Cable Tenders

Cable Tenders

Ministry Of Road Transport And Highways - MORTH Tender

Works
Software and IT Solutions...+2Electrical Works, Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Description: Supply Installation Commissioning Maintenance Of Sensors Data Acquisition Data Transmission Analysis Management Reporting For The Same For Bhms For New Cable Stayed Zuari Bridge, Old Zuari Bridge On Nh-66 And Borim Bridge On Nh-566 In State Of Goa
Closing Date24 Mar 2025
Tender AmountINR 331.8 Million (USD 3.7 Million)

Department Of Education Region Ii Tender

Education And Training Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Procurement Of Technical-vocational Livelihood (tvl) Equipment Packages For Public Senior High Schools (lot 3) 1. The Department Of Education Regional Office No. Ii, Through The Fy 2024 Gaa Intends To Apply The Sum Of Eight Hundred Fifty-one Thousand Two Hundred Thirty-three Pesos And 74/100 (p 851,233.74) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Procurement Of Technical-vocational Livelihood (tvl) Equipment Packages For Public Senior High Schools (lot 3). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office No. Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education Regional Office No. Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25 – March 20, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office No. Ii Will Hold A Pre-bid Conference On March 4, 2025, 9:00am, At Main Conference Hall, Department Of Education Regional Office No. Ii, Carig Sur, Tuguegarao City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Main Conference Hall, Department Of Education Regional Office No. Ii, Tuguegarao City, Cagayan On Or Before March 20, 2025, 8:59am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 20, 2025, 9:00am At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Representatives Who Choose To Attend The Activity. 10. Procurement Of Technical-vocational Livelihood (tvl) Equipment Packages For Public Senior High Schools (lot 3) Shall Include The Following: No. Unit Item Description Qty Unit Cost Approved Budget Of The Contract Computer System Servicing Nc Ii (23 Items) 1 Pc Allen Wrench 30 286.93 8,607.90 2 Pc Anti-static Device (anti-static Wrist Strap) 30 88.12 2,643.60 3 Pc Combination Pliers, 8" 30 514.75 15,442.50 4 Pc Crimping Tool (rj 11/45) 30 148.3 4,449.00 5 Pc Desoldering Pump 30 164.42 4,932.60 6 Pc Electric Drill, Portable 6 2,107.37 12,644.22 7 Pc External Optical Drive 6 1,316.44 7,898.64 8 Pc Flash Drive 12 626.52 7,518.24 9 Pc Flashlight, Head-mounted 12 249.32 2,991.84 10 Pc Hub / Switch 30 2,492.10 74,763.00 11 Pc Lan Cable Tester 30 621.14 18,634.20 12 Pc Long Nose Pliers, 8" 36 75.23 2,708.28 13 Pc Multimeter, Digital 30 1,088.61 32,658.30 14 Pc Patch Panel (48 Ports) 60 4,526.40 271,584.00 15 Pc Pc Video Camera 6 595.35 3,572.10 16 Pc Phillip’s Screwdriver, 8" Insulated 30 324.54 9,736.20 17 Pc Precision Screwdriver Set 30 298.75 8,962.50 18 Pc Soldering Iron, 60w 30 249.32 7,479.60 19 Pc Standard Screwdriver (flat), 8” Insulated 30 239.65 7,189.50 20 Pc Uninterruptible Power Supply (ups) 30 3,988.00 119,640.00 21 Pc Usb External Hd 6 2,676.94 16,061.64 22 Pc Wire Stripper 36 997.27 35,901.72 23 Pc Wireless Access Point 36 4,867.06 175,214.16 Grand Total P 851,233.74 11. The Department Of Education Regional Office No. Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marivic A. Somejo Bac Secretariat Chairperson Procurement Unit, Deped Ro2 Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Region2.deped.gov.ph February 24, 2025 ______________________________________ Florante E. Vergara Director Iii/assistant Regional Director Bac Chairperson
Closing Date20 Mar 2025
Tender AmountPHP 851.2 K (USD 14.6 K)

