Cable Tenders
Cable Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Details: Contact Information|4|n711.6|baf/bak|717-605-2864|leigh.e.catchings.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving (combo)|na|tbd|n00104|tbd|tbd|see Schedule|see Schedule|na|na|tbd|na|||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334412 334418 334511 |750 1000 1250 ||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
please Quote A Firm Fixed Price For The Procurement Of These Items.
do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material.
please Verify:
1. If You Are In Compliance With Both Far Clauses 52.204-24 And 52.204-25 And Dfars Clauses 252.204-7008 And 252.204-7012.
2. Procurement Acquisition Lead Time (palt)
nom: Circuit Card Assembly P/n: 1977455 Nsn: 7hh 5998 013220629, Qty: 33
nom: Display Unit P/n: 1979344 Nsn: 7hh 7025 013586244;qty. 2
nom: Video Control Unit P/n: 4302554 Nsn: 7hh 5840 015505120; Qty: 2
nom: Printed Circuit Board P/n: 4304105 Nsn: 7hh 5998 015771738 Qty. 12
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 1977455;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130.
3.5 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria:
Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions
and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items.
Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or
material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably.
3.6 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria:
Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation,
function, Or Appearance Of The Equipment.
Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured.
Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No
detrimental Interference, Binding, Or Galling.
Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts.
Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying.
Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are
adversely Affected.
Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage.
Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables.
3.7 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Display Unit .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Display Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 1979344;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Video Control Unit .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Video Control Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 4302554;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Printed Circuit Boa .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Printed Circuit Boa Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;03956 4304105;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection.
If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part.
The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard.
If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned.
These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements.
Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided:
Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 9-support Service Area: Management Service, Stakeholders Room And Meeting Room) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 134,871.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 9-support Service Area: Management Service, Stakeholders Room And Meeting Room) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 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, Otherwise Known As The “government Procurement Reform Act”. 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 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am 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 January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar 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. Items, Specifications, Quantity Of Delivery, And Abc: Conference Table, Main Material:artificial Board, Material Type: Particle Board/melamine Board 3 Piece Office Chair, Chair Size: 51cm*52cm*110cm, Material: Metal Frame+sponge, Style: Simple And Modern 18 Pieces Projection Screen/lcd Projector, Deli Projection Screen, 100 Inch, Screen Ratio 16:10, Electric Remote Control Projection Screen, Size: 2410*1510mm, Supports 3d Playback, Support 4k Color 1 Piece Sound System, Complete Pa System, * Pvi 4b Powered Mixer * Two Pvi 10 Speakers * Two Pvi 100 Dynamic Cardioid Microphones * Two Speaker Stands * Cables 1 Set Microphones, Trident Tr-988 Professional Meeting Desktop Gooseneck Condenser Microphone (black) 5 Pieces Lcd Projector, Epson Eb-w41, White Light Output (normal/eco): 3,600lm/2,235lm, Colour Light Output: 3,600lm, Dimension Excluding Feet (wxhxd): 302x77x234 Mm, Weight 2.5 Kg 1 Piece Abc = 134,871.00
Closing Date28 Jan 2025
Tender AmountPHP 134.8 K (USD 2.3 K)
Gemeinde Blankenfelde Mahlow Tender
Civil And Construction...+1Road Construction
Germany
Details: Road construction and rainwater drainage: approx. 210 m2 construction road, approx. 385 m3 topsoil removed, approx. 800 m3 pavement without binding agent removed and disposed of, approx. 1,320 m natural stone curbs removed, approx. 2,585 m3 soil loosened and recycled, approx. 5,515 m2 subgrade created, approx. 300 m3 topsoil delivered and covered, approx. 1,070 m2 grass seeding, approx. 1,470 m3 frost-resistant material installed, approx. 3,755 m2 asphalt base course Ac22tn installed, approx. 3,395 m2 asphalt surface course Ac11dn installed, 530 m high and round concrete curbs, 1,365 m deep concrete curbs, 375 m 10-row natural stone trough channel, approx. 270 m2 of paving surfaces made of concrete blocks including gravel base layer Street lighting: dismantling of old lighting consisting of 22 lights and approx. 700 m of cable, new lighting consisting of 19 lights and approx. 830 m of cable
Closing Date28 Jan 2025
Tender AmountRefer Documents
Autobahnen Und Schnellstra En AG Tender
Austria
Details: The Traffic Control Systems (vba) In Tyrol Extend Over The A12 Inntal Autobahn And A13 Brenner Autobahn. Selected Locations Need To Be Renovated And New Display Cross-sections Need To Be Built. The Services Include The System Technology On The Display Cross Sections, Which Consists Of Dynamic Displays, Environmental Sensors, Traffic Detectors, Video Cameras, Distributors And The Associated Infrastructure. In Addition To The Electrical Engineering Measures, Structural Engineering Measures Are Also Necessary For The Construction Of New Locations. This Includes The Construction Of Steel Structures, Cable Routes And Shafts As Well As Foundations, For Display Cross-sections And Cantilever Arms. Publication Of The Construction Tender Is Planned For Q1/2024.
