Bus Tenders
Bus Tenders
Public Works Tender
Housekeeping Services
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: Please Take Notice That Public Works Requests Proposals For The County-owned Airports Janitorial Services (brc0000541) Contract. This Contract Has Been Designed To Have A Potential Maximum Contract Term Of 5 Years, Consisting Of An Initial 1-year Term And Potential Additional Four 1-year Option Renewals. The Total Annual Contract Amount Of This Service Is Estimated To Be $182,000. The Request For Proposals (rfp) With Contract Specifications, Forms, And Instructions For Preparing And Submitting Proposals May Be Accessed At Http://pw.lacounty.gov/brcd/servicecontracts Or May Be Requested From Ms. Amy Le At (626) 458-4077 Or Ale@pw.lacounty.gov Or Mr. Jairo Flores At (626) 458-4069 Or Jflores@pw.lacounty.gov, Monday Through Thursday, 7 A.m. To 5 P.m. The Deadline To Submit Proposals Is Thursday, December 5, 2024, At 5:30 P.m. Please Direct Your Questions To Ms. Le Or Mr. Flores. Be Advised, Any Changes To The Due Dates Listed Herein Will Only Be Made By Public Works, In Writing In The Form Of A Notice To The Solicitation. An Optional Proposers' Conference Will Be Held On Tuesday, November 19, 2024, At 2:00 P.m., Via Microsoft Teams Meeting Online Events. To Participate, The Proposers Will Need To Sign-in Using The Electronic Sign-in Sheet Through The Website Listed Below. Attendance By The Proposer Or An Authorized Representative At The Conference Is Encouraged, But It Is Not Mandatory. Attendees Should Be Prepared To Ask Questions At That Time About The Specifications, Proposal Requirements, And Contract Terms. It Is The Proposers' Sole Responsibility To Do Their Due Diligence To Visit And Familiarize Themselves With The Work Locations And Their Requirements Before Submitting Their Proposal. After The Conference, Proposers Must Submit Questions In Writing And Request Information For This Solicitation By Thursday, November 21, 2024. A Link To Sign-in And Join The Meeting Can Be Found At The Following Website: Http://pw.lacounty.gov/general/contracts/opportunities. There Are No Mandatory Walk-throughs For This Solicitation; However, It Is The Proposers' Sole Responsibility To Do Their Due Diligence And To Contact The Contract Manager To Arrange A Site Visit And Familiarize Themselves With Each Site Location And Its Requirements Before Submitting A Proposal. Proposer Must Coordinate With The Contract Manager To Arrange A Date And Time Of The Planned Site Visit Prior To Visiting Any Location. All Site Visits Should Be Carried Out Prior To The Established Proposal Submission Deadline. The Proposal Submission Deadline Will Not Be Extended To Allow For Additional Time To Complete A Site Visit. Please Check The Website Frequently For Any Changes To This Solicitation. All Notices Will Be Posted At Http://pw.lacounty.gov/brcd/servicecontracts. Important Instruction Regarding This Solicitation: Please Note: This Is A Proposition A Solicitation, As Such, The County's Living Wage Ordinance Is Applicable To The Resultant Contract. Contractors Shall Pay Wages At Rates In Compliance With The Living Wage Ordinance. Please Review And Familiarize Yourself With The Living Wage Ordinance Requirements As Provided In: • Part I, Section 1, Item L, Living Wage Program • Form Lw-1, Living Wage Program • Power Point Slides Available Electronically At The Website Listed Above. "do Business With Public Works" Website Registration All Interested Proposers For This Rfp Are Strongly Encouraged To Register At Http://pw.lacounty.gov/general/contracts/opportunities. Only Those Firms Registered For This Rfp Through The Website Will Receive Automatic Notification When Any Update To This Rfp Is Made. The County Does Not Have An Obligation To Notify Any Proposers Other Than Through The Public Works Website's Automatic Notification System. Important Notice Submission Of Proposals Will Only Be Accepted Electronically Using Bidexpress Or Electronic Proposals Via Universal Serial Bus (usb) Or Compact Disk To The Los Angeles County Public Works Cashier's Office Located On The Mezzanine Level, 900 South Fremont Avenue, Alhambra, Ca 91803. Proposals Received After The Closing Date And Time Specified In This Notice Will Be Rejected By Public Works As Nonresponsive. Submission Of Hard Copy Proposals Will Not Be Accepted. Proposals Must Be Submitted Electronically Using The Following Method: Electronic Submission Of Proposals In Lieu Of Submitting Electronic Proposals To The Cashier's Office, You May Submit Proposals Electronically On Www.bidexpress.com, A Secure Online Bidding Service Website. To Submit Your Proposals Electronically, Register With Bidexpress, Prior To The Due Date Above. A New Registration Page Must Be Signed, Notarized, And Received By Bidexpress Customer Support For Processing Before The Due Date. An Infotech/bidexpress Guide Is Included As Attachment 6 For Reference. There Is A Nominal Service Fee To Use Bidexpress. Please Note, Each File Upload In Bidexpress Is Limited To 10 Mb Per File Up To 50 Files For A Total Of 500 Mb. Proposers Shall Plan Ahead And Allow Sufficient Time To Account For The Registration And File Size Limitations Before The Proposal Submission Deadline To Complete The Uploading Of Proposal Files. If A Proposer Submits A Proposal Through Bidexpress, The Proposer Should Not Send Hard Copies, Compact Disk, Or Any Other Materials To The County Via Mail. Please Take Notice That Public Works Requests Proposals For The County-owned Airports Janitorial Services (brc0000541) Contract. This Contract Has Been Designed To Have A Potential Maximum Contract Term Of 5 Years, Consisting Of An Initial 1-year Term And Potential Additional Four 1-year Option Renewals. The Total Annual Contract Amount Of This Service Is Estimated To Be $182,000. The Request For Proposals (rfp) With Contract Specifications, Forms, And Instructions For Preparing And Submitting Proposals May Be Accessed At Http://pw.lacounty.gov/brcd/servicecontracts