Bus Tenders

Bus Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
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
Corrigendum : Tender Amount Updated
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

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Nsn 7r-4320-014552588-qe, Tdp Ver 002, Qty 27 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.

Quezon City Tender

Transportation and Logistics
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 70 K (USD 1.2 K)
Details: Description Minimum Or Equivalent Technical Specifications The Service Provider Shall Provide Transportation Services Subject To The Following Requirements: A. Transport Service Requirements 1. One (1) Sedan With The Following Requirements: A. Must Be At Least 4-seater; B. With Provision For Luggage Space/storage; C. Fully Air-conditioned; D. Available On 5-7 March 2025 2. Two (2) Passenger Van With The Following Requirements: A. Must Be At Least 12-seater; B. With Provision For Luggage Space/storage; C. Fully Air-conditioned; D. Available On 23-28 March 2025 B. Itinerary Of Travel 1. The Itinerary Of Travel On 5 March 2025 For One (1) Sedan Is As Follows: A. Pick-up At Francisco Bangoy International Airport B. Drop-off At Deped Davao City C. Drop-off At Ateneo De Davao University D. Drop-off At Billeting Hotel Within Davao City 2. The Itinerary Of Travel On 6 March 2025 For One (1) Sedan Is As Follows: A. Pick-up At Billeting Hotel Within Davao City B. Drop-off At Davao City Special High School C. Drop-off At Philippine Science High School-southern Mindanao Campus D. Drop-off At Matina Elementary School E. Drop-off At Daniel R. Aguinaldo National High School F. Drop-off At Billeting Hotel Within Davao City 3. The Itinerary Of Travel On 7 March 2025 For One (1) Sedan Is As Follows: A. Pick-up At Billeting Hotel Within Davao City B. Drop-off At Sta. Ana Elementary School C. Drop-off At Davao City National High School D. Drop-off At Francisco Bangoy International Airport 4. The Itinerary Of Travel On 23 March 2025 For Two (2) Passenger Van Is As Follows: A. Pick-up At Francisco Bangoy International Airport B. Drop-off At Billeting Hotel Within Davao City 5. The Itinerary Of Travel On 24 March 2025 For Two (2) Passenger Van Is As Follows: A. Pick-up At Billeting Hotel Within Davao City B. Drop-off At Philippine Science High School-southern Mindanao Campus C. Drop-off At Davao City Special National High School D. Drop-off At Ateneo De Davao University E. Drop-off At Billeting Hotel Within Davao City 6. The Itinerary Of Travel On 25 March 2025 For Two (2) Passenger Van Is As Follows: A. Pick-up At Billeting Hotel Within Davao City B. Drop-off At Ateneo De Davao University C. Drop-off At Davao City National High School D. Drop-off At Ateneo De Davao University E. Drop-off At Billeting Hotel Within Davao City 7. The Itinerary Of Travel On 26 March 2025 For Two (2) Passenger Van Is As Follows: A. Pick-up At Billeting Hotel Within Davao City B. Drop-off At Ateneo De Davao University C. Drop-off At Daniel Aguinaldo National High School D. Drop-off At Matina Central Elementary School E. Drop-off At Ateneo De Davao University F. Drop-off At Billeting Hotel Within Davao City 8. The Itinerary Of Travel On 27 March 2025 For Two (2) Passenger Van Is As Follows: A. Pick-up At Billeting Hotel Within Davao City B. Drop-off At Ateneo De Davao University C. Drop-off At Sta. Ana Central Elementary School D. Drop-off At Ateneo De Davao University E. Drop-off At Billeting Hotel Within Davao City 9. The Itinerary Of Travel On 28 March 2025 For Two (2) Passenger Van Is As Follows: A. Pick-up At Billeting Hotel Within Davao City B. Drop-off At Deped Region Xi C. Drop-off At Dost Xi D. Drop-off At Billeting Hotel Within Davao City E. Drop-off At Francisco Bangoy International Airport 10. Please Note That The Dates Are Subject To Change With Prior Notice From Philsa. 11. Final Itinerary Vis-à-vis Pick-up/drop-off Points Within Davao City To Be Advised By End-user. C. Payment Terms 1. Price Stated In The Proposal Should Be Inclusive Of Government Fees, Taxes, And Duties. 2. Price Stated In The Proposal Should Be Inclusive Of Toll Fees, Fuel, Driver’s Fee, Meals And Accommodation Of Drivers, Parking Fees And Other Miscellaneous Fees. 3. Price Stated In The Proposal Should Be Inclusive Of Insurance For Passengers And Vehicles. 4. Actual Number Of Charter Bus And Passenger Van May Be Adjusted Based On The Actual Number Of Passengers, With Prior Notice From Philsa. 5. Send-bill Arrangement: 100% Subject To Actual Consumption And Upon Receipt Of Statement Of Account/billing Statement. 6. For Payment Within 30 Calendar Days After The Event And Final Acceptance From End-user.