Closing Date19 Jan 2025
Tender AmountEUR 7.2 Million (USD 7.4 Million)
BATANGAS STATE UNIVERSITY PABLO BORBON Tender
Civil And Construction...+4Civil Works Others, Electrical Goods and Equipments, Construction Material, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Supplies And Materials For The Renovation Of The Msp Building" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Supplies And Materials For The Renovation Of The Msp Building" With An Approved Budget For The Contract (abc) One Hundred Ninety-four Thousand Four Hundred Thirteen Pesos Only (php 194,413.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 2 Piece 1" Check Valve Ppr 640.00 2. 5 Piece 1" Elbow Ppr 175.00 3. 2 Piece 1" Gate Valve Ppr 1,040.00 4. 3 Piece 1" Ppr Pipe Pn20 2,250.00 5. 3 Piece 1" Tee Threaded Ppr 750.00 6. 1 Set 1.5hp Booster Pump 30,000.00 7. 2 Piece 1/2" Compact Ball Valve 150.00 8. 15 Piece 1/2" Elbow Ppr 225.00 9. 6 Piece 1/2" Ppr Pipe Pn20 1,920.00 10. 10 Piece 16a Duplex Convenience Outlet With Ground, Universal And/ Or Polarized Flat W/ Plate And Cover 1,500.00 11. 1 Piece 2" Gate Valve Gi 2,150.00 12. 1 Piece 2" X 1" Bell Reducer 220.00 13. 2 Assembly 2-gang Switch, One-way, With Plate 380.00 14. 12 Piece 3/4" Elbow Ppr 300.00 15. 6 Piece 3/4" Ppr Pipe Pn20 2,700.00 16. 2 Piece 3/4" Tee Ppr 50.00 17. 40 Piece 4" Chb 1,000.00 18. 16 Piece 4.5mm Thk. X 4' X 8' Ficem Board 10,400.00 19. 6 Piece 50mm Dia Pvc 90deg Elbow 390.00 20. 6 Piece 50mm Dia Pvc Pipe X 3m 2,850.00 21. 1 Piece 50mm Dia Pvc Wye 75.00 22. 2 Piece 50mm Pvc Cleanout 110.00 23. 2 Piece 50mm Dia Pvc Tee 140.00 24. 7 Piece 600mm X 600mm Polished Granite Tile Corona Cafe 2,450.00 25. 1 Set 82gal. Pressure Tank 15,000.00 26. 1 Bag Abc Tile Grout 2kg/bag 90.00 27. 5 Piece Baby Roller #4 (ordinary) 350.00 28. 5 Piece Blank Plate Cover 400.00 29. 3 Box Blind Rivet 1/8 X 3/4 1,050.00 30. 3 Box Blind Rivets 1/8 X 1/2 1,050.00 31. 2 Box Cat6 Utp Cable 19,600.00 32. 1 Assembly Caulking Gun 350.00 33. 6 Bag Cement 1,740.00 34. 2 Box Copper Wire 3.5mm² Thhn/thwn-2 9,900.00 35. 1 Box Copper Wire, 3.5mm² Tw (g) 4,950.00 36. 25 Piece Coupling 20mmø (1/2"ø) 250.00 37. 1 Piece Diamond Cutting Disc 4" 600.00 38. 2 Piece Drill Bit Masonry Drill Bit 1/8" 200.00 39. 1 Tin Elastomeric Seal Gray 3,528.00 40. 35 Piece Elbow, 20mm (1/2"ø) 525.00 41. 15 Roll Electrical Plastic Tape, Big - Brand: (flame Retardant) 750.00 42. 576 Piece Ficem Board Screw 576.00 43. 1 Tin Flat Latex (white) 3,075.00 44. 1 Kilogram Gi Tie Wire Ga. 16 105.00 45. 1 Gallon Interior Primer And Sealer (flat Wall Enamel) 725.00 46. 10 Piece Liquid Nail Construction Adhesive 2,500.00 47. 30 Piece Male Threaded Adaptor With Locknut, 1/2" 750.00 48. 2 Piece Masking Tape 3/4 140.00 49. 2 Roll Mesh Tape (30meters) 150.00 50. 2 Roll Mesh Tape 2" 150.00 51. 29 Piece Metal Stud 35mm X 76mm X 0.50mm Thk X 3m 6,670.00 52. 8 Piece Metal Track 35mm X 76mm X 0.50mm Thk X 3m 1,984.00 53. 1 Kilogram Old Newspaper 70.00 54. 1 Piece P-trap Dn50 Pvc 375.00 55. 30 Piece Pvc Moulding 2"(w) X 4m(l) 10,500.00 56. 35 Piece Pvc Moulding 3/4"(w) X 4m(l) 5,250.00 57. 1 Can Pvc Solvent 300.00 58. 5 Piece Paint Brush #2 200.00 59. 1 Gallon Paint Thinner 600.00 60. 1 Gallon Quick Drying Enamel (chocolate Brown) 785.00 61. 1 Gallon Quick Drying Enamel (white) 785.00 62. 5 Piece Roller Brush #7 600.00 63. 1 Kilogram Rags 70.00 64. 22 Kilogram Reinforcing Steel Bars Grade 40/60 3,630.00 65. 1 Cubic Meter Sand 1,310.00 66. 25 Piece Sand Paper (grit 120) 250.00 67. 1 Pack Sealant (vulcaseal) 300.00 68. 4 Tin Semi-gloss Latex Paint (16l) White Painting Works 14,112.00 69. 2 Bag Skimcoat 1,100.00 70. 1 Set Stainless Steel Gooseneck Faucet 1,650.00 71. 1 Set Stainless Steel Kitchen Sink Single Bowl 470mm X 420mm X 200mm 5,048.00 72. 1 Bag Tile Adhesive (25kg/bag) 350.00 73. 20 Set Upvc Utility Box 2"x4" Orange 560.00 74. 30 Set Μpvc Junction Box With Cover, 4" Orange Octagonal 1,320.00 75. 7 Can Μpvc Pipe Cement, 200cc 1,400.00 76. 40 Piece Μpvc Pipe, 25mmø (3/4"ø), Thick Wall 4,000.00 77. 15 Set Μpvc Square Box With Cover, 5" Orange 825.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 24, 2025. E-mail : Procurement.pb.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Joseph D. Mendoza Head, Procurement Office 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City (043) 779-8400 To 8406 Loc 1830 / 0960-3380495
Closing Date24 Jan 2025
Tender AmountPHP 194.4 K (USD 3.3 K)
PHILIPPINE SPORTS COMMISSION Tender
Software and IT Solutions
Philippines
Details: Description Supply And Delivery Of Various It Equipment For Philippine Sports Commission Background The Philippine Sports Commission (psc) Provides Leadership, Formulates Policies, And Sets Priorities And Direction For All Amateur Sports Promotion And Development, Particularly Emphasizing Grassroots Participation. To Effectively Carry Out Its Responsibilities And Current Workload, The Psc Recognizes The Importance Of Equipping Its Workforce With Essential Tools To Ensure Efficient And Accurate Service Delivery. As Such, The Information Systems Unit (isu) Performed A Thorough Evaluation Of The Current State Of The It Equipment Of The Agency And Consolidated The Requirements Of Various Offices Of The Commission, Particularly In Its Main Office In Manila And Satellite Office In Pasig, Baguio, Cebu, And Davao. Objectives • To Replace The Defective, Unserviceable, And Obsolete It Equipment Of The Agency. • To Acquire Up-to-date, Reliable, Dependable, And Efficient Devices; And • To Improve Office Productivity Through Appropriate It Tools Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Deliver, Install, And Configure The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users. 5. Shall Provide Onsite Service/remote Assistance For 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Free Of Charge. 6. Shall Provide Appropriate Administrator Training To The Information Systems Unit And End-user Training. 