Or May Be Requested From Ms. Amy Le At (626) 458-4077 Or Ale@pw.lacounty.gov Or Mr. Jairo Flores At (626) 458-4069 Or Jflores@pw.lacounty.gov, Monday Through Thursday, 7 A.m. To 5 P.m. The Deadline To Submit Proposals Is Thursday, December 5, 2024, At 5:30 P.m. Please Direct Your Questions To Ms. Le Or Mr. Flores. Be Advised, Any Changes To The Due Dates Listed Herein Will Only Be Made By Public Works, In Writing In The Form Of A Notice To The Solicitation. An Optional Proposers' Conference Will Be Held On Tuesday, November 19, 2024, At 2:00 P.m., Via Microsoft Teams Meeting Online Events. To Participate, The Proposers Will Need To Sign-in Using The Electronic Sign-in Sheet Through The Website Listed Below. Attendance By The Proposer Or An Authorized Representative At The Conference Is Encouraged, But It Is Not Mandatory. Attendees Should Be Prepared To Ask Questions At That Time About The Specifications, Proposal Requirements, And Contract Terms. It Is The Proposers' Sole Responsibility To Do Their Due Diligence To Visit And Familiarize Themselves With The Work Locations And Their Requirements Before Submitting Their Proposal. After The Conference, Proposers Must Submit Questions In Writing And Request Information For This Solicitation By Thursday, November 21, 2024. A Link To Sign-in And Join The Meeting Can Be Found At The Following Website: Http://pw.lacounty.gov/general/contracts/opportunities. There Are No Mandatory Walk-throughs For This Solicitation; However, It Is The Proposers' Sole Responsibility To Do Their Due Diligence And To Contact The Contract Manager To Arrange A Site Visit And Familiarize Themselves With Each Site Location And Its Requirements Before Submitting A Proposal. Proposer Must Coordinate With The Contract Manager To Arrange A Date And Time Of The Planned Site Visit Prior To Visiting Any Location. All Site Visits Should Be Carried Out Prior To The Established Proposal Submission Deadline. The Proposal Submission Deadline Will Not Be Extended To Allow For Additional Time To Complete A Site Visit. Please Check The Website Frequently For Any Changes To This Solicitation. All Notices Will Be Posted At Http://pw.lacounty.gov/brcd/servicecontracts. Important Instruction Regarding This Solicitation: Please Note: This Is A Proposition A Solicitation, As Such, The County's Living Wage Ordinance Is Applicable To The Resultant Contract. Contractors Shall Pay Wages At Rates In Compliance With The Living Wage Ordinance. Please Review And Familiarize Yourself With The Living Wage Ordinance Requirements As Provided In: • Part I, Section 1, Item L, Living Wage Program • Form Lw-1, Living Wage Program • Power Point Slides Available Electronically At The Website Listed Above. "do Business With Public Works" Website Registration All Interested Proposers For This Rfp Are Strongly Encouraged To Register At Http://pw.lacounty.gov/general/contracts/opportunities. Only Those Firms Registered For This Rfp Through The Website Will Receive Automatic Notification When Any Update To This Rfp Is Made. The County Does Not Have An Obligation To Notify Any Proposers Other Than Through The Public Works Website's Automatic Notification System. Important Notice Submission Of Proposals Will Only Be Accepted Electronically Using Bidexpress Or Electronic Proposals Via Universal Serial Bus (usb) Or Compact Disk To The Los Angeles County Public Works Cashier's Office Located On The Mezzanine Level, 900 South Fremont Avenue, Alhambra, Ca 91803. Proposals Received After The Closing Date And Time Specified In This Notice Will Be Rejected By Public Works As Nonresponsive. Submission Of Hard Copy Proposals Will Not Be Accepted. Proposals Must Be Submitted Electronically Using The Following Method: Electronic Submission Of Proposals In Lieu Of Submitting Electronic Proposals To The Cashier's Office, You May Submit Proposals Electronically On Www.bidexpress.com, A Secure Online Bidding Service Website. To Submit Your Proposals Electronically, Register With Bidexpress, Prior To The Due Date Above. A New Registration Page Must Be Signed, Notarized, And Received By Bidexpress Customer Support For Processing Before The Due Date. An Infotech/bidexpress Guide Is Included As Attachment 6 For Reference. There Is A Nominal Service Fee To Use Bidexpress. Please Note, Each File Upload In Bidexpress Is Limited To 10 Mb Per File Up To 50 Files For A Total Of 500 Mb. Proposers Shall Plan Ahead And Allow Sufficient Time To Account For The Registration And File Size Limitations Before The Proposal Submission Deadline To Complete The Uploading Of Proposal Files. If A Proposer Submits A Proposal Through Bidexpress, The Proposer Should Not Send Hard Copies, Compact Disk, Or Any Other Materials To The County Via Mail. More
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Synopsis: This Sources Sought Announcement Is To Assist The U.s. Army Combat Capabilities Development Command - Soldier Center (devcom-sc) To Identify Potential Sources To Manage The Joint Aerial Delivery Demonstration & Exhibition (jadde) To Be Conducted In November 4-6, 2025 In Yuma, Az. the U.s. Government Requests That Responses Be Submitted Electronically To Allison Griffin (allison.k.griffin4.civ@army.mil) And Brian Bagdonovich (brian.p.bagdonovich.civ@army.mil) No Later Than 21 January 2025, 5 Pm.est. description: Devcom-sc Is Conducting An International Aerial Delivery Demonstration & Exhibition In Yuma, Az November 2025. Approximately 300 Us And International Participants Are Anticipated.
the Government Desires A Contractor To Manage Registration And Collect Fees. This Will Require The Establishment Of A Secure Website To Advertise The Event, Collect Registration Information, And Potentially Fees As Well. The Contractor May Be Directed By The Government To Use Those Funds To Pay For Costs Related To The Event Such As: 1. Three Days Of Coach Bus Transportation From Hotels In Yuma Az To The Drop Zone On Yuma Proving Ground And Return In The Afternoon.