Province Of Surigao Del Sur Tender

Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 960.2 K (USD 16.5 K)
Details: Description Pr 2024-08-3611 1. 1.1 Unit/s Gravel Bedding 2. 10 Bag/s Cement 3. 1 Cu.m Washed Sand 4. 1 Cu.m 3/4 Screen Gravel 5. 37 Kilo/s 10 Lenghts 10mm Dia. 6m Def. Bar Grade 40 6. 1.52 Kilo/s #126 Galvanized Iron Wire 7. 4 Set/s Stainless Steel Single Slot Lavatory 8. 30 Piece/s 600mm X 600 Ceramic Tiles 9. 4 Sack/s Cement 10. 1 Cu.m Washed Sand 11. 2 Bag/s Tile Grout 12. 2 Bag/s Tile Adhesive 13. 80 Piece/s 4.5mm Fiber Cement Board 14. 240 Piece/s Metal Furring 3m 15. 76 Piece/s Carrying Channel 16. 212 Piece/s Hanger Bars/rod 17. 1267 Piece/s Channel Clip 18. 51 Piece/s Wall Angle 19. 2955 Piece/s Rivets 20. 846 Piece/s 1 Inch Metal Screw 21. 1 Set/s D-1 Double Swing 22. 6 Set/s D-2 Single Swing Door 23. 1 Set/s D-3 Single Sliding Door 24. 1 Set/s W-1 Sliding Window With Mm Thk. Clear Glass 25. 1 Set/s W-2 Sliding Window With Mm Thk. Clear Glass 26. 129 Sq.m 6mm Thk Clear Glass On Powder Coated Aluminum 27. 1 Set/s D-2 Pvc Flush Door On Pvc Jamb With Louver 28. 2 Piece/s Putty Plate 29. 6 Piece/s Paint Roller #6 30. 2 Piece/s Paint Tray 31. 6 Piece/s Paint Brush 32. 16 Gallon/s Acrylic Cast 33. 13 Gallon/s Acrylic Printer 34. 25 Gallon/s Acrylic Semi-gloss Topcoat 35. 7 Gallon/s Acrytex Reducer 36. 1 Roll/s Sand Paper 37. 11 Gallon/s Acrytex Cast 38. 9 Gallon/s Acrytex Primer 39. 3 Set/s Non-sag Epoxy 4l (a&b) 40. 17 Gallon/s Acrytex Flat White 41. 5 Gallon/s Acrytex Reducer 42. 2 Piece/s Putty Plate 43. 2 Piece/s Paint Brush #3 44. 2 Piece/s Paint Brush #1 1/2 45. 2 Piece/s Paint Tray 46. 2 Piece/s Paint Roller #6 47. 2 Piece/s Mini Roller 48. 10 Piece/s Masking Tape 1 Inch 49. 10 Piece/s Mesh Tape 2 Inches 50. 1 Roll/s Assorted Sand Paper 51. 3 Box/es 3.5mm Thhn Stranded Wire (black) 52. 3 Box/es 3.5mm Thhn Stranded Wire (white) 53. 2 Box/es 5.5mm Thhn Stranded Wire (white) 54. 2 Box/es 5.5mm Thhn Stranded Wire (white) 55. 10 Meter/s 8.0mm Thhn Stranded Wire (white) 56. 30 Meter/s 14.0mm Thhn Stranded Wire (white) 57. 11 Set/s Douplex Universal Outlet With Ground, 250v-15a 58. 4 Set/s Acu Outlet 59. 1 Set/s 2-gang, 1-way Flush Type Switch, 250v-10a 60. 8 Set/s 1-gang, 1-way Flush Type Switch, 250v-10a 61. 3 Kilo/s G.i Tie Wire #16 62. 4 Set/s 12watts Led Downlight Lighting Fixtures 63. 8 Set/s 15watts Led Downlight Lighting Fixtures 64. 16 Set/s 2 X 36watts Flourescent Lighting 65. 1 Set/s 10 Branches Panelboard With Ground Bus 66. 3 Set/s 20at/50af, 2p Moided Case Circuit Breaker 67. 4 Set/s 30at/50af, 2p Moided Case Circuit Breaker 68. 1 Set/s 60at/50af, 2p Moided Case Circuit Breaker 69. 18 Piece/s 4.5mm Fiber Cement Board 70. 28 Piece/s Metal Studs 3mm 71. 200 Piece/s 1 Inch Metal Screw 72. 133 Sq.m Aluminum Composite Panel 73. 25 Piece/s Stainless Steel 3d Lettering 20 Inches 74. 2 Piece/s Stainless Steel 3d Logo 36 Inches

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Nsn 7r-2915-014545723-qe, Tdp Ver 001, Qty 49 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.

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.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Nsn 7r-1630-014183177-v2, Tdp Ver 002, Qty 24 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 Thegovernment 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 Themanufacturer Meets The Qualification Requirement(s) At Time Of Award, Inaccordance With Far Clause 52.209-1. The Solicitation Identifies The Officewhere Additional Information Can Be Obtained Concerning Qualificationrequirements And Is Cited In Each Individual Solicitation.one Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation. "navsup Wss Intends On Awarding Sole Source To On Awarding Sole Source To Non-prime Source(s) And That The Lack Of Response From Any Other Source Will Consider Them To Be Not Interested."