7. Shall Submit A Certificate Of Authorized Reseller/distributor From The Brand For Items 1,2,3,4,6,7. 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700(33 Mb Cache,20 Cores,28 Threads,2.1 Ghz To 5.4 Ghz,65w) Or Equivalent • Thermal Cooling Standard Cpu Air Cooler • Intel Rapid Storage Technology Driver Or Equivalent • Memory 16gb:1x16 Gb, Ddr5,4400mt/s, Non-ecc • Intel Integrated Graphics Or Equivalent • Storage C2:m.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm,3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • Raid Connectivity • Power 300w Platinum Internal Power Supply (80 Plus Platinum Certified) • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018 Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower • With Additional Software • Windows 11 Pro Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Built-in Devices: Usb 3.2 Gen 1 Hub • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Brightness: 250 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Horizontal Viewing Angle: 178° • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Dell Comfort View Plus • Weight: 10.65lbs • Dimensions (wxdxh): 19.2 In X 7.1 In X 19 In - With Stand • Color Support: 16.7 Million Colors • Response Time: 5 Ms (gray-to-gray Fast), 8 Ms (gray-to- Gray Normal) • Viewable Size: 21.5" • Connectivity (interfaces) Displayport, Vga, Hdmi, Usb 3.2 Gen 1 Upstream And 4 X Usb 3.2 Gen 1 Downstream • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays 8, Tco Certified Edge Displays • Epeat Gold • Energy Star Certified • Cables Included: 1 X Displayport Cable - Displayport To Displayport - 6 Ft And 1 X Usb 3.2 Gen 1 Upstream Cable • Compliant Standards: Rohs, Nfpa 99, Displayport 1.2, Bfr-free, Hdcp 1.4, Pvc-free Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • With 1000w (80 Plus Platinum) Psu • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • External Antenna For Ax211 • Wired Keyboard • Wired Mouse Black • Premier Color 6.2 • Energy Star Qualified • Epeat 2018 Registered (gold) • Precision Tpm • Wlan Ax211 Wireless Card Driver • Document For Mui (english, Khemer, Bahasa Indonesia, Arabic, Spanish) • Quick Setup Guide • Precision Configuration • Shipping Material (apcc) • Mod, Shp Mtl, Pws, Rota, Bb, Apcc • Regulatory Label, 1000w Apcc • Intel I9 Processor Label Or Equivalent • Internal Speaker • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • Operating System: Windows 11 Pro, English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of High-end Desktop Computers / Item No.3 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840x 2160 At 60hz • Brightness: 350 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus • Weight: 15.9lbs • Diagonal Size: 26.96” • Contrast Ratio: 1000:1 / 1000:1 (dynamic) • Backlit Technology: Wled Edge Light Backlight • Dimensions (wxdxh): 24.1 In X 7.3 In X 21.1 In - With Stand • Interfaces: Hdmi (hdcp 2.3), Displayport 1.4 (hdcp 2.3), Usb-c 3.2 Gen 1 Upstream (power Up To 90w), 4x Usb 3.2 Gen 1 Downstream, Lan (rj-45) • Input Voltage Ac100-240 V (50/60hz) • Power Consumption (on Mode) 26 W • Power Consumption (typical) 169 Watt • Power Consumption Stand By 0.2 Watt • Power Consumption Sleep 0.3 Watt • Power Consumption (off Mode) 0.2 Watt • On/off Switch Yes Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English, French, Spanish • Graphics Card: Intel Iris Xe Graphics Or Equivalent. • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Stand: Triangle Stand • Wireless Keyboard And Mouse - Km5221w English – Black • Color: Dark Shadow Gray With Molded Cover Ports • 1 Usb 3.2 Type-c Gen 2 Port • 3 Usb 3.2 Gen 1 Ports With Power On/wake-up Support • 1 Hdmi-out 1.4b / Hdcp 2.3 Port • 1 Hdmi-in 1.4b / Hdcp 1.4 Port • 1 Power-adapter Port 1 Rj45 Ethernet Port • 1 Usb 3.2 Gen 2 Port With Powershare • 1 Universal Headset Jack Slots • 1 M.22230 / 2280 Slot For Pcie Solid State Drive 1 M.2 2230 Slot For Wi-fi And Bluetooth Combo Card • 1 Sata 3.0 Slot • 1 Sd-card Slot Dimensions & Weight Without Stand: • Height: 14.11 In. (358.50 Mm) • Width: 21.36 In. (542.7 Mm) • Depth: 1.58 In. (40.20 Mm) • Starting Weight: 11.55 • Lbs. (5.24 Kg) With Isosceles Stand: • Height: 16.21 In. (411.91 Mm) • Width: 21.36 In. (542.72 Mm) • Depth: 7.90 In. (200.70 Mm) • Starting Weight: 11.55 Lbs. (5.24 Kg) • Camera: 1080p At 30 Fps, Fhd Rgb+ir Camera • Audio And Speakers Stereo Speakers With Waves Maxxaudio Pro 12, 5 W X 2 = 10 W Total • Wireless: Wi-fi 6e Ax211, 2x2, 802.11ax, Bluetooth Wireless Card Power: 90 W Ac Adapter, 4.5mm Barrel Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi Wifi 6e (802.11ax)6 Bluetooth Bluetooth 5.3 • Camera 1080p Facetime Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvdia Mx570 Discrete Graphics Or Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Single Pointing Keyboard, No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable • English Us Non-backlit Ai Hotkey Keyboard, 79-key • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Wireless Realtek 8852be Wlan Driver Mod-srv + Bluetooth Wireless Card • Energy Star Qualified • Document For Mui (english, Khemer, Bahasa, Indonesia, Arabic, Spanish) • Quick Start Guide • Additional Software (same Brand) • Laptop Bottom Door, Discrete Graphics • 65w Ac Rugged Adapter, 4.5mm Barrel, E4 • E4 Power Cord 1m For Us • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone • Epeat 2018 Registered (silver) • Intel Rapid Storage Technology Driver Or Equivalent Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or Equivalent • Memory: 32gb Ram Max 96gb Ddr5- 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type • (30fps@720p) 3d Noise Reduction (3dnr) • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 • Ac Adapter: 280w Adapter • Color: Cosmos Gray Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. Document Scanner • Type: Desktop Sheet-fed Scanner • Scanning Speed: 45 Ppm (simplex) / 90 Ipm (duplex) Greyscale, 30 Ppm (simplex) / 60 Ipm (duplex) Colour • Scanning Element: Contact Image Sensor (cis) • Light Source: Led • Scanning Side: Simplex / Duplex • Scanning Modes: Black And White, Error Diffusion, 256- Level Greyscale, Advanced Text Enhancement, Advanced Text Enhancement Ii, 24-bit Colour • Scanner Features: Folio Scanning, Double Feed Detection Ignore, 2d / Barcode • Output Resolution*2 100, 150, 200, 240, 300, 400, 600 Dpi • Suggested Daily Volume: 4,000 Scans A Day Document Size • Plain Paper: Width: 50.8 To 216 Mm Length: 54 To 356 Mm (up To 3,000 Mm Long With Long Document Mode) • Business Card: 50.8 X 85 Mm Or Larger • Card (iso Standard) 54 X 86 Mm • Document Thickness And Weight • Plain Paper: Page Separation: 27 To 209 G/m2 (0.04 To 0.25 Mm) Non-separation: 27 To 255 G/m2 (0.04 To 0.3 Mm) • Business Card: 380 G/m2 (0.45 Mm) Or Smaller • Card: 1.4mm Or Smaller Connectivity And Software • Interface: Usb2.0 • With Bundled Software Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 2. Shredder • Cross-cut Paper Shredder • 12(a4), 8(a3) Sheets Capacity • Shred Speed: 3mpm • Cut Size: 3x28mm; Throat Width: 310mm • Bin Capacity: 30 Liters; Auto Feed/stop/reverse • With Thermal Overload Protection • Power Supply: 220v, 60hz • Power Consumption: 500 Watts • Dimensions: W450 X 325d X H675mm • Net Weight: 24kg • Can Shred Paper Clips/staples/ Cards/cd`s • Safety Cut-out Others: • Auto Start And Stop • Auto Reverse To Prevent Paper Jam • Thermal Overload Protection • Safety Cut-out When Doors Open • Accepts Clips, Staples, Credit Cards And Cds • With Casters Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • Compact Integrated Tank Design • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • Seamless Setup Via Smart Panel • With 1.44” Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Automatic 2-sided Printing: No • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Compact And Durable Ecological Design • Easy Operation With Smart Panel With Print Head Cleaning Notification • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Trays: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper : 64-90 G/m2, Photo Paper • : 102 - 300 G/m2 • Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Dimensions (w X D X H):498mm X 358mm X 165mm • Weight:6.4kg • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Print Direction: Bi-directional Printing • Maximum Resolution: 4800 X 1200 Dpi • Minimum Ink Droplet Volume:3.3 Pl Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd • Dimensions (w X D X H): 430 X 418 X 287mm • Weight 12.8 Kg • Print Speed (a4) : Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/ 10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi (equivalent) • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Warm Up Time (from Power On): 13 Sec Or Less Available Paper Size For Auto Duplex Print - • Print Margins 5mm - Top, Bottom, Left And Right (envelope: 10mm) • Print Features Poster, Booklet, Watermark, Page Composer, Toner Saver • Supported File Format For Usb Direct Print Jpeg, Tiff, Pdf Paper Handling - Paper Input (based On 80g/m²) • Standard Cassette 250 Sheets • Multi-purpose Tray 1 Sheet • Maximum Paper Input Capacity 251 Sheets • Paper Output 100 Sheets Paper Sizes • Standard Cassette A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Types Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope • Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² Connectivity & Software - Standard Interfaces • Wired Usb 2.0 High Speed, 10base-t/100base- Tx/1000base-t • Wireless Wi-fi 802.11b/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Minimum Ink Droplet Volume: 3.8 Pl • Print Direction: Bi-directional Printing • Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Dimensions (w X D X H):515 X 500 X 350mm • Weight:20.7kg • Usb:usb 2.0 • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Paper Handling • Paper Feed Method: Friction Feed • Number Of Paper Trays: 3 (front 2, Rear 1) • Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", • 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 • Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / • 12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / • 9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / • 6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / • 5.0 Ipm *2 • Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To • 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets Lcd Control Panel • Lcd Screen:4.3” Colour Lcd Touch Screen With Software Support, Mobile And Cloud Solutions Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days
Closing Date15 Jan 2025
Tender AmountPHP 32.6 Million (USD 559.2 K)
Cities of Malsice Tender
Electronics Equipment...+1Electrical and Electronics
Czech Republic
Details: The Subject of the Public Contract is the Construction and Repair of Sidewalks in the Municipality of Malšice According to the Project Documentation and the List of Construction Works, Supplies and Services with a Bill of Quantities, Prepared by Graphic Pro Sro (No.: 28125657, Stránského 2255, 390 02 Tábor. The Construction Consists of the Construction Objects So-100 Sidewalks, So-110 Modification of Existing Roads, So-300 Sidewalk Drainage, So-400 Cable Laying Cetin, So-410 Cable Laying, Nn So-420 Cable Laying Nej.cz, So-430 Public Lighting Laying, So-800 Vegetation Modification. The Completion of the Public Contract Is Understood as the Complete, Functional and Flawless Execution of All Construction and Assembly Works and Structures, Including Supply of Necessary Materials and Equipment Necessary for the Proper, Timely and Complete Completion of the Entire Work, Furthermore, All Activities Related to the Supply of Construction and Technological Works and Structures, the Execution of which is Necessary for the Proper and Timely Completion of the Work, In Particular: Ensuring and Carrying Out All Measures of an