National Fire Service College - NFSC Tender

Goods
Software and IT Solutions
GEM
Corrigendum : Corrigendum Added
India
Description: CATEGORY: RFID Gate for antitheft UHF HF , Desktop RFID Reader UHF HF , Issue Kiosk , Return Drop Box , UHF HF paper tags and Sticker paper to cover it , Tag pasting and tagging in software , RFID software for integration with existing Library Automation Software for i. Gate ii. Issue Kiosk iii. Return Drop Box iv. Desktop tagging station , Web based Library Automation software with the facility of automatic SMS sending and connected Android mobile App , Local Area Network using CAT5 cable and IO box D-Link RJ 45 Connectors for RFID gate Issue Kiosk Return Drop box and Static IP for Android app and web OPAC and other job work , 55 Inch Library Information Display system 3860 2160 Touch Screen , Patron RFID Identity Cards As per No. of Patrons , Card Printer 1 Color and 1 Black ribbon consumable for printing cards
Closing Date25 Dec 2024
Tender AmountINR 1.5 Million (USD 17.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: 556-23-101 Renovate B134-2c Clc july 22, 2024 construction Statement Of Work date: July 22, 2024 project Number: 556-23-101 project Name: Renovate B134-2c Clc location: B134 C-wing 2nd Floor Clc captain James A. Lovell Fhcc 3001 Green Bay Rd, north Chicago, Il 60064 part 1: Project Scope Of Work Overview: contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor. part 2: Period Of Performance: the Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. notes: durations Shown Are In Calendar Days. actual Award And Ntp Dates Will Be Revised To Match Their Occurrence. time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp. see Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). part 3: Detailed Project Requirements: project Objectives: this Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical. meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications. expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service. list Of Ae Documents To Be Included In This Contract: see: 00 01 10 Table Of Contents And The Entire Project Manual see: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings pre-bid Conference: va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s). the Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation. prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time. project Scheduling And Mobilization On Site: the Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance. critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule. approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager. prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area. the Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities. the Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change. performance Of The Work: erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths. containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor. after Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated. the 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. the 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space. prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System. in No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation. immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System. perform Selective Demolition And Construction As Described In The Specifications And Drawings. special Acceptance Criteria For The Work Shall Include: hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found. the Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable. restore All Finishes Damaged During The Work Match Existing. thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes. part 4: Meetings, Submittals, And Deliverables: kick-off Meeting And Documentation the Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details. kick-off Meeting Documentation: prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project. the Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc. it Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule. to Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award. develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status. the Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The facility Work Area. preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule. not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable. include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule. do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit. the Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status. as Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To: access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans. submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work. project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access. (*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto. submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan. submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation. public Safety Compliance Requirements: the Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff. contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information. all Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill. quality Control Plan And Quality Assurance Plan: 01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity. submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23. submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects. (dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work. to Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer. construction Progress Meetings: the Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of performance. include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting. construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule. daily Reports: the Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area. use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required. the Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day. no Photography On Va Premises Is Allowed Without Written Permission Of The Cor. in No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture. acceptance And Closeout: acceptance Criteria For The Work: schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor. provide Factory Startup And Certification Of All Systems. demonstrate The Operation Of The System. newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications. startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process. closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of all Project Documents And Files, Including But Not Limited To: as-built Record Drawings Of The Installed Condition As Cad And Pdf Files. approved Shop Drawings. operations And Maintenance Manuals. spare Parts Lists. all Photographs. all Daily Reports. all Communications. all Pay Applications. all Communication, Change, And Cost Data. all Safety Records. a Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package). where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty. where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years). note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct. lien Waivers And Other Documents Required By The Contracting Officer. part 5: Applicable Performance Standards all Work Shall Comply With all Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies. codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc) 01 35 26 Safety Requirements 01 35 33 Infection Control Requirements 01 40 00 Quality Requirements 01 41 00 Regulatory Requirements 01 42 16 Definitions And Abbreviations coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). va Intends To Retain The Services Of An Independent Cxa. ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services. the General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts. no Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed. the General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege. safety: prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26 safety Requirements. the Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies: all Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace. 01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended. because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents. prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity. all Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space. immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work. exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call for Abatement Activities. This Item Is Concerned With Unplanned Locations. fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems. infection Control: 01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required. prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33 infection Control Requirements. review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents. provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier. before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction. walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided. block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System. 1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening. provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened. when Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening. broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust. provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area. provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day. do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building. part 6: Site-specific Requirements project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day. comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy. normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday. normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va. no Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday. no Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours. any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only. crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. all Building Systems Shall Be Maintained In Full Operation At All Times: request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care. shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance. deliveries, Parking, Elevators: deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day. no Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park. contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. the Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight. construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy. no Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors. trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators. no On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work. no Music Radios Within Work Areas. no Noise Generated Within The Work Area Can Be Allowed To Leave It. the Use Of Powder-actuated Fasteners Is Forbidden. performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden. two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System. before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section. va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor. compatible System Procurements Shall Include The Following: locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va. exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924. building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments. sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems: fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex. building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago. proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman patient Lift Systems And Components: Guldmann
Closing Soon6 Mar 2025
Tender AmountRefer Documents 