Cebu Technological University Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 809.6 K (USD 13.8 K)
Details: Description 1. Internet Protocol Gateway Nmea 2000® Connector Devicenet Micro – C Nmea 2000® Isolation Opto – Isolated Usb Connector For Usb Type A Ethernet Connector Rj – 45 Operating Voltage 9 To 32 Volts Power Consumption Size: 5.000” X 4.500” X 2.375” Nmea 2000® Standard Level A Fcc And Ce Mark Electromagnetic Compatibility 1 Unit 2. Vessel Data Recorder Data Recorded On Solid State Memory Via Removable Usb Flash Drive Free Data Extraction Software (n2kextractor™) Nmea 2000® Connector Devicenet Micro Usb Connector Usb Type A Ethernet Connecter Rj45 Operating Voltage 9 To 32 Volts Power Consumption Size: 5.000” X 4.500” X 2.375” Nmea 2000® Standard Level A Fcc And Ce Mark Electromagnetic Compatibility 1 Unit 3. Wireless – N Router 2.4ghz/5ghz Wireless – N Router Pre – Configured For Use With Maretron’s N2kview® Up To 300+300mbps Wireless Speeds Four Internal Antennas Supports Wpa/wpa2 Wireless Security Four 10/100 Ethernet Ports For Wired Connections 1 Unit 4. Livescope With Lvs34 Transducer Transducer Beamwidth: 20° To 135° Transducer Cable Length: 20ft Transducer Number Of Pins: 21 Water Rating: Ipx7 Weight: Gls 10 Sonar Black Box: 2.0kg Lv32 Transducer: 0.9kg Power Input: 10 -32 V Power Usage: 21w Typical, 58w Max Frequency: 530 – 1,100khz Transmit Power: 500w Maximum Depth: Down And Forward: 61.0m 1 Unit 1. Gps Antenna/receiver Gps 200-1, Gps & Glonass <3m (autonomous), 2.5m (waas) Position Accuracy 99 Channels, -161dbm Tacking Sensitivity 10hz Position And Speed Update Rate 1hz Time Update Rate Waas Satellite Based Augmentation System Lithium Battery Backup Accept Data Cards: 2 Microsd Cards 9 – 32v Operating Voltage <150ma Power Consumption 4” (diameter) X 1.65” (height), 6oz Level A Nmea 2000® Tested To Iec 60945 Fcc And Ce Mark: Electromagnetic Compatibility 1 Unit 2. Solid – State Rate / Gyro Compass W/o Cables Ssc300 – 01 Solid State Rate / Gyro Compass <0.7deg Rms Static Heading Accuracy 0.1deg Heading Display Resolution 20hz Heading Update Rate 10hz Pitch And Roll Update Rate 9 – 16v Operating Voltage <50ma Power Consumption 4.46” X 3.23” 2.14 Lwh, 7oz. Level A Nmea 2000® Ec61162 – 3, Iec 60945 Fcc And Ce Mark: Electromagnetic Compatibility 1 Unit 3. Direct Current Monitor Dc Monitor W/ 200 Amp Current Transducer Dcm100 Battery Harness With Fuse Lemhta200 – S 200 Amp Current Transducer With Cable 0 – 50 Vdc Battery Sense Voltage Range ±100 Mv Battery Sense Voltage Accuracy 9 – 32v Operating Voltage, Nmea / Battery Interface 70ma Battery Interface, 50ma Nmea 2000® Connection 3.50” X 4.20” X 2.03” Lwg, 13oz 1 Unit 4. Nmea 2000® / Usb Gateway Nmea 2000® Connected Devicenet Micro – C Nmea 2000® / Usb Isolation Opto – Isolated Usb Connector Usb Type B Operating Voltage 9 To 32 Volts Power Consumption <50ma Size: 3.11” X 3.46” X 1.38” (79mm X 88mm X 35mm) 1 Unit 5. 0183 To N2k Gateway W/ Pc Interface, Usb Supply Voltage (nmea 200 Port) 9 To 30v Dc Supply Current (nmea 2000 Port) 62ma @9v Dc Nmea 2000 Port (ngx – 1 – Iso / Ngx – 1 – Usb), 250kbps, M12 Male Nmea 2000 Port To Usb Port Galvanic Isolation Nmea 2000 Nmea 2000 Certified 1 Unit 6. 8” Vessel Monitoring And Control Touchscreen Includes The N2kview® Software 8” Tft Lcd Panel, Led Backlit Widescreen Aspect Ratio 5:3 1350 Nits Brightness (optically Bonded) Solid State Disk Drive, Fanless Cooling System Dual Can Bus For Single Or Redundant Nmea 2000® Network Connections Iec 60945, Nmea 2000® 1 Unit
7391-7400 of 7541 archived Tenders