2. Food And Water For Participants For Three Days On The Dropzone.
3. Large Area Commercial Tents To Provide Protection From The Elements.
4. Tables And Chairs For Under The Tent.
5. Bleachers For Participants To Sit On Outside.
6. Toilets Facilities.
7. Other Expenses Not Yet Defined As It Pertains To The Administration Of The Event deliverables:
all Documentation Submitted Shall Be Submitted As Ms Word, Adobe Pdf, Ms Powerpoint, Visio, Or Ms Excel Files. 1. Respondents: The White Paper Should Be Written In Respondent Format, Double Spaced, And Minimum Font Size Of 10 Pt. Paper Should Not Exceed 12 Pages, Including Cover. a. This Paper Should Cover Company Information (company Name, Cage Code, Mailing Address, And Primary Point Of Contact Information (to Include Telephone Number And Email Address).
b. The Paper Should Cover The 5 Ws, As Applicable. (e.g., What, Where, When, Why And Who. Example Focus Areas:
i. Please Discuss Any/all Relevant Current Products And Services That Currently Meet Or Will Be Able To Meet The Enclosed Requirements.
ii. Vendors Are Encouraged To Propose Alternative Products That May Be Able To Meet Or Exceed The Requirements.
iii. As Applicable, Please Discuss How Your Product(s) Was Implemented Within Industry/government.
c. Please Discuss, As Applicable, Proposed Hardware Used As Part Of The Solution.
d. For Foreign Companies: Discuss How The Proposer Will Be Able To Work With The Us Government In The Future (i.e., Us Subsidiary Or Partner) If Required.
e. Additional Documentation Accepted (and Not Included In The Page Count For The White Paper) Includes, But Is Not Limited To, The Following: Powerpoint Presentations, Training Documentation, Product Specification Sheets, User Handbook/guides, Pictures, Link To Demonstrations, Test Data, Etc. 2. Test, Certification And Accreditation (c&a) Documentation:
vendors Are Requested To Provide Any Supporting Documentation Illustrating Safety Certification, Government Approval, Test Data, Etc. 3. Cost. interested Parties Are Invited To Submit A Response To This Sources Sought Announcement. This Is A Sources Sought Announcement Only this Sources Sought Announcement Is Issued Solely For Information And Planning Purposes And To Identify Interested Sources. This Is Not A Solicitation. No Contract Will Be Awarded From This Announcement. This Sources Sought Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. It Is Subject To Change And Is Not Binding On The Government. Further, Unsolicited Proposals Will Not Be Accepted. Funding Is Not Available At This Time. The United States Army Has Not Made A Commitment To Procure Any Of The Items/services Discussed, And Release Of This Sources Sought Announcement Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. Response To This Sources Sought Announcement Is Voluntary And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This And Any Follow-on Information Requests. All Submissions Become Government Property And Will Not Be Returned. not Responding To This Sources Sought Announcement Does Not Preclude Participation In Any Future Rfp If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam.gov Website. It Is The Responsibility Of The Potential Responders To Monitor This Site For Additional Information Pertaining To This Subject. responses:
interested Parties May Identify Their Interest And Capability By Sending Responses Regarding This Requirement To Devcom-sc Via E-mail Only To Allison.k.griffin4.civ@army.mil And To Brian.p.bagdonovich.civ@army.mil No Later Than 21 January 2025, 5:00 Pm. The U.s. Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Expense Of The Interested Party. please Provide Business Size (indicate Your Socioeconomic Status), Applicable Naics Code, And Cage Code. If You Hold A Gsa Federal Supply Schedule Contract, Please Identify Your Contract Number. questions:
any Questions For Clarification May Be Emailed To Allison.k.griffin4.civ@army.mil And Brian.p.bagdonovich.civ@army.mil No Later Than 14 January 2025, 5:00 Pm Est. Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Proprietary Or Classified Information. An Unattributed List Of Questions And Answers Will Be Published At The Same Web Location Of This Sources Sought Announcement.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Nsn 7r-4320-014552564-qe, Tdp Ver 001, Qty 124 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Ormoc City Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 277.6 K (USD 4.7 K)
Details: Description Republic Of The Philippines Sp Government Of Ormoc City P.r. No.: 250273 Bids And Awards Committee Quotation No.: 255805-3193 Ormoc City Philgeps No.: Standard Form Title: Request For Quotation Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By You Or Your Authorized Representative Not Later Than _______ _______________________. (sgd) Katheryn A. Solaña Procurement Officer Note: (1) All Entries Must Be Typewritten Or Legibly Written. Of Acceptance By The End-user. (4) Price Validity Shall Be For A Period Of (2) Delivery Period Within 45 C.d. Upon Receipt Of The Sixty (60) Days. (5) G-eps Reg No., Mayors Permit, Dti/sec, And For Abc's Above Approved Funded Purchase Order (p.o.). Administrative 500k - Itr & Omnibus Sworn Statement Shall Be Attached Upon Submission Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall (6) Bidders Shall Submit Original Brochures Showing Certifications Of Be For A Minimum For Non-delivery Without Valid Reason. The Products If Applicable. (7) The Approved Budget Ceiling For This (3) Warranty Shall Be For A Period Of Three (3) Months Of Procurement Is (amount Indicated Below) Supplies & Materials, One (1) Year For Equipment, From Date Php 277,680.00 Activities Schedule From To 1 Issuance Of Canvass Tuesday February 04, 2025 Friday February 07, 2025 2 Submission Of Canvass Monday February 10, 2025 10:00 Am 3 Opening Of Canvass Monday February 10, 2025 2:00 Pm # Item And Description Qty Unit Cost Total 1 Supply And Installation Of Sound System 1 Lot Audio Processor Digital Sound Processor, 4 Input, 8 Output, Limiter Crosover,equalizer,noisegate,feedback,delay,fir,96k/190k 16-band Parametic Eq Equipped W/ Output Fir Filter High & Low Pass