Bus Tenders
Bus Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 1r-1680-llerak773-gf, Tdp Ver 001, Qty 1 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.
Closing Date6 Feb 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description January 23, 2025 Request For Quotation Supply, Delivery And Installation Of Audio Equipment For The Conference Room Of Nia Csimo Head Office Sta. Lucia, Magarao, Camarines Sur Pr No.: Csimo-es-200-2024 Quotation/bid No. F501-cs-csimoho-04-25 The Manager Maryed Musicsportszone. 180 Cervantes Compound, Panganiban Drive, Naga City, Camarines Sur The Manager Rfk General Merchandise San Vicente St. Pili, Camarines Sur The Manager Identity General Merchandise San Felipe, Naga City, Camarines Sur Sir/ma’am; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia-csimo Head Office, Sta. Lucia, Magarao, Camarines Sur Not Later Than 01:30 Pm Of January 30, 2025 With An Abc Of P 140,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Sixty (60) Calendar Day From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated Philgeps Registration Certificate, Income/business Tax Return(for Abc’s More Than 500,00.00 Above), And Prescribed Omnibus Sworn Statement Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, June Ivy C. Mendez Bac Chairperson Item & Description Unit Qty Unit Price Total Price Supply, Delivery, Installation Of Audio Equipment Digital Uhf 8 In 1 Conference System 8 Channels. Adjustable Frequency. Digital Line System Ir Automatic. Totally 400 (50*8) Frequencies. 3 Controllers Can Be Used Simultaneously. Microphone Can Be Used In Every Channel. Lcd Screens Show Working Status On The Receiver And Emitter. There Are 8 Balanced Output, Xlr Mixed Output, 1 Mixed Unbalanced Output. 4 Rubber Antennas Consumption Is 80ma. With 1.5v*3 Battery Power Supply, It Can Work Constantly For 8 Hours. Light Ring On The Microphone Head Will Display Working Status. Working Distance: 50-80 Meters. Unit 1.00 Mg12xu Mixer 12-channel Mixing Console Max. 6 Mic / 12 Line Inputs (4 Mono + 3 Stereo) 2group Buses + 1 Stereo Bus 2 Aux (incl. Fx) “d-pre” Mic Preamps With An Inverted Darlington Circuit 1-knob Compressors High-grade Effects: Spx With 24 Programs 24-bit / 192khz 2in / 2out Usb Audio Functions Works With The Ipad (2 Or Later) Through The Apple Ipad Camera Connection Kit / Lightning To Usb Camera Adapter Includes Cubase Ai Daw Software Download Version +48v Phantom Power Xlr Balanced Outputs Unit 1.00 Passive Speaker System Type: 2-way Bass Reflex Lf/hf: 5 Transducer/ 1/2 Mylar Dome Frequency Response: 80hz-20khz Transformer Taps 100v: 4w, 8w, 15w,30w Sensitivity: 90db Impedance: 8 Materials: Abs Plastic Dimesnion: L20 X W20 X H30 Weight: 2.71 Unit 4.00 Speaker Amplifier Type: Pa Amplifier, Total Power: 450watts Impedance: 4-16 Ohms, Line Output: 70v 100v Zone Output: 5 Zone + 10, Standbyline Distance: Up To 1km, Chime: Yes, Color: Black Inputs: Usb Sd Bt Fm Aux, Mic Input: Mic 1 And 2 Input Power: 220v, Rack Mountable: 19 Inches Color: Black, Usage: Pa System / Background Music Unit 1.00 Connect, Wire And Other Materials Lot 1.00 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above -mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 ___________________________________________________________________ Name & Signature Of Owner/authorized Representative __________________________________________________________________ Name/position In Print Of Owner/representative ___________________________________________________________________ Signature _________________________ Date
Closing Date3 Feb 2025
Tender AmountPHP 140 K (USD 2.3 K)
Investigative Solutions Network Maskwa Tender
Transportation and Logistics
Corrigendum : Closing Date Modified