Metro Railway Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Released Unserviceable Different Types Of Power Cable,different Type Of Control Cable, E-beam Cross Single Core Copper Cable And Ic X120 Sq.mm Copper Cable In Damaged Condition. Note:- Power Cable & Control Cable Lying In The Lot With Mixed Up Condition.composition As Per Consignee- Copper- 1.851mt (approx) Insulation- 0.529 Mt(approx) (total Qty:-2.380mt(approx)
Closing Date28 Mar 2025
Tender AmountRefer Documents 

Bharat Heavy Electricals Limited - BHEL Tender

Goods
Electrical Cables And Wires...+1Electrical and Electronics
GEM
Corrigendum : Corrigendum Added
India
Description: CATEGORY: ADANI MAHAN Power Cables Variant 01 , Variant 02 , Variant 03 , Variant 04 , Variant 05 , Variant 06 , Variant 07 , Variant 08
Closing Date25 Oct 2024
Tender AmountRefer Documents 

Department Of Energy Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: ***** This Is A Request For Interest Only! This Request Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. The Intent Of This Request Is To Identify Potential Offerors For Market Research Purposes Only. ***** request For Information (rfi) savannah River Nuclear Solutions, Llc (srns), Which Manages And Operates Portions Of The Savannah River Site (srs) Under A Department Of Energy (doe) Prime Contract, Seeks Information From Parties Capable Of Providing An Electric Mixer To Be Used Within A Glovebox In The K-area Complex (kac). Experience From Parties Strongly Rooted In Fabrication And Design Suitable For Nuclear Application Is Preferred. This Rfi Is Issued To Assist With Finding Potential Suppliers Interested In This Solicitation. ­­­­ the Srs Complex Is Located Approximately 15 Miles South Of Aiken, South Carolina And Is 310 Contiguous Square Miles. scope Summary: Provide Labor, Materials, Services And Expertise For Design, Fabrication, Inspection, Testing, Documentation, Delivery, Installation Support, And Technical Services For Creation Of An Electric Mixer To Incorporate Inside Of The Kac Glovebox. The Kac Electric Mixer Is Used To Homogenously Mix Free Flowing Powder, Of Differing Densities And Particle Sizes, Containing Nuclear Material With An Adulterant Residing In Blend Cans. requirements: the Mixer Must Fit Inside Of The Glovebox With Dimensions Capable Of Fitting Within A 12” Bag-out Port. The Mixer Can Be Introduced Modularly, And Shall Be Easily Able To Assemble And Disassemble Within Glovebox Confinements. If Introduced Modularly, Each Mixer Component Shall Not Exceed A Footprint Of 11.75” Width X 11.75” Depth. the Speed Of Rotation Shall Range Between 50 & 70rpm, With Requirements That The Mixer Shall Complete 90 – 120 Turns Per Cycle. The Mixer Shall Contain Sufficient Locking Measures To Securely Fasten The Blend Can To The Mixer Without A Loss Of Containment. The Locking Measure Shall Be Designed In A Manner That Is Easily Accessible For Operators With Limited Hand Mobility. The Mixer Shall Sufficiently Blend The Adulterant With The Feed To Ensure A Homogenous Blend. the Mixer Shall Be Operated Within A Confined Glovebox With Other Equipment And Operations Within. Mixer Vibrations, Disturbances, And Noise Shall Be Dampened And Minimized During Mixing Operations. Vibrations From Mixing Operations Shall Not Cause The Mixer To Move Or “walk” While Operating.. the Mixer Shall Retain Structural Integrity When Mixing The Blend-can With The Determined Weight Range Of The Blend Cans Varying Between 4 – 8lbs. The Mixer Shall Allow Different Variations Of Blend Cans To Be Installed For Mixing. The Dimensions Of These Variations Are As Follows, Blend Cans With Dimensions Of 4.00” Diameter And 6.23” Tall Can With An Attached Screw Top Lid Of 3.00” Diameter And 0.485” Height