Filter, Signal Generator, Noise Gate Input Compression,output Limite,usb & Rs232 Control Port High And Low Pass Filter: Butterworth Slope: 6/12/18/24/30/36/42/48db/oct Linkwich Rayleigh: 12/24/36/48db/o, Wifi Connection, 220v/60hz 4 Channel Amplifier 1300watts Per Channel, Maximum Ouput Power: 8 Ohms Per Channel 1300watts,4 Ohms Per Channel 2100watts Performance With Gain: Thd 20hz-20khz @ 1w-<0.1% Voltage Peak Imiter (vpl) Max Output: Vpl Selectable Per Channel - 150,121,101,83,70,56,47,38v Vpl Mode Per Channel - Hard/soft Gain & Level: Amplifier Gain Selectable=23,26,32,35,38, 41,44 Db, Default Gain: 35db, Connector:pin Xlr Balanced Ouput Connector Neutrik Speakon Power Sequencer Line Voltage:220v50-60hz, Number Of Outlet:10 Front Panel Mete: Digital Voltmeter Control: Front Panel With On/off Switch & Light Dimmer Knobs, Ac Protection: Surge Protection Maximum Current Rating: 15 (amps) Mic Mixer Type Analog Mixer, Channel 6, Faders: 11x60mm Inputs-mic Preamps: 4 X Xlr-1/4" Combo, 2x Xlr Phantom Power: 48v, Channels 1-78 Input-line: 8x1/4"input-other:2xdual Rca Stereo Outputs -main: 2 X Xlr, 2 X /4" Output - Other: 2 X 1/4' (monitor), Aux Sends: 2 X 1/4" Busses/groups: 1xstereo, 2xgroup, Headphones: 1x1/4"trs Other I/o: 1 X 1/4"(footswitch), Eqbands: 3 Band (high,mid,low), Effects: Spx With 24 Programs Rackmountable: Rack Mount Kit (kr-mg12) Sold Separately Power Source: Standard Iec Ac Cable Height:4.6",width12.1"depth:16.6",weight:9.3lbs Audio Interface 2 Units, Bus/external Power, Mac/windows/ipadsos 2 Xlr Mic Preamps, 2 1/4"line/hi-z Ins 1 Headphone Out, @ Monitor Outs 24-bit/192khz Ad/da Conversion, Auto Gain Clip Safe Control, 48v Zero Latency Direct Monitoring, Mic Air Mode, Multicolor Gain Hales, Virtual Loop Back Streaming Ableton, Pro Tools, Hitmaker Expansion Stereo Shielded Cables Royal Cord 4 Rolls Hdmi Cable 30m, Din Cable 10m,5m, Utp Cat6e Cable 150m, Connectors Xlr,stereo Grand Total >>> * Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your Conditions, I/we Quote You On The Item At Prices Noted Above And Hereby Commit To Deliver The Same If Adjudged To Have The Lowest And Responsive Quotation. Business Name 2025-02-250273 Printed Name/signature/date
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Nsn 7r-4810-013539209-gf, Tdp Ver 008, Qty 324 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Closing Date1 Mar 2025
Tender AmountRefer Documents
Details: This Is A Draft Request For Lease Proposals For The Ann Arbor Health Services Research & Development Administrative Office Space. Please Submit Any Comments And Questions To The Lease Contracting Specialist, Danielle.butler1@va.gov And Lease Contracting Officer, Theodore.posuniak@va.gov the Government Is Seeking A Minimum Of 16,429 Of American National Standards Institute/building Owners And Managers Association (ansi/boma) Occupant Area (aboa) Square Feet (sf) Not To Exceed 22,179 Rentable Square Feet (rsf) Of Contiguous Space Within The Area Of Consideration Set Forth Below. See Section 2 Of The Lease For Applicable Ansi/boma Standards.the Space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum Or Other Permanent Materials In Good Condition And Acceptable To The Lco. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Complete By Occupancy, Modernization Or Adaptive Reuse For The Space With Modern Conveniences.the Government Requires 90 Surface/outside Parking Spaces, Reserved For The Exclusive Use Of The Government. These Spaces Must Be Secured And Lit In Accordance With The Security Requirements Set Forth In The Lease. Offeror Shall Include The Cost Of This Parking As Part Of The Rental Consideration.as Part Of The Rental Consideration, The Government May Require Use Of Part Of The Building Roof For The Installation Of Antenna(s). If Antenna Space Is Required, Specifications Regarding The Type Of Antenna(s) And Mounting Requirements Are Included In The Agency Requirements Information Provided With This Rlp. the Lease Term Shall Not Exceed 20 Years, Inclusive Of Any Options. The Offeror Must Submit Price Proposals For Each Of The Following Scenarios: 20-year, Firm And; 20-year, 15-year Firm, 15-year, 10-year Firm, with Government Termination Rights, In Whole Or In Parts, Effective At Any Time After The Firm Term Of The Lease By Providing Not Less Than 90 Days’ Prior Written Notice. the Lco Reserves The Right To Award A Lease Based On Any Alternate Lease Term Listed Above And May Select The Number Of Option Years, In The Best Interest Of The Government. All The Terms And Conditions Contained Herein Shall Prevail Throughout The Term Of The Lease, Including All Renewal Options. The Offeror Is Advised That It Must Submit Pricing For All Alternates Listed Above To Be Considered Acceptable. An Offeror Submitting Different Or Fewer Pricing Alternates May Be Rejected As Unacceptable By The Lease Contracting Officer. the Government Reserves The Right In The Lease To Not Include An Option, Or To Reduce The Length Of An Option If The Inclusion Of The Option Would Cause The Lease To Score As A Capital Lease, In Accordance With The Budget Scorekeeping: Operating Lease Treatment Paragraph Of This Rlp. Should The Government Make The Determination To Modify The Term Or Option(s), An Amendment To The Rlp Will Be Issued. the Government Requests Space In An Area Bounded As Follows: north: Us 23 south: Maiden Lane To Fuller Road To Geddes Road east: Us 23 west: Pontiac Trail buildings With Property Boundary(ies) On The Boundary Streets Are Deemed To Be Within The Delineated Area Of Consideration. the Offered Building And/or Property Must Have The Following Features As A Minimum Requirement: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor. if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va’s Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas. offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Will Not Be Considered If The Location Is Irregularly Shaped. space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel; structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va’s Intended Use. the Lease Term Commencement Date Will Be On Or About March 2025, Or Upon Acceptance Of The Space, Whichever Is Later.