Canada
Details: Investigative Solutions Network-maskwa (isnm) Seeks Quotes For Transportation Providers To Offer Reliable And Culturally Respectful Transportation Services Across Northwestern Ontario For The 2025 Calendar Year. These Services Are Required To Support Temporary Evacuation Needs For Indigenous Community Evacuees Affected By Emergencies, Such As Floods And Wildfires. The Transportation Provider Should Have Scalable Capacity, Including Both Large And Small Vehicle Options, And Be Prepared To Activate Services Within 24 Hours Of Notification. Primary Locations:thunder Bay, Fort Frances, Kenora, Dryden, Sioux Lookout, Marathon Requirements We Request Quotes From Transportation Providers Across Southern Ontario Capable Of Safely Transporting Evacuees, Accommodating Medical And Cultural Needs, And Offering Flexible, Scalable Service Options. 1. Service Locations: Preferred Locations Are Urban And Suburban Centers In Southern Ontario, With Easy Access To Major Transportation Routes, Airports, And Accommodation Sites. 2. Capacity Requirements: Capability To Transport Up To 450 Evacuees At Once, With Scalable Options For Increased Capacity If Required. Access To A Fleet Of Large Coach Buses And Smaller Mini-buses To Accommodate Different Group Sizes And Needs. Scalability: The Provider Should Demonstrate The Ability To Increase Or Decrease Transportation Capacity On Short Notice Based On Fluctuating Evacuee Numbers. 3. Activation And Response Time: Rapid Activation: The Contractor Must Be Prepared To Activate Transportation Services Within 24 Hours Of Receiving Notification From Isn Maskwa. Point Of Contact: The Provider Must Assign An English-speaking Point Of Contact Available 24/7 For Coordination, Customer Service, And To Address Any Logistical Issues. 4. Medical, Cultural, And Accessibility Requirements: Protective Seating: Provide Protective Seat Covers For Elderly Evacuees And Those With Medical Needs. Medical, Cultural, And Religious Accommodations: Capability To Adjust Services Within 24 Hours To Accommodate Medical Or Cultural Needs, Including Appropriate Seating Arrangements And Support For Indigenous Traditions. 5. Vehicle And Safety Standards: Insurance: Providers Must Carry Adequate Liability Insurance For All Vehicles And Drivers. Vehicle Inspections: The Contractor, In Coordination With Isn Maskwa, Will Conduct Pre- And Post-use Inspections To Document The Condition Of All Vehicles Used, Ensuring Transparent Records Of Any Damages. On-time Performance: Providers Must Arrive Within 30 Minutes Of Scheduled Pick-up Times. Isn Maskwa Will Not Incur Charges If The Provider Is Late, And Alternative Transportation Costs Will Be The Provider’s Responsibility If The Provider Is A No-show. 6. Service Duties: Airport Transfers: Transport Evacuees Between The Airport And Accommodation Sites Upon Arrival And Departure. Daily Transportation: Provide Daily Transportation As Directed By Isn Maskwa And The Host Community. Event Transportation: Provide Transportation To Events And Outings Within 24 Hours’ Notice, As Directed By Isn Maskwa And The Community. 7. Trip Cancellation Policy: Isn Maskwa Will Provide 12 Hours' Notice For Any Trip Cancellations. No Cancellation Fees Will Apply Within This Timeframe. 8. Billing And Payment Terms: Invoicing: Providers Must Submit Invoices Twice Monthly (1st–15th And 16th–end Of Month), With Invoices Due Within One Week Of Each Billing Cycle. Extended Payment Terms: Providers Must Be Able To Carry Invoice Costs For Up To 120 Days Due To Potential Delays In Federal Fund Processing.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Investigative Solutions Network Maskwa Tender
Transportation and Logistics
Corrigendum : Closing Date Modified
