Cable Tenders
Cable Tenders
Frankfurter Wasser Und Abwassergesellschaft MbH Tender
Civil And Construction...+2Others, Road Construction
Germany
Details: 774.00m² demolition / restoration existing Road and path reinforcements Asphalt / concrete / paving / slabs / sand, gravel / topsoil Open construction 140.00m Twl Pe 100-rc, Sdr 11, 125 x 11.4 mm Delivery and installation 20.00m Twl Pe 100-rc, Sdr 11, 63 x 5.8 mm Delivery and installation Closed construction / tunnelling 450.00m Twl Pe 100-rc, Sdr 11, 125 x 11.4 mm Delivery and installation 290.00m Twl Pe 100-rc, Sdr 11, 63 x 5.8 mm Delivery and installation Cable pulling 60.00m Twl Pe 100-rc, Sdr 11, 63 x 5.85 mm Delivery and installation In Dn 80 Az (1959) 3.00pc Ufh Dn 80 Delivery and installation 1.00pc Flushing hydrant Dn 50 Delivery and installation 2.00pc Gate valve Dn 100 Delivery and installation 1.00pc Gate valve Dn 50 Delivery and installation 16.00pc Ha-production (re-binding)
Closing Date4 Feb 2025
Tender AmountRefer Documents
Cebu Technological University Tender
Telecommunication Services
Philippines
Details: Description Wireless Conferencing System With Receiver And Intelligent Video Bar The Wireless Conferencing System With Receiver And Intelligent Video Bar Must Be Able To Connect To Different Types Of Devices Like Laptops, Smartphones, And Tablet Devices. The Wireless Presentation And Collaboration Device Must Have The Following Specifications: Communications: • Ethernet: 100/1000 Mbps, Auto-switching, Autonegotiating, Autodiscovery, Full/half Duplex, Tcp/ip, Udp/ip, Dhcp, Ssl, Tls5, Ssh, Sftp (ssh File Transfer Protocol), Ieee 802.1x, Active Directory Authentication, Https Web Browser Setup And Xio Cloud Service, 802.3af Compliant • Wi-fi: Dual-band 802.11a/b/g/n/ac/ax (2.4 Ghz & 5 Ghz); Up To 70 Ft (23 M) Range At 80 Mbps, Subject To Site-specific Conditions. • The Bluetooth® Communications Must At Least Be At Version 5.0 • Usb Host: Usb 2.0 For Connecting A Usb Conferencing Peripheral; Usb 3.0 For Connecting A Usb Conferencing Peripheral • Usb Device: Usb 3.0 For Computer Console (installer Setup And Firmware Update) • Rs-232: 2-way Display Device Control Up To 115.2k Baud With Hardware And Software Handshaking • Ir/serial: 1-way Display Device Control Via Infrared Up To 1.1 Mhz Or Serial Ttl/rs-232 (0-5v) Up To 19.2k Baud • Hdmi Input: Hdcp 1.4, Edid; Supports Management Of Hdcp And Edid • Hdmi Output: Hdcp 2.2, Edid, Cec; Supports Management Of Hdcp And Edid Software: • Os Support: Apple® Ios®, Android™, Windows 10, Windows 11, Macos®, Chrome Os™ • Video Frame Rate: Up To 30 Fps, Audio Supported • Output Resolutions: 640x480@60hz, 800x600@60hz, 1024x768@60hz, 1280x720@50hz (720p50), 1280x720@60hz (720p60), 1280x800@60hz, 1366x768@60hz, 1440x900@60hz, 1600x900@60hz, 1600x1200@60hz, 1680x1050@60hz, 1920x1080@50hz (1080p50), 1920x1080@60hz (1080p60) • Bitrate Peak: 0.25 To 8.5 Mbps, Variable Depending On Content Complexity • Bitrate Average: 1.4 Mbps Typical Audio Format: Stereo Wireless Conferencing: • Os Support (application): Windows 10, Windows 11 • Os Support (connect Adaptor): Windows 10, Windows 11, Macos 11 Or Later • Must Support The Following Conferencing Services: Microsoft Teams Software; Zoom Software • Must At Least Be Compatible With The Following Conferencing Peripheral Brands: All-in-one Systems Kits/soundbars (brands: Logitech, Cisco, Crestron, Owl Bar, Poly Studio, Panasonic, Jabra, Bose, Biamp, Sennheiser, Neat Bar); Microphones/speakerphones/speakers (brands: Jabra, Crestron, Shure, Poly); Cameras (brands: Logitech, Jabra, Aver, Crestron, Huddly, Clearone); Audio Dsps Microphone/speakers (brand: Shure, Biamp, Q-sys); Usb Converters (brands: Dante Avio, Crestron) Video: • Input Signal Types: Hdmi (dvi & Dual-mode Displayport™ Compatible); Simultaneous Display