Municipality Of Maria Aurora, Aurora Tender
Automobiles and Auto Parts
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 186.9 K (USD 3.2 K)
Details: Description Note: 1. The Approved Budget For The Contract Is Php 186,980.00 2. All Entries Must Be Typewritten 3. Delivery Period Within ________ Calendar Days 4. Warranty Shall Be For A Period Of Three (3) Months For Expendable Supplies, One (1) Year For Non-expendable Supplies From Date Of Acceptance By The Procuring Entity 5. Price Validity Shall Be For A Period Of ___________ Calendar Days 6. Phil-geps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 7. Bidder Shall Submit Original Brochures Showing Certifications Of The Product Being Offered Item No. Item & Description Qty. Unit Unit Price Mun. Vehicle Isuzu Elf D1m006 1 Battery Damper 1 Pc 2 Battery Terminal 4 Pcs 3 Grease 2kls 1 Kls 4 Engine Oil 11 L 5 Gear Oil 8 L 6 Oil Filter 1 Pc 7 Fuel Filter 1 Pc 8 Brake Fluid 1 L Mun. Garbage Truck D2q 573 9 Bolts And Nut 9/16 X 2 2 Pcs 10 Foot Brake Cable 1 Pc 11 Battery Terminal 4 Pcs 12 Battery Lug 2 Pcs 13 Engine Oil 2 L Mun. Foton Dt Sky 704 14 Engine Oil 2 L 15 Brake Fluid 1 L 16 Axle Stud 10 Pcs 17 Steel Epoxy 1 Pc Mun. Isuzu Dt 4ward Sobida 18 Brake Lining 2 Set 19 Rubber Cap 8 Pcs 20 Hub Oil Seal Inner 4 Pcs 21 Hub Oil Seal Outer 4 Pcs 22 Grease (2 Kls) 2 Kls 23 Brake Fluid 2 L 24 Epoxy Steel 1 Pc Mun. Mini Bus Zf 5527 25 Grease 2kls 2 Kls 26 Brake Fluid 1 L 27 Oil 10 2 L 28 Air Dyer 1 Assy Mun. Low Bed Truck Cac 8283 29 Oil 10 5 L 30 Grease 2kls 1 Kls 31 Solenoid 1 Pc 32 Starter Repair (labor) 1 Pc 33 Drill Back Plate 2 Pcs Mun. Foton Loader 34 Rotor Disc Reface 4 Pcs 35 Transmission Oil Seal 1 Pcs Mu. Vehicle A7x 229 (pnp) 36 Oil Filter 1 Pc 37 Gear Oil 90 10 L 38 Gear Oil 140 6 L Mun. Vehicle Ptv Z2t 536 39 Brake Shoe 1 Set 40 Engine Oil 8 L 41 Oil Filter 1 Pc Mun. Ambulance F3r 264 42 Brake Cleaner 2 Can 43 Dis Pad 1 Set 44 Brake Shoe 1 Set Mun Vehicle Ptv Snd 5003 45 Engine Oil 2 L 46 Coolant 2 L 47 Hub Bearing Assy 1 Set 48 Brake Fluid 1 Can Mun. Ambulance F4j 872 49 Brake Pad 1 Set 50 Engine Oil 2 L 51 Brake Shoe 1 Set Mun. Vehicle Ox 3197 52 Wd40 1 Can 53 Coolant 3 L 54 Grease (small) 1 Pack 55 Gear Oil 90 2 L 56 Engine Oil 2 L 57 Gear Oil 140 2 L 58 Oil Treatment 2 Bott Mun. Vehicle Sha 878 59 Copper Tube 3/16 2 Ft 60 Atf 1 L 61 Coolant 1 L 62 Brake Fluid 1 L 63 Brake Shoe 1 Set 64 Disc Pad 1 Set 65 Tire Vulcanize 4 Ps Mun. Ambulance F4j 809 66 Wiper Blade 1 Set 67 Signal Light Assy L/r 2 Assy 68 Brake Pad 1 Set 69 Engine Oil 2 L 70 Coolant 2 L 71 Brake Shoe 1 Set 72 Brake Fluid 1 L Mun. Vehicle D1v 964 73 Engine Oil 8 L 74 Oil Filter 1 Pc 75 Fan Belt Acu 1 Pc 76 Atf 1 L 77 Steering Belt 1 Pc 78 Tire Vulcanize 2 Pcs 79 Tire Flups 2 Pcs Mun. Vehicle Slf 303 80 Brake Pad 1 Set 81 Brake Fluid 1 L Mun. Generator Set 82 Coolant 3 Gal Mun. Vehicle Sjb 418 83 Rotor Disc Assy L/r 1 Set 84 Hub Bearing 1 Set 85 Grease (small) 1 Pack 86 Brake Light Assy 1 Set 87 Tire Mounting 2 Pcs Mun. Vehicle Z4d 810 88 Brand New 3smf 1 Pc Mun. Ambulance Cs 9743 89 Battery Relay 1 Assy
Philippine Heart Center Tender
Electronics Equipment...+2Healthcare and Medicine, Electrical and Electronics
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 20 Million (USD 344.7 K)
Details: Description Itb No.010.25- 1 Lot 3d/2d Laparoscopy Tower System Item Specifications Quantity 1 Piece Technical Specifications 1.1 Camera Control Unit 1.1.1 3d Camera Platform That Works With 3d Or 2d Camera Heads 1.1.2 Capable Of Interchanging Of Camera Head During Live Surgery 1.1.3 Ccu Detects The Connected Camera Head And Automatically Provides The Respective Camera Settings 1.1.4 Cardio/thoracic Included In Pre-installed Standard Profile Setting With 3 Programmable User Profiles 1.1.5 Profile Image Settings Can Be Modified; Brightness, Contrast And Edge Enhancement (-5 To +5/ Increments Of : 1), Digital Zoom (zoom Factors 1.0, 1.2, 1.4, 1.6 And 1.8) 1.1.15 If 3d Display Fails, The Operation Can Be Continued In 2d 1.1.16 White Balance Function Button On Ccu Front And Camera Head 1.1.17 Automatic Light Intensity Control In Combination With Led Light Source (mis-bus) 1.1.18 Gain Function: Always On 1.1.19 Unit Is Stackable And Surface Can Be Cleaned By Wipe Disinfection 1.1.20 Connection On Backside-2 X 3d Via 3g Hd Sdi (1080p), 2x3d Via Dvid (1080p), 2x2d Via Dvi-d (1080p), 1x2d Via Hd-sdi (1080i), Connector For Equipotential Cable/grounding, Mains Power Switch, Mis-bus Connection, 2x3.5mm Jack (remote), 1xlan Ethernet, 1 Usb (service Dongle) 1.1.21 Maximum Power Consumption: 120 Va 1.1.22 Mains Supply: 220-240 Vac, 60 Hz 1.1.23 Maximum Dimensions (w X H X D): 330 X 146 X 353 Mm 1.1.24 Maximum Weight: 11 Kg 1.1.25 Maximum Operating Volume: 43 Db(a) 1.1.26 Protection Class: I 1.1.27 Application Part Type Cf Defibrillation Safe 1.2 Light Source 1 Piece 1.2.1 Average Lifetime Of Led Module Approximately 30,000 Working Hours 1.2.2 Unit Display Indicates Operating Status (standby, Light Output, Auto Light Output Control, Light Cable