Canada
Details: Investigative Solutions Network-maskwa (isnm) Seeks Quotes For Transportation Providers To Offer Reliable And Culturally Respectful Transportation Services Across Southern Ontario For The 2025 Calendar Year. These Services Are Required To Support Temporary Evacuation Needs For Indigenous Community Evacuees Affected By Emergencies, Such As Floods And Wildfires. The Transportation Provider Should Have Scalable Capacity, Including Both Large And Small Vehicle Options, And Be Prepared To Activate Services Within 24 Hours Of Notification. Primary Locations: Toronto, Hamilton, Mississauga, Brampton, Barrie, London, Kitchener, Guelph, St. Catherines, Niagra Falls, Cambridge, Oshawa, St. Thomas, Brantford Requirements We Request Quotes From Transportation Providers Across Southern Ontario Capable Of Safely Transporting Evacuees, Accommodating Medical And Cultural Needs, And Offering Flexible, Scalable Service Options. 1. Service Locations: Preferred Locations Are Urban And Suburban Centers In Southern Ontario, With Easy Access To Major Transportation Routes, Airports, And Accommodation Sites. 2. Capacity Requirements: Capability To Transport Up To 450 Evacuees At Once, With Scalable Options For Increased Capacity If Required. Access To A Fleet Of Large Coach Buses And Smaller Mini-buses To Accommodate Different Group Sizes And Needs. Scalability: The Provider Should Demonstrate The Ability To Increase Or Decrease Transportation Capacity On Short Notice Based On Fluctuating Evacuee Numbers. 3. Activation And Response Time: Rapid Activation: The Contractor Must Be Prepared To Activate Transportation Services Within 24 Hours Of Receiving Notification From Isn Maskwa. Point Of Contact: The Provider Must Assign An English-speaking Point Of Contact Available 24/7 For Coordination, Customer Service, And To Address Any Logistical Issues. 4. Medical, Cultural, And Accessibility Requirements: Protective Seating: Provide Protective Seat Covers For Elderly Evacuees And Those With Medical Needs. Medical, Cultural, And Religious Accommodations: Capability To Adjust Services Within 24 Hours To Accommodate Medical Or Cultural Needs, Including Appropriate Seating Arrangements And Support For Indigenous Traditions. 5. Vehicle And Safety Standards: Insurance: Providers Must Carry Adequate Liability Insurance For All Vehicles And Drivers. Vehicle Inspections: The Contractor, In Coordination With Isn Maskwa, Will Conduct Pre- And Post-use Inspections To Document The Condition Of All Vehicles Used, Ensuring Transparent Records Of Any Damages. On-time Performance: Providers Must Arrive Within 30 Minutes Of Scheduled Pick-up Times. Isn Maskwa Will Not Incur Charges If The Provider Is Late, And Alternative Transportation Costs Will Be The Provider’s Responsibility If The Provider Is A No-show. 6. Service Duties: Airport Transfers: Transport Evacuees Between The Airport And Accommodation Sites Upon Arrival And Departure. Daily Transportation: Provide Daily Transportation As Directed By Isn Maskwa And The Host Community. Event Transportation: Provide Transportation To Events And Outings Within 24 Hours’ Notice, As Directed By Isn Maskwa And The Community. 7. Trip Cancellation Policy: Isn Maskwa Will Provide 12 Hours' Notice For Any Trip Cancellations. No Cancellation Fees Will Apply Within This Timeframe. 8. Billing And Payment Terms: Invoicing: Providers Must Submit Invoices Twice Monthly (1st–15th And 16th–end Of Month), With Invoices Due Within One Week Of Each Billing Cycle. Extended Payment Terms: Providers Must Be Able To Carry Invoice Costs For Up To 120 Days Due To Potential Delays In Federal Fund Processing.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Investigative Solutions Network Maskwa Tender