Organizational and Construction-Technological Nature, Ensuring the Demarcation of the Object and Property Boundaries of the Land by a Professional Surveyor; Demarcation, Handover, Takeover and Protection of the Affected Engineering Networks; Ensuring Services Related to Safety Measures for the Protection of Persons and Property; Ensuring Services Related to Environmental Protection; Ensuring Activities Related to the Construction, Operation and Disposal of Construction Site Equipment, Including Security of the Building and Construction Site; Ensuring Workshop and Production Supplier Documentation, Ensuring All Prescribed Or Agreed Tests And Revisions Relating To The Work Being Performed (In Particular: Compaction Tests. Pressure Tests Of Sewerage Etc.), Ensuring Certificates And Documents Of The Required Properties Of The Products (Declaration Of Conformity And Properties); Ensuring The Removal, Storage And Disposal Of Waste, Soil And Rubble (Including Landfill Fee) In Compliance With The Relevant Legal Regulations; Carrying Out Ongoing Cleaning Of The Construction Site, Ensuring Special Use Of Communications Including The Fee, Processing And Ensuring Dio, Ensuring Photo Documentation Of The Progress Of Construction In Digital Form; And Ensuring Documentation of the Actual Execution in Printed Form (2x) and Digital Form, Ensuring Geometric Measurement of the Completed Construction Including Calculation of Interlocking Paving Areas and Curb Lengths.
Closing Date27 Jan 2025
Tender AmountCZK 8.8 Million (USD 368 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Responses To This Sources Sought Notice Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Businesses Interested And Capable Of Providing The Supplies Described Below.
if You Are Interested And Are Capable Of Providing The Required Supplies, Please Provide The Following Information.
(1) Company Name, Address, Point Of Contact
(2) Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(3) Is Your Company Considered Small Under The Referenced Naics Code?
(4) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Type And Number.
(5) If You Are An Fss Gsa/nac Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract?
(6) Please Provide General Pricing And Product Lead Time For Your Products/solutions For Market Research Purposes.
(7) Please Submit A Capability Statement That Addresses Qualifications And Verifies Ability To Perform Work Described Above.
(8) Are The Items Offered American Made? If Not, What Is The Country Of Origin?
the Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Announcement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Businesses. However, If There Are Insufficient Service-disabled Veteran Owned Small Business Responses, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 315210 (750 Employees).
responses To This Notice Shall Be Submitted Via Email To Adrienne.brown4@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than 1/15/2025 9:00 Am Pacific Local Time.
after Review Of The Responses To This Sources Sought Announcement, A Solicitation May Be Published On The Beta.sam.gov Or Gsa Ebuy Websites. Responses To This Sources Sought Announcement Will Not Be Considered Adequate Responses To The Solicitation. All Interested Offerors Must Respond To The Solicitation In Addition To Responding To This Sources Sought Announcement. Prospective Bidders Must Be Authorized Re-sellers In Order To Participate In The Solicitation Process.
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov. Additionally, All Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses Must Be Registered With U.s. Small Business Administration (sba) Located At Http://veterans.certify.sba.gov.
Statement Of Work
contract Title:
visn 22 Healthcare Systems Require A Firm Fixed Price Indefinite Delivery Indefinite Quantity (idiq) Contract With Four Option Years For Brand Name Or Equal Vecna Kiosks.
background:
visn 22 Has A Requirement For Brand Name Or Equal Vecna Kiosks, Training, And . This Is An Ongoing Requirement Due To Visn 22 Healthcare Systems Requiring New Kiosks Due To Software Updates And Equipment End Of Life.
scope:
the Vendor Shall Deliver The Required Items As Required By Visn 22 Healthcare Systems As Needed. Vendor Shall Provide Setup And Installation. The Items Will Be Inspected For Acceptance And All Accepted Items Will Be Received.
period Of Performance:
one Year After Award With (4) Option Years
minimum/maximum:
$100,000.00
$7,000,000.00
requirements/salient Characteristics:
equal To Brand Name Products Must Meet All Function Requirements To Connect To The Va
kiosk
508 Compliant
must Run Vetlink Os System Which Uses Statistics And Analysis To Create 3 Types Of General Reports That Provide The Va With A Better Understanding Of Patient Care And Needs.
must Link With Veterans Health Information Systems And Technology Architecture (vista)
must Have Card Reader/barcode Scanner
motion Sensing Indicator That Restarts The Screen If Veteran Walks Away
proximity Sensor With Adjustable Settings
power Cord/network Cable No Less Than 17 Feet With Storage
no Less Than 20v/130w External Adapter
must Be Able To Operate Off A Standard Single Duplex Outlet (110-120 Vac) And Network Jack.
usb Port Security Plate
display 17 22
display Must Tilt No Less Than 15 Degrees
touchscreen
touchscreen Must Employ Algorithms And Firmware To Distinguish Between Intentional Touches And Unintended Input Minimizing Ghost Touch Occurrences.
printer Must Be Integrated With Kiosk And Print Screens As Required By User (network Compatibility Required)
must Include Printer That Is Able To Connect To The Va Network
kiosk Must Develop Confirmation Numbers Of Transactions Performed By Veteran Users, Such As Travel Claims
option Of Extended Warranty
initial Warranty Of 1 Year
must Be Able To Provide Wayfinding Which Allows Veterans To Get Directions Around The Va Medical Center (vamc) To Their Scheduled Appointment.