And Another Style Of Blend Can With Dimensions Of 4.00” Diameter And 6.23” Tall Can With An Attached Screw Top Lid Of 3.00” Diameter And 0.55” Height. the Design Shall Minimize Sharp Edges And Pinch Points Located On The Mixer. The Mixer Components Shall Minimize The Use Of Organic Materials Such As Wood, And Plastics. The Weight Of The Mixer Shall Not Exceed 50 Lbs. The Mixer Shall Be Delivered With Machine Guarding In Accordance With 29 Cfr Subpart O, 1910.212. the Mixer Shall Be Installed And Operated Inside Of The Glovebox. The Temperature And Humidity Are Approximately 68-74 °f And 30-60%. The Interior Of The Glovebox Is Potentially Dusty, The Service Environment Will Include Radioactive Contamination. Given The Environment, The Vendor Shall Ensure That The Mixer Design Does Not Allow For The Mixer To Be Inoperable Due To An Accumulation Of Dust. the Mixer Will Be Installed Inside Of The Glovebox With Electrical Controls Mounted Outside Of The Glovebox, Receiving Power From Receptacles Energized By A Key Switch Also Located Outside Of The Glovebox. The Mixer Shall Provide A Method Of Obtaining Visible Diagnostic Information Displaying Errors, Faults, Etc. The Mixer Controls Shall Provide An Option To Adjust The Mixer Parameters Such As Rpm. The Mixer Shall Possess A Way Of Stopping Operations Of The Mixer Should An Accident Occur Via An Emergency Stop Button. the Provided Equipment Shall Comply With Nfpa 70, 2017. electric Motors Shall Comply With Nema Mg-1, 2016. electrical Enclosures Shall Be Nema 12, 4 Or 4x In Accordance With Nema 250, 2018. conductors And Cables Shall Comply With Insulated Cable Engineers Association And National Electrical Manufactures Association Standards. all Commercial Electrical Materials And Equipment Shall Be Tested And Listed By Underwriter’s Laboratories (ul) Or Approved By Factory Mutual Engineering And Research (fm) Or Other Osha Nationally Recognized Testing Laboratory (nrtl). the Mixer Shall Not Have Wi-fi, Bluetooth, Or Imaging Capabilities. considerations: supplier Must Consider Operator Mobility Regarding The Installation And Operability Of The Final Product. supplier Must Consider That The Design Of The Mixer Is Easily Accessible For Performing Maintenance On All Components Of The Mixer. supplier Must Consider The Tools Utilized For Performing Maintenance Activities And Avoid Using Pointed Tools To Mitigate Potential Puncture Of Glovebox Gloves. supplier Must Consider And Implement An Ergonomic Design Into Mixer Final Product. a Supplier's Response To The Rfi Does Not Guarantee They Will Be Selected To Participate In The Rfp. suppliers Responding To This Rfi Shall Include Evidence Of The Following: past Performance / Personnel Qualifications Relative To Subject Scope quality Assurance Manual (uncontrolled Copy) qualification For Codes And Standards manufacture Specification Sheet standard Lead Time For Delivery budgetary Estimated Cost visual / Audial Examples Of Similar Work Performed, If Available e-mail Response Addressing Items 1 Through 7 Above In Attachments (pdf Format), Shall Be Submitted By 5:00 P.m. Est. On 3/17/25 To Barbara Mccarty At Barbara.mccarty@srs.gov.
Closing Date17 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Statement Of Work: R Series Defibrillator kansas City Va Medical Center objective the Kansas City Va Medical Center Intends To Procure A Replacement Fleet Of Defibrillators. This Document Highlights The Technical Specifications And Services Being Requested By The Facility For Consideration Towards Purchase Of The Units. Vendors Under This Proposal Shall Provide All Equipment And Accessories, Installation Services, And Project Management Support. scope the Contractor Shall Furnish All Equipment Detailed In