Transportation and Logistics
Corrigendum : Closing Date Modified
Canada
Details: Investigative Solutions Network-maskwa (isnm) Seeks Quotes For Transportation Providers To Offer Reliable And Culturally Respectful Transportation Services Across Northeastern Ontario For The 2025 Calendar Year. These Services Are Required To Support Temporary Evacuation Needs For Indigenous Community Evacuees Affected By Emergencies, Such As Floods And Wildfires. The Transportation Provider Should Have Scalable Capacity, Including Both Large And Small Vehicle Options, And Be Prepared To Activate Services Within 24 Hours Of Notification. Primary Locations: Sault Ste. Marie, Sudbury, North Bay, Timmins, Cochrane, Kapuskasing, Hearst, Iroquois Falls, Kirkland Lake Requirements We Request Quotes From Transportation Providers Across Southern Ontario Capable Of Safely Transporting Evacuees, Accommodating Medical And Cultural Needs, And Offering Flexible, Scalable Service Options. 1. Service Locations: Preferred Locations Are Urban And Suburban Centers In Southern Ontario, With Easy Access To Major Transportation Routes, Airports, And Accommodation Sites. 2. Capacity Requirements: Capability To Transport Up To 450 Evacuees At Once, With Scalable Options For Increased Capacity If Required. Access To A Fleet Of Large Coach Buses And Smaller Mini-buses To Accommodate Different Group Sizes And Needs. Scalability: The Provider Should Demonstrate The Ability To Increase Or Decrease Transportation Capacity On Short Notice Based On Fluctuating Evacuee Numbers. 3. Activation And Response Time: Rapid Activation: The Contractor Must Be Prepared To Activate Transportation Services Within 24 Hours Of Receiving Notification From Isn Maskwa. Point Of Contact: The Provider Must Assign An English-speaking Point Of Contact Available 24/7 For Coordination, Customer Service, And To Address Any Logistical Issues. 4. Medical, Cultural, And Accessibility Requirements: Protective Seating: Provide Protective Seat Covers For Elderly Evacuees And Those With Medical Needs. Medical, Cultural, And Religious Accommodations: Capability To Adjust Services Within 24 Hours To Accommodate Medical Or Cultural Needs, Including Appropriate Seating Arrangements And Support For Indigenous Traditions. 5. Vehicle And Safety Standards: Insurance: Providers Must Carry Adequate Liability Insurance For All Vehicles And Drivers. Vehicle Inspections: The Contractor, In Coordination With Isn Maskwa, Will Conduct Pre- And Post-use Inspections To Document The Condition Of All Vehicles Used, Ensuring Transparent Records Of Any Damages. On-time Performance: Providers Must Arrive Within 30 Minutes Of Scheduled Pick-up Times. Isn Maskwa Will Not Incur Charges If The Provider Is Late, And Alternative Transportation Costs Will Be The Provider’s Responsibility If The Provider Is A No-show. 6. Service Duties: Airport Transfers: Transport Evacuees Between The Airport And Accommodation Sites Upon Arrival And Departure. Daily Transportation: Provide Daily Transportation As Directed By Isn Maskwa And The Host Community. Event Transportation: Provide Transportation To Events And Outings Within 24 Hours’ Notice, As Directed By Isn Maskwa And The Community. 7. Trip Cancellation Policy: Isn Maskwa Will Provide 12 Hours' Notice For Any Trip Cancellations. No Cancellation Fees Will Apply Within This Timeframe. 8. Billing And Payment Terms: Invoicing: Providers Must Submit Invoices Twice Monthly (1st–15th And 16th–end Of Month), With Invoices Due Within One Week Of Each Billing Cycle. Extended Payment Terms: Providers Must Be Able To Carry Invoice Costs For Up To 120 Days Due To Potential Delays In Federal Fund Processing.