Connection, Light Cable Test Result) 1.2.3 Color Temperature Of Led Module Approximately 5700 K 1.2.4 Type: White Light And Flourescence 1.2.5 Light Intensity Control Via Rotation Knob In Steps 5% (0-100%) 1.2.6 Automatic Light Intensity Control Via Camera Control Unit (mis-bus) 1.2.7 Deactivation Of Automatic Light Output Mode By Manual Control Of Light Intensity Rotating Knob 1.2.8 Built-in Anti-glare Protection (if Light Cable Is Not Connected To Light Source) 1.2.9 Automatic Dimming Of Light Output When Removing The Light Cable From The Receptacle 1.2.10 Integrated Light Cable Tester (measures Light Transmission Of Connected 4.8 Mm Light Cable And Displays Result On Lcd) 1.2.11 Unit Is Stackable And Can Be Wiped With A Disinfectant Without Causing Damage 1.2.12 Mains Supply: 220-240 Vac, 60 Hz 1.2.13 Maximum Power Consumption: 240va 1.2.14 Maximum Dimensions (w X H X D): 330 X 146 X 362mm 1.2.15 Maximum Weight: 11 Kg 1.2.16 Power Consumption In Standby: 5 Va 1.2.17 Maximum Operating Volume: 43 Db(a) 1.2.18 Classification According To 93/42/eec:i 1.2.19 Application Part Type Cf Defibrillation Safe 1.3 Camera Head/videoscope 0° Or 30° 0° = 1 Piece / 30° = 2 Pieces 1.3.1 Sensor Resolution: Native Full Hd (1920 X 1080 Pixel) Or Higher Resolution 1.3.2 Stereo Endoscope With Rod Lens System With Image Sensors: 2 X 1/3” Cmos 1.3.3 Progressive Scan Mode 1.3.4 Capable Of Flourescnce Imaging (fi) Mode 1.3.5 With Remote Control Buttons On Camera Head 1.3.6 Non-reprocessable Camera Head: Camera Head Can Be Wiped With A Disinfectant Without Causing Damage 1.3.7 Sterile Handling Via Single Use Sterile Camera Drape 1.3.8 Remote Control Function Buttons On Camera Head Identical To Function Assignment On Camera Control Unit 1.3.9 Endoscope With Outer Shaft Diameter Of 10 Mm (including Sterile Camera Drape) 1.3.10 Automatic Brightness Adjustment 1.3.11 Integrated Electronically Controlled Heating At Distal Endoscope Tip To Provide Controlled Anti Fog Function 1.3.12 Aperture Angle At Endoscope Tip: 72° To 80° 1.3.13 Depth Of Field: 20-200 Mm 1.3.14 Light Cable Integrated In Video Cable (mono Cable) 1.3.15 Endoscopes Available In 0° Viewing Direction And 30° Viewing Direction 1.3.16 Endoscope Working Length: 315 To 320mm 1.3.17 Maximum Dimensions (w X H X D): 57mm X 47mm X 490mm 1.3.18 Cable Length: Not Less Than 4.1m 1.4.1 Table-mounted Videoscope Holder With Pneumatic Mechanism 1.4.2 350° Articulation With 3 Movable Joints 1.4.3 Single-hand Use 1.4.4 Endoscope Holder Attachment For Fixation At The Endoscope Body Or The Ocular, Diameter 21 Mm 1.4.5 Universal Holder Attachment For Atrium Lift Retractor 1.4.6 Air Hose For Connection To Compressed Air Source 1.4.7 Inclusion Of Cartridge Adapter For Use Of System Independent From Central Compressed Air Sources 1.4.8 Required Working Pressure: 5.5 Bar Up To 12 Bar 1.5 Monitor 1 Piece 1.5.1 Medically Approved Monitor With (4096 X 2160) 4k Resolution 1.5.2 31inches Diagonal Minimum Viewable Display 1.5.3 Coated Glass Surface (anti Reflection) 1.5.4 Displays Camera Video Signals In 3d And 2d With 2d/3d Switching Button 1.5.5 Multiple 3d Video Signal Inputs (3g/hd/sd-sdi) Hdmi, Dvi (dvi-d), Bnc (8x5) 1.6 Insufflators 1 Piece 1.6.1 50 L/min. Gas Flow Rate Insufflations System With Co2 Pre Heating, Automatic Venting Feature/smoke Evacuator 1.6.2 5.7inches Diagonal Minimum Touch Screen Display For Menu And Setting Control 1.6.3 Various Indication Modes: Cardiac Surgery, Visceral Surgery, Bariatric Surgery, Pediatrics 1.6.4 With Exchangeable Smoke Evacuation Filter Cassette 1.6.5 Pediatric Indication Flow Increments (0.1 Until 20l) 1.6.6 Automatic Overpressure Gas Release 1.6.7 Pressure Display Resolution And Preselection In Mmhg, Max. Output Pressure 75 Mmhg (1mmhg=133 Mbar=133 Pa) And Adjustable Pressure Range 1-30 Mmhg 1.6.8 Pre-settable Flowrate 1.6.9 Display Of Gas Consumption In Liter/s 1.6.10 Gas Supply Monitoring By Symbols And Acoustic Signal 1.6.11 Information Line For Error Reporting In The Menu Display 1.6.12 Applicable For Use In Cardiac Surgery With Application Part Type Cf 1.6.13 Protection Class I 1.6.14 Classification Iia 1.6.15 Maximum Device Noise Emission: 50 Db 1.6.16 Inlet Pressure Range Max. Inlet Pressure: 80 Bar/ 1160,3 Psi 1.6.19 Maximum Dimension (width X Height X Depth): 330mm X 200mm X 400mm 1.6.20 Main Voltage Range Ac 220-240v; Supply Frequency Range 60hz; Max. Power Consumption 120 Va 1.7 Endoscopy Trolley/cart 2 Pieces 1.7.1 With 21.5” 2d Full Hd Touch Screen Monitor (resolution 1920 X 1080) Or Higher Resolution 1.7.2 4 Layers, 3 Height Adjustable Shelves 1.7.3 Lockable Back Panel 1.7.4 Integrated Cable Channels In Side Rail/columns 1.7.5 Main Switch On Lateral In Side Rail 1.7.6 Lockable Antistatic Twin Castor Wheels With Wall Guards 1.7.7 Safety Isolation Transformer (2200 Va (230 V) Ac) Integrated On Trolley Cart 1.8 Digital Video Recorder 2 Pieces 1.8.1 Image And Video Capture Quality Full Hd 1080p 50/60 (1920x1020 Pixel) With 16:9 Aspect Ratio 1.8.2 2d/3d Image Formats Jpeg, Bmp, Png, (mpo, Pns) 