Table 1. All Products Must Meet All Salient Characteristics And Functions Defined In Section 3. table 1 the Contractor Shall Provide All Components Required To Implement All Listed Hardware And Software So The System (including All Items In Table 1) Is Fully Operational. the Contractor Shall Provide Any Missing Parts, Features, Software, And/or Components Not Included To Fully Complete The Installation At No Additional Cost To The Government. the Contractor Shall Provide All Labor, Supervision, And Any Other Resources Required To Deliver, Assemble/install, And Test All Listed Equipment. all Hardware, Software, And Services Must Meet The Manufacturers And Va Specifications. salient Characteristics[pmc(1] r Series Defibrillators quantity: 39 specification/salient Characteristics: maximum Dimensions: Height 10 In; Width 12 In; Depth 13 In maximum Weight: 15 Lb must Be Operational With Ac Or Dc includes Ac Power Cord guidelines 2020- Compatible aed W/ Manual Override 5-year Minimum Hospital Warranty must Have The Following Accessories, Capabilities, And Ability To Operate In The Following Modes: physical Features nellcor Pulse Oximetry Compatibility order Sensor Separately nibp 23-33cm Reusable Cuff 􀀦 3-meter Air Hose rmt Motion Tolerance for Use With Adult, Pedi And Neonatal Patients mainstream Etco2 color Lcd Screen batteries Surepower Rechargeable Lithium Lon Battery Pack 5.8 Ah Capacity High Density Lithium-ion Chemistry Run-time Indicator Automatic Calibration Ready Stores History Of Use And Maintenance operators’ Manual 1 Per Defibrillator language: English provided By Manufacturer And Includes Manufacturer’s Instructions defibrillation biphasic Defibrillation provides Automatic Life Support Defibrillation When Powered On. ability To Functions As An Aed, But Not When Initially Turned On. manual Defibrillator To Support Pediatrics To Adults To Include Automatic Safety Feature To Eliminate The Risk Of Delivering An Adult Energy Level To A Pediatric Patient less Than 7 Seconds Of Charge Time For A New Fully Charged Battery evaluates Ecg Rhythm To Determine If Shock Delivery Is Required configurations configurable For Either Cpr Or Shock-first Driven Protocols energy Sequences Can Be Configured For Single Or Multiple Shocks With Fixed Or Escalating Energy Levels the Cpr Interval Length Is Configurable In 1-minute Increments For Up To 4 Minutes wi-fi Connectivity allows The Wireless Communication Of Clinical And Test Data (no Phi) synchronizes The Time To That Of The Network To Negate “clock Drift” And Ensures Time Accuracy Of Code Data. fips Compliant real Cpr Help numeric Display Of Cpr Depth And Rate For Adult And Pediatric Patients visual And Audio Prompts To Coach Cpr Depth For Adult Patients release Bar To Ensure Adequate Release Off The Chest metronome To Coach Rate For Adult And Pediatric Patients. indicates Elapsed Time Since Last Detected Chest Compression cpr Artifact Filtering adult And Pediatric Aed Ecg Analysis see-thru ® -cpr Filter • Onestep Cable Manager defib Mentor Familiarization Aid onestep Pacing Includes: • Onestep Pacing Cable (also Supports Cpr) • Ecg Leads contractor Shall Deliver All Equipment To: kansas City Va Medical Center 4801 E. Lynwood Blvd kansas City, Mo 64128 attn: Biomedical Engineering ensure That Equipment Is Sent To The Attention Of Biomedical Engineering include The Po Number On The Shipping Label. deliver Materials To The Facility In Manufacturer's Original Sealed Boxes Or Containers With Brand Name Marked Thereon. Refurbished Products Will Not Be Accepted. package To Prevent Damage Or Deterioration During Shipment, Handling, And Storage. maintain Protective Covering In Place And In Good Repair Until Delivery Is Necessary. any Government Requested