Of Up To Four Sources • Maximum Input Resolutions: Hdmi Input: 1920x1080@60hz (hd 1080p60); • Airmedia Presentation: 1920x1080@30hz (1080p30); Airmedia Connect • Adapter: 3840x2160@30hz (4k30) • Output Signal Types: Hdmi (dvi Compatible) • Hdmi Output Resolutions: 1280x720@50hz (720p50), 1280x720@60hz (720p60), 1280x800@60hz, 1366x768@60hz, 1440x900@60hz, 1600x900@60hz, 1600x1200@60hz, 1680x1050@60hz,1920x1080@50hz (1080p50), 1920x1080@60hz (1080p60), 3840x2160@30hz (2160p30), 3840x2160@50hz (2160p50), 3840x2160@60hz (2160p60) Background & Logo File Support: Jpeg, Png Audio: • Input Signal Types: Hdmi (dual-mode Displayport™ Compatible) • Output Signal Type: Hdmi • Input/output Format: 2 Channel Lpcm Connectors: • Ant-a & Ant-b: (2) Sma Connectors For External Wi-fi Antennas; Wi-fi Antennas Included With 6.56 Ft (2m) Cables • Ir: (1) 2-pin 3.5 Mm Detachable Terminal Block; Ir/serial Output Port For Display Device Control; Ir Output Up To 1.1 Mhz; 1-way Serial Ttl/rs-232 (0-5v) Up To 19200 Baud • Com: (1) 5-pin 3.5 Mm Detachable Terminal Block; Bidirectional Rs-232 Port For Display Device Control; Up To 115.2k Baud, Hardware And Software Handshaking Support • Audio Out: (1) 5-pin 3.5 Mm Detachable Terminal Block; Balanced/unbalanced Stereo Line-level Audio Output; Maximum Output Level: 4 Vrms Balanced, 2 Vrms Unbalanced; Output Impedance: 200 Ohms Balanced, 100 Ohms Unbalanced • Microsd: For Caching Digital Signage Content • Hdmi Input: (1) Hdmi Type A Connector; Hdmi Digital Video/audio Input; (dvi & Dual-mode Displayport Compatible) • Hdmi Output: (1) Hdmi Type A Connector; Hdmi Digital Video/audio Output (dvi Compatible) • Usb: (2) Usb Type A Connectors; Usb 2.0 Host Port For Usb Conferencing Peripheral; Usb 3.0 Host Port For Usb Conferencing Peripheral; (1) Usb Type B Connector; Usb 3.0 Device Port For Computer Console • Lan Poe+: (1) 8-pin Rj-45 Connector; 100base-tx/1000base-t Ethernet Port And Poe+ Class 4 • Lan Aux: (1) 8-pin Rj-45 Connector; 100base-tx/1000base-t Ethernet Port; Connects To A Secondary, Guest-only Network Controls And Indicators: • Power: (1) Green Led, Indicates Operating Power Supplied Via The Local Power Pack Or Poe+ • Reset: (1) Recessed Push Button For Hardware Reset • Setup: (1) Recessed Push Button For Onscreen Ip Address Display And For Pairing The Device To An Am-tx3-100; (1) Red/white Led, Indicates Pairing Status • Online: (1) Green Led, Indicates Control System Connection • Hdmi In/out: (2) Green Leds, Indicate Hdmi Signal Presence At The Hdmi Input/output • Microsd: (1) Microsd Slot • Lan Poe+: (2) Leds, Green Led Indicates Ethernet Link Status, Amber Led Indicates Ethernet Activity • Lan Aux: (2) Leds, Green Led Indicates Ethernet Link Status, Amber Led Indicates Ethernet Activity Compliance: Intertek® Listed For Us & Canada, Ce, Ic, Fcc Part 15 Class B Digital Device The Intelligent Video Bar Must Have The Following Specifications: Speakers: • Woofers: (2) 2 In. (50 Mm) Woofers • Tweeters: (2) 2 X 3/4 In. (50 X 20 Mm) Tweeters • Frequency Response: 80 Hz To 20 Khz Microphones: • Microphone: (8) Microphone Beamforming Array • Pickup Range: Suitable For Rooms Up To 15 X 15 Ft (4.5 X 4.5 M) • Sensitivity: -37 Dbfs • Frequency Response: 100 Hz To 8 Khz Video: • Cameras: (3) Cameras • Resolution: 3840 X 1080 @ 30 Fps; 13 Megapixels • Field Of View: 180º Horizontal, 54º Vertical • Zoom: 6x Lossless Digital Zoom; Automatically Adjusts The Field Of View To Frame All Participants Indicators: • Status Bar: (1) Multicolor Led Indicates Connection Status, In-call Mute/unmute, Room Capacity Status, Remote Control Pairing, And Firmware Update Status Connectors: • Power: (1) Ac Power Connector, Female; For Included Ac Power Pack • Auxin: (1) 3.5 Mm Aux Port; For Future Use • Usb C: (1) Usb-c Connector, Female; Connects To Conferencing System, Room Controller, Or Laptop • Ethernet: (1) Rj-45 Connector, Female; Not Used In Crestron Flex Systems • The Enclosure Must Have The Following Features: Black Speaker And Camera Housing, Rear Air Vents, Integrated Adjustable Mounting Bracket • Can Be Wall Mounted Using Integrated Mounting Bracket; Optional Table Mount Or Vesa® Compliant Screen Mount Software Certification: Microsoft Teams Rooms And Zoom Rooms