Closing Date30 Jan 2025
Tender AmountRefer Documents
SEMMARIS March International De Rungis Tender
Services
Others
France
Details: Title: Marché De Service De Transports Autonomes Au Sein Du Marché International De Rungis Avec Fourniture Des Équipements, Avec Phase Expérimentale
description: Avec Près De 1200 Entreprises Implantées Et 13.000 Salariés, Le Marché International De Rungis Est Le Plus Grand Marché De Produits Frais Au Monde. Ouvert 7 Jours Sur 7 Et Toute L’année, Le Marché International De Rungis Est Un Site Fermé Très Diversifié, Tant En Termes D’activités (5 Secteurs Produits), De Clientèles (issues Du Commerce De Détail, De La Restauration, Des Grandes Et Moyennes Surfaces) Que De Modes De Vente (e-commerce ; Vente Physique Et Livraison). Chaque Jour Se Côtoient Les Véhicules Des Légers, Camionnettes, Poids Lourds, Camions, Trains-remorques, Fenwicks, Transpalettes…sur Plus De 68 Kms De Voirie Où S’applique Le Code De La Route. Pour Accéder Au Site, Tous Les Véhicules, Des Acheteurs, Des Prestataires Et Des Concessionnaires Doivent Passer Un Des 5 Péages D’entrée Et Être Dotés D’un Titre D’accès (plus De 17 000 Entrées/jour). Le Marché Est Également Doté D’un Pôle Multimodal De Transports En Commun (bus), À Proximité Du Tramway T7 Et Plus Récemment De La Ligne 14 Du Métro. Cet Ensemble A Accru La Densité Du Trafic. La Semmaris Souhaite Aujourd’hui Faciliter Les Liaisons Entre Les Différentes Stations De Transports, Zones De Stationnement Sur Le Site Et Secteurs Du Min, Grâce À La Mise En Place D’un Service De Transport Autonome Interne Au Marché. C’est Un Gage De Sécurité, D’économie D’énergie, De Temps Et De Tranquillité. Pour Ce Faire, La Semmaris Souhaite Expérimenter Avec Un Partenaire, La Mise En Œuvre D'un Service De Transports Autonomes Sur Les Voies Publiques Ou Les Voies Dédiées, Sur Un Parcours Défini Et Une Courte Durée. A La Suite De Cette Expérimentation, Qui Constitue La Tranche Ferme Du Marché Et Qui Durera Maximum Un An, La Semmaris Pourra Déployer Via Le Présent Marché, L’exploitation De Ce Service Pour Les Usagers Du Marché. Ce Dernier Devra Pouvoir Être Opérationnel Au Second Semestre 2027 Pour Une Durée De 7 Ans Pour La Tranche Optionnelle, Renouvelable 3 Fois Par Période D'un An.
Closing Date28 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Solicitation Will Contain One Nsn For A Shackle. [wsdc: 39a]/ End Item: Patriot Missile. The Original Equipment Manufacturers And Only Approved Source(s) Are Columbus Mckinnon Corp., Cage 93922 P/n M866ap, Ace Industries Inc., Cage 0bus7 P/n M866ap; Hanes Supply Inc., Cage 8h112 P/n M866ap And Oshkosh Defense Llc., Cage 75q65 P/n 3790083. The Nsn And Quantity Are As Follows: Nsn 4030-016229684 Quantity 5,002 Each. The Requested Delivery Schedule Is 280 Days After Receipt Of Order (aro). Fob: Origin; Inspection/acceptance: Destination. The Final Contract Award Decision May Be Based Upon A Combination Of Price, Past Performance, And Other Evaluation Factors As Described In The Solicitation. The Solicitation Issue Date Is On Or About February 03, 2024, In Accordance With 10 U. S. C. 2304 (c) (1), Other Than Full And Open Competition Applies. The Item Is A Critical Application Item.
conditions For Evaluation And Acceptance Of Offers For Part Numbered Items Cited In The Pid: This Agency Has No Data Available For Evaluating The Acceptability Of Alternate Products Offered. In Addition, To The Data Required In Procurement Note: L04/m06, The Offeror Must Furnish Drawings And Other Data Covering The Design, Materials, Etc., Of The Exact Product Cited In The Pid, Sufficient To Establish That The Offeror’s Product Is Equal To The Product Cited In The Pid.
the Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With The Approved Sources. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within Forty-five Days (thirty Days If Award Is Issued Under An Existing Basic Ordering Agreement) After Date 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 Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
offerors Must Submit A Completed Solicitation Package; A Copy Of The Solicitation Will Be Available Via The Dibbs At Https://www.dibbs.bsm.dla.mil/rfp On The Issue Date Cited In This Synopsis. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat. This Software Is Available Free At Http://www.adobe.com. The Solicitation Anticipated Close Date Will Be March 05, 205. The Buyer For This Requirement Is Lionel Allamby Jr, Tel (804) 279-5132, Email Lionel.allamby@dla,mil.