hipaa Compliant Privacy Filter - All Kiosks Must Feature A Hipaa Compliant Privacy Filter, Which Prevents Nearby People From Viewing Information On The Screen.
must Be Self-service
must Be Able To Replicate Standard Vetlink Staff Facing Patient Queue To Be Able To Display Checked In Patients And Current Status Within Clinic Workflow (for Secured/staff Only Work Rooms Only)
must Be Able To Communicate With The Beneficiary Travel Self-service System (btsss)
the Contractor Must Be Able To Establish And Maintain The Following Prior To Contract Effective Date To Ensure Uninterrupted Service:
memorandum Of Understanding Or Interconnection Agreement (mou-isa) Between Contractor And Va
authority To Operate (ato)
privacy Threshold Analysis (pta)
the Contractor Must Be Able To Provide Interoperability With Va S Electronic Health Record Modernization Initiative Synchronized With Site Implementation Plan.
vkiosk Intelligent Queuing Display (42")
must Include All Required Brackets
must Include Remote Control
must Be At Least 42
activation And Train-the-trainer Services
contractor Must Provide Onsite Training For No Less Than Two Days Of Instruction At Ordering Va Medical Center (vamc).
vetlink Thermal Printer Paper
must Be Compatible With The Kiosk
procedure To Issue Orders:
delivery Orders (do) Placed Against This Contract Shall Be Emailed To The Contractor From The Contracting Officer/specialist Which Shall Include An Sf1449. The Sf1449 Shall Include A Purchase Order (po) Number Also Known As An Obligation Number That The Contractor Will Use For Payment.
oral Orders Are Authorized And Shall Be Confirmed In Writing By The Contracting Officer/specialist.
authorized To Issue Orders:
visn 22 Healthcare Systems Contracting Officer/specialist
deliverables:
item Number
description
uom
price
0001
vikioskr Free Standing Kiosk (incl.printer & Scanner)
ea
0002
vkioskr New Hardware Warranty
ea
0003
vkioskr New Hardware Extended Warranty
ea
0004
hardware Tech Installation
jb
0005
vkiosk Intelligent Queuing Display (42")
ea
0006
activation And Train-the-trainer Services
ea
0007
travel For On-site Activation & Training Services
ea
0008
vetlink Thermal Printer Paper
ro
note: Potential Offers Must Be Aware That The Items Being Acquired Are Procured As Brand Name Or Equal. For Those Items That Are Or Equal , A Description Of The Salient Characteristics Is Outlined Above #4 Requirements/salient Characteristics. The Far Clause 52.211-6 Brand Name Or Equal Applies To This Acquisition. Any Items Quoted As Equal Not Confirming To The Requirements Of Clause 52.211-6 Will Be Considered Non- Responsive And Not Considered For Award.
for Equivalent Servers Other Than Items Mentioned Herein, Offerors May Create Additional Line Items For Additional Feature/accessories Required To Meet The Salient Characteristics Above. Offerors Must Include The Brand Name And Model# If Different Than Listed Below And Must Provide Product Brochures And Evidence That The Equivalent Brand Meets The Requirement.
no Remanufactures Or Gray Market Items Will Be Acceptable. Vendor Shall Be An Original Equipment Manufacturer (oem), Authorized Dealer, Authorized Distributor Or Authorized Reseller Verified By An Authorization Letter Or Other Documents From The Oem.
other Pertinent Information Or Special Considerations.
va Directive 6008 - Acquisition And Management Of Va Information Technology Resources
va Directive 6102 Internet/intranet Services
va Directive 6221 Accessible Information And Communications Technology (ict)
va Section 508 Chapter 2 And 4
place Of Performance.
visn 22 Healthcare Systems
new Mexico Va Healthcare System
northern Arizona Va Healthcare System
phoenix Va Healthcare System
southern Arizona Va Healthcare System
va Greater Los Angeles Healthcare System
va Loma Linda Healthcare System
va Long Beach Healthcare System
va San Diego Healthcare System
items Being Offered Must Be In Compliance With The Buy American Act (baa) And The Nonmanufacturer Rule (nmr).
Closing Date15 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 4
page 1 Of 4
this Is A Sources Sought Notice Only. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement, And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Small Business Manufacturers, And Other Small Businesses, Interested And Capable Of Providing Items Requested, As Well As Any Large Business Interested And Capable. This Request For Information/sources Sought Notice In Support Of The Portland Va Medical Centers, Is For Market Research Purposes And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Results Will Be Used To Determine Set-aside.
the Intended Contract Is A Firm-fixed Price Supply Purchase.
the Sba Non-manufacturer Rule Is Applicable, And A Waiver Will Not Be Sought For This Potential Acquisition.
potential Contractors Shall Provide, At A Minimum, The Following Information:
1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Sam.gov Uei Number/code.
2) Anticipated North American Industry Classification System (naics) Code Is 339113. The Largest A Firm Can Be And Still Qualify As A Small Business For Federal Government Programs Is No More Than 800 Employees. Please Indicate Whether You Are A Small Business, Sdvosb, Vosb, Small Business Manufacturer, Other Small Business, Or Large Business, And Whether You Are The Manufacturer Of The Items Listed Below.
3) The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam).
4) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Small Business Administration Vetcert Registry Located At Https://veterans.certify.sba.gov.
5) If Not A Manufacturer, Only Authorized Representatives/providers/distributors Of The Manufacturer Will Be Considered. Equipment Must Be New, No Used Or Refurbished Equipment Accepted. Please Provide A Proof Of Authorized Dealer Or Reseller Letter From Manufacturer.
6) If You Are The Manufacturer, Do You Have Any Designated Or Authorized Distributors? If So, Please Provide Their Name, Telephone, Point Of Contact And Size Status (if Available).