1.8.3 2d/3d Video Format Mpeg-2, Mpeg-4, Avc/h.264 (mvc) 1.8.4 Data Storage On Internal Hard Drive, Cd/dvd, Usb, Lan Or Pacs Server Compatible With Phc 1.8.5 Video Inputs: 2 X 3g-sdi (1080p Signal Transmission) For 3d Camera, 1 X 3g-sdi (1080 Signal Transmission) For 2d Camera 1.8.6 Video Outputs: 1 X Display Port (3d Monitor), 1 X 3g-sdi (2d Monitor), 1 X Dvi-i (control Monitor) 1.8.7 Interfaces: 1 X Rj45 Ethernet (lan, Pacs Dicom 3.0 Kis Hl7), 6 X Usb 3.0, 4 X Usb 2.0, 2 X 3.5 Mm Jack Socket (remote Control For 2d/3d) 1.8.8 Hardware System: Intel® I-6500 Processor With 8 Gb (minimum) Ram 1.8.9 Internal Hard Drive Capacity Data Disk 1 Tb (minimum), System Disk (ssd) 16 Gb (minimum) 1.8.10 Operating System Windows 8.1 Embedded Industry Pro (64 Bit Version) Upgradable To Future Versions 1.8.11 Maximum Power Consumption 180 W 1.8.12 Maximum Dimensions (w X H X D) 330 X 146 X 343 Mm 2. System Configuration Accessories, Spares And Consumables 2.1 System As Specified 2.1.1 3d Glasses I. Standard Polarization Glasses (20 Pcs) Ii. Anti-fog Polarization Glasses (20 Pcs) Iii. Eye Shield Polarization Glasses Kit (20 Pcs) 2.1.2 Camera Drape I. Single Use Sterile Cover Ii. Single Use Sterile Cover For 30° Camera Head (50 Pcs) 2.1.3 Camera Holder Sterile Cover (50 Pcs) 2.1.4 Reprocessable Heating Tube Set For Insufflation 3 Meters (2 Units) 2.1.5 Smoke Evacuation Filter Cassette (30 Pcs) 2.1.6 Single Use Tube Set For Smoke Evacuation (30 Pcs) 3. Environmental Factors 3.1 The Unit Shall Be Capable Of Being Stored Continuously In Ambient Temperature Of 0-50deg C And Relative Humidity Of 15-90% 3.2 The Unit Shall Be Capable Of Operating In Ambient Temperature Of 20-30 Deg C And Relative Humidity Of Less Than 70% 3.3 Shall Meet Iec-60601-1-2 :2001(or Equivalent Bis) General Requirements Of Safety For Electromagnetic Compatibility Or Should Comply With 89/366/eec; Emc-directive. 4. Power Supply 4.1 Power Input To Be 220-240vac, 60hz Fitted With Phc Electrical Outlet 4.2 Resettable Over-current Breaker Shall Be Fitted For Protection 4.3 Provision Of Ups Capable Of Sustaining The Tower System Up To 30 Minutes During Power Outage 5. Standards, Safety And Training 5.1 Manufactures/supplier Should Have Iso 13485 Certificate To Quality Standard. 5.2 Should Be Philippine Fda, Ce, Ul Or Bis Approved Product 5.3 Comprehensive Technical Training For Phc Biomed And User’s Training To Staff For Familiarity With The System. 5.4 Electrical Safety Conforms To Standards For Electrical Safety Iec 60601-1 General Requirements (or Equivalent International/national Standard) 6. Documentation 6.1 User/technical/maintenance Manuals To Be Supplied In English. 6.2 Certificate Of Calibration And Inspection. 6.3 List Of Important Spare Parts And Accessories With Their Part Number And Costing. 6.4 List Of Equipments Available For Providing Calibration And Routine Maintenance Support As Per Manufacturer Documentation In Service / Technical Manual For 0° Camera Head (20 Pcs) 1.6.17 Min. Inlet Pressure For House Gas: 2,7 Bar/39,2 Psi 1.6.18 Max. Gas Flow 50 L/min, Max. Suction 12 L/min 1.3.19 Application Part Type Cf Defibrillation Safe 1.3.20 Protection Class Against Falling Water: Ipx7 1.1.6 Image Rotation 180° (on/off) For 30° Camera Head 1.1.7 Can Switch From 2d/3d Via Camera Head Function 1.1.8 Capable Of Flourescnce Imaging (fi) Mode 1.1.9 4 Effects Can Be Added To The Set Profile (red Enhancement, Smoke Reduction, Picture Out Of Picture Display, Status Indicators On Screen) 1.1.10 Red Enhancement Algorithm (intensifies Red Colors For Better Visual Distinction Of Different Structures) 1.1.11 Smoke Reduction Algorithm (clearer Picture In Smoky Environment) 1.1.12 Picture Of Picture (pop) For Split Screen Function Shows Original Image And Image With Effect Next To Each Other 1.1.13 Combination Mode Of Red Enhancement And Smoke Reduction 1.1.14 Preset Function Of Remote Control Buttons On The Camera Head And Ccu In The Live Mode: Menu, White Balance, Image Rotation, Digital Zoom, Light Source On/off, Record Still Image/start Or Stop Video
Helmholtz Zentrum Hereon GmbH Tender
Others
Germany
Closing Date25 Feb 2025
Tender AmountRefer Documents
Details: As part of the Bordstromtech-rl II) funding program, a system control for the research vessel Coriolis is to be purchased. This project is funded by the Federal Ministry for Digital and Transport and coordinated by Now-gmbh. The Helmholtz-Zentrum Hereon GmbH (HEREON) is a non-profit research institution and one of the 18 member institutions of the Hermann von Helmholtz Association of German Research Centers EV. 90% of Hereon's expenses are financed by the federal government (BMBF - Federal Ministry of Education and Research) and 10% by the four consortium states (Schleswig-Holstein, Hamburg, Lower Saxony and Brandenburg). The company's statutory task is to conduct research and development in a multidisciplinary network, particularly in the fields of materials research, coastal, climate and environmental research and regenerative medicine. 