Closing Date28 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Description: Combined Synopsis/solicitation For
commercial Products And Services
general Information
document Type:
combined Synopsis/solicitation
solicitation Number:
36c24125q0209
posted Date:
1/30/2025
original Response Date:
2/3/2025
current Response Date:
2/3/2025
product Or Service Code:
j065
set Aside:
sdvosb
naics Code:
811210
contracting Office Address
network Contracting Office 1
1400 Vfw Parkway
west Roxbury Ma 02132
description
this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) 12.6 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 January 17, 2025.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Product Or Service Code Is J065. The Government Will Award A Firm-fixed-price (ffp) Contract Resulting From This Combined Synopsis/solicitation To The Responsible Offeror Whose Offer, Conforming To The Synopsis/solicitation, Will Be Most Advantageous To The Government (as Determined By The Solicitation Evaluation Criteria).
the Network Contracting Office 1 Is Seeking To Purchase Draeger V500 Overhaul Preventive Maintenance.
all Interested Companies Must Provide Quotations For The Following:
services
draeger V500 Overhaul Pm
purpose:
this Contract Aims To Provide The On-site Preventive Maintenance Of 20 Draeger V500 Ventilators For The Respiratory Department At The Va West Roxbury. This Is An Overhaul Pm For Each Of The 20 Devices Required After The Fifth Year In Service.
background:
these Ventilators Are Life Support Devices And Critical For Patient Care. They Assist The Lungs In Working When People Can T Breathe Properly On Their Own.
scope:
the Contractor Will Perform Overhaul Pm Including Required Tests, Calibrations, And Function Tests Of The Draeger Ipm-l Device Check, Circuit Check, And Performance Checks.
parts Replaced In Each Pm: 6 Year Replacement Parts - (o2 Pressure Regulator,
spirolog Cable Harness & O2 Inlet Particle Filter), 2 Year Replacement Parts - (nimh
internal Battery, Air Inlet Filter & Ps500 Vrla Batteries), & Annual Replacement Parts - (fan Filter & Expiratory Membrane).
20 Ventilators Requiring This Pm Are As Listed By Serial #: Aslh-0049, Aslh-0050, Aslh-0051, Aslh-0052, Aslh-0053, Aslh-0054, Aslh-0055, Aslh-0056, Aslh-0057, Aslh-0058, Aslh-0059, Aslh-0075, Aslh-0076, Aslh-0077, Aslh-0078, Aslh-0079, Aslh-0080, Aslh-0081, Aslh-0082, Aslh-0083
contract Objectives
complete Draeger V500 Ventilator Pm S For The Ventilators List Above.
complete This Exchange In A Timely Manner So As Not To Disrupt Patient Care Flow Beyond Necessary Limits.
deliveries And Performance:
service Provided At Clinical Engineering Department 1400 Vfw Parkway, West Roxbury, Ma 02132
quality Assurance
batteries Must Hold A Charge For 24 Months.
security Requirements:
the Contractor Shall Follow All Government Rules And Regulations Regarding Information Security To Prevent Disclosure Of Sensitive Information To Unauthorized Individuals Or Organizations, And Shall Adhere To All Va Privacy & Security, The Privacy Act And Hipaa Requirements When Obtaining And Reviewing Information.
a. Applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.
b. Definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.
the Term Federal Record:
1. Includes Vha Records.
2. Does Not Include Personal Materials.
3. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract.