7) This Is A Brand Name Or Equal Requirement. As Such, The Salient Characteristics Reflect The Physical, Functional, Or Performance Characteristics That Equal Products Must Meet To Satisfy The Government S Needs. To Be Considered For Any Potential Solicitation, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must:
(a) Meet The Salient Physical, Functional, Or Performance Characteristic Of The Brand Name Item And Those Specified In This Sources Sought; Clearly Identify The Item By Brand Name, If Any And Make/model Number.
(b) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Descriptive Data Or Information Available That Identifies That The Equal Item Meets Or Exceeds The Salient Characteristics Required By The Government.
(c) Identify The Manufacturer Name (oem) And Manufacturer Part Number, As Well As Any Warranty Information.
(d) Please Provide A Courtesy Quote In Response To This Request To Evaluate Price Reasonableness For Any Set-aside Determination, And Any Applicable Contract Vehicle Information.
it Is The Intent Of The Va To Use The Information Gathered For Market Research Purposes Only. If A Formal Solicitation Is Released, It Will Be Posted Via The Contracting Opportunities Website Located At Beta.sam.gov. Or Gsa Ebuy.
description Of The Requirement:
the Department Of Veterans Affairs Is Looking To Obtain Information On Vendors Who Can Provide The Products As Outlined Below. This Is An Unrestricted/open Market Brand Name Or Equal To Request For Information/sources Sought Notice.
delivery:
portland Va Medical Center
community Living Center
1601 E 4th Plain Blvd
vancouver, Wa 98661
items: Brand Name Or Equal To Hillrom Centrella
item #
description/part Number*
qty
Price
Extended Amount
1
centrella Bed With Pro Surface
cnt 255
3
2
centrella Smart+ Bed With Max Air Surface And Blower
cnt 355
8
3
bed Base
cnt Base
11
4
nurse Call In Siderail
11
5
accessory Outlet
11
6
patient Helper Bracket
11
7
osi Patient Helper Sleeve
11
8
pro Surface For 36 Inch Frame
3
9
safeview With Illumiguide
3
10
second Lcd Touchscreen
3
â
Subtotal (products)
â
salient Characteristics
max Air Feature Powered Air Mattress Operates Continuously To Decrease Localized Heat And Moisture Buildup. Allows For Continuous Full-body Pressure Redistribution For Patients 70 To 500 Pounds, Automatically Adjusts The Air System To Accommodate Changes Weight Distribution.
ability To Override And Increase Firmness For Patient Transfers Or Adjust Patient Position.
ability To Adjust For Patient Comfort, With 2 Zones, Which Can Be Adjusted Separately.
gci Touchscreen Located On The Outside Of The Head Rails For Quick Caregiver Access To Patient And Bed Status As Well As Other Bed Controls. Approximate Size 4x5 Inches
bed Exit Silence Exit Alarm Settings To Include Silence, Auto Reset, And Visual And Audible Safety Prompts.
brake Not Set Alarm Spoken Verbal Safety Alert To Caution Caregiver And Patient In A Non-alarming Manner.
one Button Chair One Button Control To Convert A Flatbed Into A Cardiac Chair.
battery Backup - 12 Volt, 7 Mil Amp Hour Batteries X 2
digital Angle Indicator Digital Angle Indicator Gives The Specific Reading Of The Angle Of Bed If Trendelenburg Or Reverse Trendelenburg Positioning Is Needed. 18 Degrees Is The Maximum Achievable Angle.
built In Line And Cord Mgmt - Cutouts For Electrical Cord Or Monitor Cable Management For Use During Transporting. Located Within The Head And Footboards.
4 Iv Pole Sockets - Sized For Standard Hospital Iv Poles. 2-4 Bag Capacity.
integrated Restraint Holders - Sized For Standard Belt Restraints.
lockout Controls Ability To Lock Controls.
drainage Bag Holder Ability To Hold Up To 20 Pounds.
smart Bed Ready (sidecom Req) - Up To 32 Patients Safety And Bed Matrices To Be Transmitted To Caregiver Devices (such As Smart Phones, Vocera, Etc) And/or Vista Or Cerner Emr
wi-fi Module
enhanced 3-mode Bed Exit - Includes Silence, Auto Reset And Visual And Audible Safety Prompts.
motion Activated Nightlight
stand Assist - Height Adjust Buttons To Aid In Safely Lifting The Patient Onto Their Feet
advanced Slideguardâ® Feature - Reduces Patient Migration In Bed When The Head Of The Bed Is Raised
foley Position Limit - Monitors And Alerts If A Foley Bag Is Touching The Floor
patient Hob Angle Display - Digital Head Of Bed Angle Indicator Gives The Specific Reading Of The Angle Of The Head
trend/rev Trendelenburg Ranges From 0-18 Degrees.
dampened Emergency Cpr - Ability To Quickly And Safely Lower The Head Section To A Flat Position In Case Of A Code. Ability To Access From Both Sides Of The Bed.
patient Storage In Siderail - Sized To Hold Items Such As Smart Phone, Reading Glasses, Books/magazines.
integrated Urinal Holders Ability To Hold Any Sized Urine Collection Bottle That Is Filled.
flexafoot Powered Bed Extend Powered Bed Length Extension.
steer Caster Font Left Caster Can Be Locked For Steering
36 Inch Frame Width
in-bed Scale Ability To Weight Up To 500 Pounds
usb Charger
2nd Lcd Touchscreen
patient Pendant - Moveable Bed Control That Allows The Patient Easy Access To Adjust The Bed S Head And Foot Sections. Approx. Size Is 3 X 5 .
removable Iv Pole
verbal Alerts Verbal Safety Alerts Such As Brake Not Set, Your Care Team Has Been Called, Please Don T Get Up, Etc. Able To Set 6 Different Languages.
additional Information Sought:
warranty Please Describe The Offered Warranty.
place Of Manufacture Please Provide The Place Of Manufacture.
if Your Business Is Interested And Capable, Please Send The Capability Statement Outlined Above, And A Courtesy Market Research Quote To Maureen.sundstrom@va.gov By 3:00pm Pst On January 10, 2025. No Phone Calls, Please.
again, This Is Not A Request For Quote, And No Solicitation Is Available At This Time.
