air Duct Front, Inputs:2 Nl4 Speakon, Enclosure: Abs Plastic Material Dimension (hxwxd)62(h) X 39(w) X 34(d)cm Net Weight15.7 Kg 8 Unit 12” 2way Speaker 700watts System Type,2 Way Full Range Lf:15” Woofer (3” Voice Coil Size), Hf:1.7” Polymide Dome Tweeter Frequency Response:43hz – 20khz Power:1000w Impedance:8ω Sensitivity:99db Air Duct: Front Inputs:2 Nl4 Speak On Enclosure:abs Plastic Material Dimension (hxwxd)71(h) X 45(w) X 38(d)cm Net Weight:19.7 Kg 4 Unit Speaker Stand Type: Extendable Speaker Stand Height: 1000mm Maximum Height: 1860mm • Maximum Load Capacity: 50kg 8 Pair Speaker Wall Bracket 2 Unit Ca6 Power Amplifier 2000w 73v 103v 20hz-20khz, -3db@135khz 20hz-20khz, -1.1db/+0db Acl, Igm, Autoramp, Short Circuit, Dc Voltage, Turn-on/off Transient, Current Inrush, Sub/ultrasonic Input. <0.01% <0.01% 400:1 – 60db 0.775v Standard (see Table Below) X68 Standard (see Table Below) 20kω/>10kω -105db – 60 Db H Female Xlr (pin 2+, Dealer Configurable For Pin 3+), Trs (tip+) 5-way Output Binding Posts Or Speak On Connectors (market Dependent) 68,000 Μf 100v-240v, 50-60hz 1.6a 6a 13.0a 18a 2630 Btu/hr 3713 Btu/hr Back-to-front Via 2 Rear Panel Mounted Variable-speed Dc Fans (filters Removable Without Tools) Front Panel: 2 Attenuators Rear Panel: Signal Ground Lift Switch, Mode Select Switch Clip/limit, Signal, Temp/dc, Active Steel Chassis, 16 Gauge. Double Thickness In Rack Ear Areas. 3.5” X 19” X 18” / 89 X 483 X 457mm 49 Lbs. / 22.25 Kg., 44 Lbs. / 19.98 Kg. 4 Unit Umc-1000 4uhf Wireless Microphone System 2 Unit Audio Video Wireless Transmitter 5.8 4k 1080p System Dual Hdmi Transmitter Receiver Wireless 1 Unit Speaker Cable #16 Power Supply Options Voltage Option 24vdc 20-60vdc 85-264vac/dc Isolation Psu To Inputs None 1500vrms 1500vrms Max Dc Ripple 10% Pk. To Pk. 10% Pk. To Pk. N/a Current Consumption See Section 4.8 Of This Manual Alarm/display Inputs – Non-isolated Type Potential Free Contacts Or Switch To 0volts Common +ve Switch To +24volts Common -ve Contact Sense User Selectable Normally Open Or Closed On Rear Of Unit Max. Open Circuit Voltage 28vdc Max. Closed Circuit Current 5ma Per Input Circuit Max. Loop Resistance To Detect Closed Contact 200 Ohms Min. Loop Resistance To Detect Open Contact 100 Kohms Input Scan Rate 4 Milliseconds With 8millisecond Filter. Inputs Must Be Stable For At Least 8 Milliseconds For A Change Of State To Be Detected. Wire Size 1.5mm2 (17swg/15.5swg) Max. Connections Via Plug-in Terminals 2 Unit Interactive Board 4k, 65” 1 Unit Laptop 14th Gen Intel® Core™ I7-14700hx/equivalent (33/36 Mb Cache, 24 Cores, 32 Threads, Up To 5.4 Ghz Turbo); Operating System: Windows 11 Home, English; Graphics Card: Nvidia® Geforce Rtx™ 4060, 8 Gb Gddr6; Display: 15.6”, Fhd 1920x1080, 360hz, Non-touch*, 100% Srgb, 1ms, Nvidia G- Sync, Comfort View Plus, Dds Memory: 16gb Ddr5, 2x16gb, 4800mt/s; Up To 32gb (additional Memory Sold Separately); Storage: 1tb Pcie M.2 Ssd; Microsoft Office: Microsoft Office License; 1 Unit Ptz Camera, 4k, Ptz Video Conference Camera 1080p 3pcs Ndi Sdi Hdmi Ip Ptz Camera 20x Zoom Live Streaming Camera And 1pcs Ptz Camera Controller * Ndi Poe 20x Optical Zoom Professional Full Hd Camera * Up To 1080p@60fps, Higher Quality Image * Simultaneous 3g-sdi, Hdmi, Ip Streaming Video Out, Usb Easily For Professional Video Production * Poe (power Over Ethernet) Supported * Double Track 3.5mm Linear Input For Audio * Supports H.265/h.264 Encoding Which Makes Motion Video Fluent And Clear Even With Less-than-ideal Bandwidth Conditions * High Speed And Silent Pan/tilt, Capture All The Actions 1 Unit Ptz Controller - Multiple Control Protocol And Network Protocol - With Ptz Camera Stand 1 Unit Smd With Mask Indoor Fixed Led Screen P2.5 • Must Not Exceed 8.5 Kgs Per Cabinet (for Easier Setup/dismantling) • Capable Of Front And Rear Maintenance • Must Have The Latest Control System • Led Must Have The Ccc Certification Led Screen Size: Width 5.76mm X Height 1.92mm Demission: 2mtr X 5mtr Cabinet Size: 640*480*75mm Cabinet Qty: 36 Pcs Resolution: 2308x768 Refresh Rate: ≥3840hz - Fully Front Service - Die-casting Aluminum Panel - 3840 Hz Refresh Rate - Cable-less Connection 1 Set Led Wall Controller Box Vx400 With Hdmi & Sdi 36 Pcs Led Wall Receiving Card 1 Set Led Wall Software 1 Set Sending Card 1 Set Stacking Brackets-elevate The Led Screen By 500mm From The Stage / Ground, Depth 500mm 1 Pcs Magnetic Tool (front Service) 1 Set Led Wall Cover - Pvc Accordion/folding Door Deluxe Type 12.5cm Slat. 10 Pcs Led Module 320*160mm 2 Pcs Receiving Card 4 Pcs Power Supply 6 Pcs Wooden Cases (10 Panels/case) X4 Pcs Wall Mount Structure X2 Pcs
6621-6630 of 6653 archived Tenders