Closing Date5 Mar 2025
Tender AmountRefer Documents
Paranaque City Government Tender
Others
Philippines
Details: Description 1. Artificial Intelligence Steam Set - Description: Multi-platform Language Programming Is Supported. The Aisteam Series Supports The Use Of Aicode, Makecode Two Programming Platforms, Supports Graphical Programming, Python Programing And Other Programming Languages. 6 Core Applications: 1. Steam Teaching 2. Robot Competition 3. Micro- Intelligence Technology Research 4. Creative Project Presentation 5. Open-source Hardware Application 6. S&t Project Practice Parts: Controller X 1 Motor Expansion Module X 1 Expansion Screen Module X 1 Single-trail Follow Module X 3 Infrared Remote Control Board X 1 Channel Integrated Grayscale Module X 1 Full Color Lights Module X 2 Buzzer Module X 1 Encoder Motor Module (mecanum) X 4 Normal Motor Module (2pin) X 1 Rudder Module (3pin) X 1 (simulated Steering Gear Module) Lithium Battery Module X 1 Expansion Module's Cable X 1 Usb Cable X 1 Sensor's Cable X 5 Encoder Motor's Cable X 4 Driving Wheel X 2 Charger X 1 No Less Than 340 Building Blocks Compatible With Lego Building One Set Of Programming Software One Robotics Mat Field With Local And International Competitions -the Philippine Robotics Olympiad (pro), World Robot Olympiad (wro) And Global Artificial Intelligence Robot Competition (gar); With Teacher Training Provided By The Authorized Distributor. With One Year Warranty On Parts And Services. - 50 Sets 2. Intelligent Vision Camera Description: Voltage Is 5v, The Viewing Angle Is 72°, The Maximum Resolution Is 320*240, The Maximum Code Rate Is 30mbps, It Not Only Supports Apriltag Code Recognition, Face Detection, Multi-color Blocks (up To 4 At The Same Time) Recognition And Tracking, Visual Custom Data (up To 5 Groups), But Also Supports Python Algorithm Design, Supports Data To-graphic Visualization; The Structure Supports Pitch Angle Adjustment, Roof Vision Supports Height Adjustment; Vehicle Front Vision Supports Bus Serialization; Module Housing Supports Building Blocks To Expand And Build. It Can Realize Rich Ai Vision Applications, Such As Lab Threshold Debugging, Template Matching, Visual Line Inspection, And Visual Ranging. - 50 Units 3. Competition Venue Kit (global Artificial Intelligence Competition) Description: The Gar Venue Kit Is The Official Kit For The Gar Artificial Intelligence Innovation Challenge Competition - Requires The Participating Teams To Complete A Number Of Engineering Challenges In A Team Manner. It Mainly Examines The Comprehensive Abilities Of Students In Robot Assembly, Programming, Debugging, And Operation, Besides, It Also Can Test Young People’s Understanding And Mastery Of Artificial Intelligence Technology. - 2 Kits
Closing Date12 Mar 2025
Tender AmountPHP 9.9 Million (USD 174.1 K)
SEMMARIS March International De Rungis Tender
Services
Others
France
Details: Title: Marché De Service De Transports Autonomes Au Sein Du Marché International De Rungis Avec Fourniture Des Équipements, Avec Phase Expérimentale
description: Avec Près De 1200 Entreprises Implantées Et 13.000 Salariés, Le Marché International De Rungis Est Le Plus Grand Marché De Produits Frais Au Monde. Ouvert 7 Jours Sur 7 Et Toute L’année, Le Marché International De Rungis Est Un Site Fermé Très Diversifié, Tant En Termes D’activités (5 Secteurs Produits), De Clientèles (issues Du Commerce De Détail, De La Restauration, Des Grandes Et Moyennes Surfaces) Que De Modes De Vente (e-commerce ; Vente Physique Et Livraison). Chaque Jour Se Côtoient Les Véhicules Des Légers, Camionnettes, Poids Lourds, Camions, Trains-remorques, Fenwicks, Transpalettes…sur Plus De 68 Kms De Voirie Où S’applique Le Code De La Route. Pour Accéder Au Site, Tous Les Véhicules, Des Acheteurs, Des Prestataires Et Des Concessionnaires Doivent Passer Un Des 5 Péages D’entrée Et Être Dotés D’un Titre D’accès (plus De 17 000 Entrées/jour). Le Marché Est Également Doté D’un Pôle Multimodal De Transports En Commun (bus), À Proximité Du Tramway T7 Et Plus Récemment De La Ligne 14 Du Métro. Cet Ensemble A Accru La Densité Du Trafic. La Semmaris Souhaite Aujourd’hui Faciliter Les Liaisons Entre Les Différentes Stations De Transports, Zones De Stationnement Sur Le Site Et Secteurs Du Min, Grâce À La Mise En Place D’un Service De Transport Autonome Interne Au Marché. C’est Un Gage De Sécurité, D’économie D’énergie, De Temps Et De Tranquillité. Pour Ce Faire, La Semmaris Souhaite Expérimenter Avec Un Partenaire, La Mise En Œuvre D'un Service De Transports Autonomes Sur Les Voies Publiques Ou Les Voies Dédiées, Sur Un Parcours Défini Et Une Courte Durée. A La Suite De Cette Expérimentation, Qui Constitue La Tranche Ferme Du Marché Et Qui Durera Maximum Un An, La Semmaris Pourra Déployer Via Le Présent Marché, L’exploitation De Ce Service Pour Les Usagers Du Marché. Ce Dernier Devra Pouvoir Être Opérationnel Au Second Semestre 2027 Pour Une Durée De 7 Ans Pour La Tranche Optionnelle, Renouvelable 3 Fois Par Période D'un An.