4. May Include Deliverables And Documentation Associated With Deliverables.
c. Requirements
1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
3. In Accordance With 36 Cfr 1222.32, The Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
4. Vha And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vha Or Destroyed Except In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, The Contractor Must Report To Vha. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And
confidentiality Of This Information, Data, Documentary Material, Records, And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records, And/or Equipment Is No Longer Required, It Shall Be Returned To Vha Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand-carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material, And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vha Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.
8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha Information That Is Not Specifically Tied To Or Authorized By The Contract.
9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
10. The Vha Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vha Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
11. Training. All Contractor Employees Assigned To This Contract Who Create, Work With Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
** Vha Training For Contractors Is Available In Talent Management System (tms):
records Management For Records Officers And Liaisons, Item #3873736
d. Flow Down Of Requirements To Subcontractors
1. The Contractor Shall Incorporate The Substance Of This Clause, Its Terms, And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.
2. Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
the Period Of Performance Is 2/15/2025 5/15/2025.
place Of Performance
1400 Vfw Parkway
west Roxbury Ma 02132
award Will Be Made To The Quoter That Offers The Best Value To The Government, Considering Technical Capability, Past Performance, And Price. The Government Will Evaluate Information Based On The Following Evaluation Criteria: 1) Technical Capability Factor Meeting Or Exceeding The Requirement, 2) Past Performance, And 3) Price.â â
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Acquisition.gov.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Sep 2023
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
e.2 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3.
(a) Definitions. As Used In This Provision
Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services.
(d) Representations. The Offeror Represents That
(1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And
(2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That
It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023)
(a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition.
(b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition.
(c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition.
(2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)).
(3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation.
(d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e).
(e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer:
(1) Name Of The Product Or Service Provided To The Government;
(2) Name Of The Covered Article Or Source Subject To A Fascsa Order;
(3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror;
(4) Brand;
(5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number);
(6) Item Description;
(7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used;
(f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver.
(end Of Provision)
52.216-1 Type Of Contract (apr 1984)
The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation.
(end Of Provision)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Provision)
far Number
title
date
52.204-7
system For Award Management
nov 2024
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.229-11
tax On Certain Foreign Procurements Notice And Representation
jun 2020
852.239-75
information And Communication Technology Accessibility Notice
feb 2023
(end Of Addendum To 52.212-1)
far 52.212-2, Evaluation Commercial Products And Commercial Services Nov 2021
addendum To 52.212-2 Evaluation Commercial Products And Commercial Services
basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered.
the Following Factors Shall Be Used To Evaluate Quotations:
technical
past Performance
price
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following:
technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum.
(end Of Provision)
far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services May 2024
offerors Must Complete Annual Representations And Certifications Online In The System For Award Management (sam) In Accordance With Far 52.212-3. If Paragraph (b)(2) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services Nov 2023
addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services
Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
far Number
title
date
852.232-72
electronic Submission Of Payment Requests
nov 2018
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor.
(end Of Clause)
52.252-2 Clauses Incorporated By Reference (feb 1998)
This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
852.203-70
commercial Advertising
may 2018
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation)
jan 2023
852.215-71
evaluation Factor Commitments
oct 2019
852.246-71
rejected Goods
oct 2018
(end Of Addendum To 52.212-4)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services Jan 2025
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1)-(7), (b)(5), (b)(9), (b)(11)(i), (b)(12), (b)(18), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (b)(63), (c)(1), (c)(5), (c)(7), (c)(8), (d)(1)-(3), (e)(1)-(2)
all Quotations Must Be Sent To The Point Of Contract Below.
this Is An Open-market Combined Synopsis/solicitation For Services As Defined Herein.â the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. To Facilitate The Award Process, All Quotes, Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
The Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition.
or
The Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:
quoter Must List Exception(s) And Rationale For The Exception(s)>. Quotations That Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
submission Must Be Received No Later Than 2/3/2025 At 7:30 Am At Manases.cabrera@va.gov
late Submissions Will Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Contract Specialist, Manases Cabrera, At Manases.cabrera@va.gov.
point Of Contact
manases Cabrera, At Manases.cabrera@va.gov.