Delayed Delivery Up To 90 Days Shall Be At No Additional Cost To The Government. contractor Shall Conduct A Pre-delivery Meeting At Least 3 Days Prior To Initial Award Delivery Date For Verification Of Delivery And Installation Dates. delivery Of Oversized, Palletized Orders, Or Orders That Contain A Large Number Of Components Will Be Coordinated With The Cor Who Will Communicate Internally With Warehouse Staff. contractor Shall Adhere To All Equipment Delivery Deadlines Outlined In Table 2. assembly, Installation, And Testing contractor Responsible For Assembly And Installation Of Systems After Notification From Cor (or Designee) That It Has Been Delivered To Station. install Shall Include Unboxing And Transportation Of Equipment To Final Use Location. installation Shall Include Implementation And Testing Of All Purchased Interfaces To Va Electronic Systems In Coordination With Clinical Staff, Biomedical Engineering Staff, O&it Staff, And Others Identified As Needed. vendor Shall Provide All Necessary Accessories, Cables, Adaptors, Etc. To Deliver A Fully Functional Clinical Device/system. removal Of Existing Equipment remove 35 Existing Defibrillators, Trainer, And Associated Accessories, (including Pads, Paddles, Batteries, Trainers, Etc.), If Not Compatible With New Defibrillator Fleet, From Dole Va Premises. contractor Shall Adhere To All Equipment Removal Deadlines Outlined In Table 2. include Trade-in Value Deduction On Bid Price In Exchange For The Equipment Outlined In Section 3, Specifically The Defibrillators And The Trainer. hours Of Operation kansas City Va Normal Hours Are Monday Through Friday, 7:00 A.m. To 4:30 P.m. Central Standard Time, Excluding Federal Holidays. va Follows All Federal Holidays That Are Set By Law (usc Title 5 Section 6103). the Government Hereby Provides Notice And Contractor Hereby Acknowledges Receipt That Government Personnel Observe The Listed Days As Holidays: new Year's Day January 1 martin Luther King's Birthday Third Monday In January president's Birthday Third Monday In February memorial Day Last Monday In May juneteenth June 19 independence Day July 4 labor Day First Monday In September columbus Day Second Monday In October veterans Day November 11 thanksgiving Day Fourth Thursday In November christmas December 25 in Addition To The Days Designated As Holidays, The Government Observes The Following Days: 1. Any Other Day Designated By Executive Order. 2. Any Other Day Designated By The President’s Proclamation; And 3. Any Other Day Designated By Federal Statute. all Services Shall Be Performed During Normal Hours Unless Otherwise Scheduled With The Cor. hardware/software Update/upgrade Installations, Where Applicable, May Be Scheduled And Performed Outside Normal Hours At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designee). all Agreed-upon Work Scheduled Outside Normal Business Hours Shall Be At No Additional Cost To The Government. site Conditions & Protection Of Property vendor Representatives Must Check In With Dole Va Biomedical Engineering When They Arrive On-site And Check Out Upon Completion Of Work Each Day. vendor On-site Visits Shall Be Coordinated With The Cor (or Designee) Before Being Scheduled Or Conducted. there Shall Be No Smoking On Kansas City Va Premises At Any Time. eating And Drinking Are Not Allowed Inside The Hospital, Except For In The Canteen Dining Area. vendor Staff Shall Always Be Professional And Shall Take All Necessary Precautions To Maintain A Safe Environment For The Occupants. This Includes, As Necessary, Coordinating Access And Closures For Sensitive Areas Of The Medical Center. vendor Shall Be Responsible For Cleaning All Work Areas After Completion Of Tasks. This Includes, But Is Not Limited