Closing Date10 Jan 2025
Tender AmountRefer Documents
FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender
Publishing and Printing
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece Ballpen Black 50 10.00 500.00 3 Piece Ballpen, Blue 50 10.00 500.00 4 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 5 Piece Bleach, 3785 Ml 30 200.00 6,000.00 6 Ream Bond Paper Legal, Subs 20, Gsm 70 150 300.00 45,000.00 7 Ream Bond Paper Long,subs 20, Gsm 70 150 285.00 42,750.00 8 Ream Bond Paper Short, Subs 20, Gsm 70 150 265.00 39,750.00 9 Piece Bps Fine Ballpen Ball Point Pen - Black 150 25.00 3,750.00 10 Piece Bps Fine Ballpen Ball Point Pen - Blue 150 25.00 3,750.00 11 Piece Computer Keyboard 5 1,000.00 5,000.00 12 Piece Computer Mouse 5 500.00 2,500.00 13 Piece Conference Notebook 50 190.00 9,500.00 14 Piece Correction Tape 50 30.00 1,500.00 15 Piece Correction Tape, 10m 100 25.00 2,500.00 16 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 17 Piece Dater Stamp 10 1,800.00 18,000.00 18 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 19 Piece Diploma 580 25.00 14,500.00 20 Piece Diploma Jacket 580 40.00 23,200.00 21 Piece Dishwashing Liquid 20 200.00 4,000.00 22 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 23 Piece Double Sided Tape 5 50.00 250.00 24 Piece Dry Seal Of The School 2 2,500.00 5,000.00 25 Ream Dtr Form 48 100 100.00 10,000.00 26 Piece Duck Tape Black 1" 60 40.00 2,400.00 27 Set Envelope Long (100's) 50 250.00 12,500.00 28 Set Envelope Short (100's) 50 180.00 9,000.00 29 Bottle Epson Ink 003 - Black 50 350.00 17,500.00 30 Bottle Epson Ink 003 - Cyan 50 350.00 17,500.00 31 Bottle Epson Ink 003 - Magenta 50 350.00 17,500.00 32 Bottle Epson Ink 003 - Yellow 50 350.00 17,500.00 33 Set Expanded Colored Envelope Long, 100s, 250gsm 5 2,200.00 11,000.00 34 Set Expanded Colored Folder Long, 100s, 250gsm 5 2,200.00 11,000.00 35 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 36 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 37 Piece Folder Long 200 10.00 2,000.00 38 Piece Folder Short 200 8.00 1,600.00 39 Piece Foot Rug 30 30.00 900.00 40 Piece Frame, A4 50 100.00 5,000.00 41 Meter Fringes, Green 150 30.00 4,500.00 42 Meter Fringes, Yellow 150 30.00 4,500.00 43 Piece Gel Pen Refillable Retractable 0.38mm - Blue 150 80.00 12,000.00 44 Piece Gel Pen Refillable Retractable 0.38mm -black 150 80.00 12,000.00 45 Piece Glue Stick 50 5.00 250.00 46 Piece Glue Stick, Small 100 5.00 500.00 47 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 48 Set Mailing Envelope - Long 50's 10 500.00 5,000.00 49 Piece Masking Tape, 1" 60 32.00 1,920.00 50 Piece Masking Tape, 2" 50 120.00 6,000.00 51 Piece Medal Bronze 500 40.00 20,000.00 52 Piece Medal, Gold 200 40.00 8,000.00 53 Piece Medal, Silver 200 40.00 8,000.00 54 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 55 Bottle Multi-purpose Glue, 40 Ml 60 40.00 2,400.00 56 Box Paper Clip Big 100 30.00 3,000.00 57 Box Paper Clip Small 100 20.00 2,000.00 58 Piece Paper Cutter 20 50.00 1,000.00 59 Box Paper Fastener 100 50.00 5,000.00 60 Piece Paper Stapler # 35 W/ Remover 30 150.00 4,500.00 61 Piece Pencil # 2 200 10.00 2,000.00 62 Pack Photo Paper Glossy A4 50 900.00 45,000.00 63 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 64 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 65 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 66 Pack Rubber Band 15 30.00 450.00 67 Piece Scissors 50 100.00 5,000.00 68 Piece Scotch Tape 1" 60 30.00 1,800.00 69 Piece Scotch Tape 2" 60 45.00 2,700.00 70 Piece Scotch Tape, 2" 50 70.00 3,500.00 71 Meter Silk Satin Green 30 50.00 1,500.00 72 Meter Silk Satin Yellow 30 50.00 1,500.00 73 Set Soft Broom With Dust Pan 70 150.00 10,500.00 74 Set Sponge Mop With Squeezer 30 500.00 15,000.00 75 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 76 Box Staple Wire # 35 30 56.00 1,680.00 78 Piece Super Color Fine Tip Permanent Marker - Black 100 40.00 4,000.00 79 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 80 Box Thumbtacks 60 30.00 1,800.00 81 Pack Tissue Paper, 12's 50 160.00 8,000.00 82 Piece Token For Guest Speakers 3 500.00 1,500.00 83 Piece Two Hole Paper Puncher 30 250.00 7,500.00 84 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 85 Pack Vellum , 200 Gsm, 10s 210 50.00 10,500.00 86 Piece White Board Marker Pen , Ink: Ester-based, Tip: Acrylic Fibre - Blue 50 60.00 3,000.00 87 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Red 50 60.00 3,000.00 Piece Hand Soap 50 50.00 2,500.00 Piece Hand Towel 10 40.00 400.00 Meter Organsa Cloth 10 60.00 600.00 88 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Black 50 60.00 3,000.00 Total 741,200.00 Amount In Words: Seven Hundred Fourty One Thousand Two Hundred Pesos Only
Closing Date15 Jan 2025
Tender AmountPHP 741.2 K (USD 12.6 K)
8091-8100 of 8176 archived Tenders