Closing Date28 Feb 2025
Tender AmountRefer Documents
Film Development Council Of The Philippines Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Film Development Council Of The Philippines 7/f. Mirax Tower 2270 Chino Roces Ave. Ext., Makati City Tel: (02) 8251-7493 Loc. 120 Film Development Council Of The Philippines Request For Quotation Office/ End-user: Philippine Film Archive Date: February 21, 2025 Company Name: Film Development Council Of The Philippines P.r. No.: Address: 7/f. Mirax Tower 2270 Chino Roces Ave. Ext., Makati City Tel. No./fa No.: (02) 8251-7493 Loc. 120 Tin No.: 226-381-796-000 Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The General Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative. Please Submit The Filled-up Form On Or Before 3 March 2025, 9:00 Am To Procurement@fdcp.gov.ph General Conditions: 1. Delivery Period Within Dates Indicated In The Purchase Order Form. Administrative Penalties To Sec. 69 Of The Revised Irr-ra 1984 Shall Be Imposed For Non-delivery Without Valid Reason. 2. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment From Date Of Acceptance By The End-user. 3. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. Regina Fernandez 4. Philgeps Registration Certificate/mayor's Permit/dti/bank Name/account/branch Shall Be Attached Upon Submission Of The Quotation. Assistant Bac Secretariat 5. Bidders Shall Submit Original Brochures Showing Certification Of The Product, If Applicable. 6. Please Indicate The Brand For Each Items Being Offered. 7. The Approved Budget Ceiling For This Procurement Is Php 36,600.00 Unit Item & Description Quantity Unit Price Total Pfa It Supplies Units 4tb External Hdd (seagate Or Wd Blue Brand) 4 - 4tb Storage Capacity - Usb 3.0/3.1 Gen1 Interface - Usb 2.0 Compatible - Plug And Play - Bus Powered - Auto Sync Packs Battery Aaa Rechargeable (4pcs/pack) 6 - Capacity: Up To 950 Mah - Minimum Capacity: 950 Mah - Power Output: 1.2 Volts Packs Battery Aa Rechargeable (4pcs/pack) 4 - Capacity: Up To 2550 Mah - Minimum Capacity: 2450 Mah - Power Output: 1.2 Volts Units Battery Charger For Rechargeable Battery 2 ***nothing Follows*** Total: Source Of Fund: Warranty: Delivery Period: Price Validity: After Having Carefully Need & Accepted Your General Conditions, We Quote You On The Item(s) At Prices Note Above. If The Space Of Provided On The Delivery Period, Warranty & Price Validity Are Left Blank, It Means That I Concur W/ The Terms & Conditions Specified By Fdcp Procurement Unit. _______________________ Printed Name/signature/date Name Of Company: Address: Name Of Representative: Tin: Email: Contact No.:
Closing Date3 Mar 2025
Tender AmountPHP 36.6 K (USD 631)
8011-8020 of 8356 archived Tenders