To, Removal Of Packaging And A Clean Sweep/mop Of The Area As Required By Work Type. contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds, And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. the Contractor Shall Perform An Inspection Of The Building(s) And Grounds With The Cor Prior To Commencing Work To Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, Building(s) Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Source Of All Repairs Beyond Simple Surface Cleaning Is The Facility Construction Contractor (or Appropriate Subcontractor), So That Building Warranty Is Maintained. Concurrence From The Va Facilities Management Poc And Cor Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade, And Color To Match Adjacent Existing Work. vendor Staff Shall Minimize Noise As Much As Possible While Working In All Buildings. vendor Is Responsible For Providing All Ppe Necessary For Their Work. the Contractor Shall Be Responsible For Security Of The Areas In Which The Work Is Being Performed Prior To Completion. security Requirements network Security the Vendor Is Required To Complete And Submit The Two Attached Va Security Forms, If Their Equipment Can Be Connected To The Va Network. If These Forms Are Not Completed And Submitted With The Bid Package, The Vendor Can Be Disqualified From The Bidding Process. the C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. warranty & Service the Contractor Shall Provide All Manufacturers’ Warranty With Products Upon Delivery. warranty – The System, All Accessories, And All Software Shall Be Covered Under The Manufacturer’s Warranty And Shall Include All Parts And Labor For At Least 5 Years Following Acceptance By The Vamc. a Manufacturer’s Factory-trained Field Service Engineer Shall Perform Installation And Maintenance During The Warranty Period. the Warranty Period Shall Not Begin Until After The Dole Va Cor Or Designee Has Accepted The Products Delivery, Installation, And Functionality. the Warranty Shall Include All Manufacturer Recommended Preventive Maintenance Procedures For Its Duration. all Available Software Updates And Security Patches Will Be Made Available To The Kansas City Va During The Warranty Period. vendor Shall Provide Response To Applications And Technical Calls Within 8 Hours. vendor Shall Ship Replacement Parts Within 48 Hours Of Identifying Necessity By Kansas City Va Biomedical Engineering Staff. invoicing va’s Electronic Invoice Presentment And Payment System – The Fsc Uses A Third-party Contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va’s Electronic Invoice Presentment And Payment System – The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungstennetwork.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). [pmc(1]mykaela-need Fips Compliance, Trm Approved, And Approved Era Language
Closing Date9 Oct 2025
Tender AmountRefer Documents 

Madhyanchal Vidyut Vitran Nigam Limited - MVVNL Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Details: For Running Contract for fault attending of 33 KV, 11KV and LT underground cable/Outdoor/Indoor in area of Budaun Town (EDD-I) & Shashwan Town (EDD-IV) under EDC, BUDAUN under O&M.
Closing Soon3 Mar 2025
Tender AmountINR 1.2 Million (USD 14.2 K)

Madhyanchal Vidyut Vitran Nigam Limited - MVVNL Tender

Works
Electrical Cables And Wires...+2Electrical Works, Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Description: Running Contract For The Work Of Find The Location And Pin Pointing Through Fault Locator Of 11 Kv,33 Kv Cable And Replacement/repairing Of Damaged 33 Kv Nd 11 Kv Underground Cable Jointing Kits Due To Daiviya Apda/any Other Reason Under Edd-i, M Nd
Closing Soon3 Mar 2025
Tender AmountINR 451 K (USD 5.1 K)
4971-4980 of 5257 active Tenders