40068116 Preliminary performance description for the control of the hydrogen system laboratory FS Coriolis. On the Coriolis, a hydrogen-based energy system is being implemented for the innovative use of alternative fuels. This system supplements the diesel-electric drive in order to be able to operate, for example, in highly sensitive nature conservation zones and to achieve emission-free, as quiet a ship operation as possible. Further information on the research vessel Coriolis can be found on the following website: https://www.hereon.de/innovation_transfer/coriolis/index.php.de On the Coriolis, a metal hydride storage system (MHS) is used for the chemical solid storage of hydrogen, which supplies a fuel cell (BZ) with hydrogen. The electrical power generated in the fuel cell is fed into the electrical infrastructure of the Coriolis and thus supplements the battery and the diesel-electric system. The fuel cell and metal hydride storage system are connected to one another and to the ship's heating system via a thermal management system (KW system). The hydrogen for filling the metal hydride storage is bunkered onto the ship via a bunker station. The entire hydrogen system is integrated into the ship's infrastructure as a scientific research system as a hydrogen system laboratory (H2SL). The H2SL is set up independently of the ship's systems with regard to its classification by Bureau Veritas (BV) as scientific cargo. With regard to ship integration, particular attention is paid to the interfaces that connect the H2SL with the ship's infrastructure. The entire H2SL has its own system control based on an PLC, which exchanges signals with the corresponding ship systems (alarm monitoring system - AMS and power management system - PMS) via communication interfaces. In addition, there is a research data transmission system (LUDMILA) on the ship that is independent of the H2SL, via which all system data (internal and external switching states, measured values and input commands) is stored and transmitted for further processing by the scientists on land at Hereon. All subassemblies required for operation of the H2SL, including all actuators and sensors, are controlled by the H2SL control system. The subassemblies are divided as follows: - Tank connection room (TCS) - Bunker system (BS) - Metal hydride storage (MHS) - Cooling water system (KW system) - Inert gas system (IGS) ? The H2SL control system communicates directly with the following external controls: - SCADA system of the Coriolis O AMS O PMS - Internal control of the fuel cell - I added the ventilation system because in the event of a failure the entire H2SL has to go into an alarm state. Is there no direct connection? The H2SL control system should be operated via a visualized control panel (HMI) on the control cabinet of the H2SL control system and via a network-connected HMI (laptop, or similar). Manual input devices (emergency stop buttons, control knobs) must be provided on the control cabinets (main cabinet and sub-distributions) and in the vicinity of the sub-assemblies. All safety-relevant signals from the ship are exchanged with the H2SL control system via a hard-wired safety chain and a safety-related bus. The process communication between the H2SL control system and the PMS is carried out via a bus system. The H2SL is designed as scientific cargo in terms of classification, so that the H2SL control system must meet the requirements of the maritime classification, but the controllers, for example, do not have to be redundant or separated between the alarm management and the process sequences. Operating states The individual operating states or sequences always take place under complete and continuous monitoring of all limit and threshold values of the alarm management. A manual selector switch is provided on the main cabinet of the H2SL, which enables or blocks the operation of the H2SL. - Fully automatic operation of the system O Operation without manual intervention in the control of the H2sl O Start/stop/operating specifications from external control - Semi-automatic operation O Operating sequences that require one or more manual interventions/inputs during operation - Manual operation O Manual actuation of the control output signals taking into account interlocks (e.g. valve positions) and alarm thresholds. Required scope of delivery: - Hardware installed in control cabinets/sub-distribution boards - Installation of the control cabinets on board - Connection of all electrical connections on board the ship - Programming of control sequences - HMI visualization - Hardware documentation - Software documentation including provision of source code - Addressing of the communication interfaces Due to the limited number of characters, the full service description could not be made public. Please refer to the tender documents.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Nsn 7r-6115-016484473-rq, Tdp Ver 001, Qty 2 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
7381-7390 of 7537 archived Tenders