Closing Date3 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: Sources Sought Notice
sources Sought Notice
page 4 Of 4
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 4
this Not A Request For Quotes; The Government Is Seeking Information For Market Research Purposes Only.
the West Texas Va Health Care System (wtvahcs) Requires Comprehensive Maintenance And Repair Services To Include Hardware /software Support Services, Software Upgrades And Annual Preventive Maintenance/calibration Coverage For The Ge Health Care Case V6.7 Serial Number Ste23140014sa, Muse Nx, And Cardio Day System. The Cardioday Holter System Is Required To Work Seamlessly With Ge Healthcare Muse Nx, Vista, And Ge Healthcare Seer Light Holter Recorders. Server Software Must Be Server Win 2019. Service And Software Agreement Will Cover Software Errors, Technical Support And Clinical Applications Support, Software Updates, And Remote Diagnostics Services.
conformance Standards:
a. Contractor Shall Ensure That The Equipment Functions In Conformance With The Latest Published Edition Of The Applicable Standards, Such As: Nfpa-99, Ul, Osha, Jcaho, Va, Etc. And The Manufacturer's Performance Standards/ Specifications As Used When The Equipment Was Originally Procured And That Any Upgrades/updates Will Meet Or Exceed The Stated Standards/specifications.
b. Contractor Must Comply With The Privacy Act Of 1974 And The Agency Rules And Regulations Issued Under The Act.
c. Contractor Must Comply With Health Insurance Portability And Accountability Act Of 1996 (hipaa) And The Agency Rules And Regulations Issued Under The Act Surrounding Access, Protection And Confidentiality Of Personal Health Information And Individually Identifiable Information.
hours Of Coverage:
a. Contractor Will Provide Technical Telephone Support 24 Hours A Day, 7 Days A Week. Contractor Will Provide A Reasonable Amount Of Clinical Applications Support, Monday Friday, 8:00am To 4:30pm Cst, Excluding Federal Holidays, By Telephone In Response To Inquiries. Contractor Will Make Reasonable Efforts To Respond By Telephone To A Report Of An Error Or Malfunction Within One Hour After Notification By Customer, And Provide On-site Support Within Twenty-four Hours, During Covered Days, Of Notification By Customer.
b. Contractor Will Provide Planned Maintenance For The Hardware In Accordance With Ge Healthcare And Oem Recommended Frequencies And Hardware Specifications As Set Forth In The Ge Healthcare Service Manuals. All Inspections Will Be Scheduled At A Mutually Agreeable Time Between Mondays - Fridays, 8:00am-4:30pm Local Site Time.
c. Cor Or Designated Alternate Shall Provide Reasonable Access To The Equipment, Reasonable Working Space, And A Reasonable Safe, Hazard-free Operating Environment For Contractor S Employees And Representatives Providing Services Hereunder During Hours Of Coverage.
d. Federal Holidays Observed By The Wtvahcs Are:
New Years' Day Labor Day
Martin Luther King Day Columbus Day
Presidents' Day Veterans' Day
Memorial Day Thanksgiving Day
Juneteenth Day Christmas Day
Independence Day
unscheduled Maintenance (repair Service):
a. Contractor Shall Maintain The Equipment In Accordance With Manufacturer S Guidance With An Onsite Response Time Within 24 Hours For Repairs (next Business Day). Contractor Shall Make Reasonable Efforts For Fse To Respond By Telephone Within One (1) Hour After Notification Of A Malfunction. The Co Or Cor Has The Authority To Approve/request A Service Call From The Contractor.
b. Coverage Includes On-site Support, Service Parts, Software, And Labor.
c. Contractor Will Provide Telephone Support Per Section C, Iv, Hours Of Coverage.
d. When The Contractor Leaves On-site Location Where Maintenance Services Are Being Performed, The Site Shall Be Left In A Clean, Neat, And Orderly Condition Ensuring The Hospital/clinic Staff And Patients Are Not Subjected To Any Safety Hazards, Including But Not Limited To Expose Wiring, Open Circuit Panels, Or Tripping Hazards.
e. The Cor Will Be Informed Personally Or In Writing Of The Equipment Status Prior To The Contractor Leaving The Work Site.
f. The Contractor Is Not Responsible For The Maintenance Of Equipment Listed When Damage Resulted From Act Of God Or When Services From Other Than The Contractor S Personnel Have Been Performed. The Contractor Is Not Responsible For The Maintenance Of Equipment Listed When Damage Results From Government Neglect, Misuse, Abuse, Unauthorized Attachments, Or Alterations To Factory Settings Of The Unit.
scheduled Maintenance:
a. The Contractor Shall Perform Pm Services To Ensure That Equipment Listed In The Schedule Performs In Accordance With Section C, Iii, Conformance Standards. Such Maintenance Will Be Performed At Mutually Agreed Times During Pm Coverage Hours. All Exceptions To The Pm Schedule Shall Be Arranged And Approved In Advance With The Cor.
b. The Contractor Shall Provide And Utilize Procedures And Checklists With Worksheet Originals Indicating Work Performed And Actual Values Obtained (as Applicable). Any Charges For Parts, Services, Manuals, Tools, Or Software Required To Successfully Complete Scheduled Pm Are Included Within This Contract, Unless Specifically Stated In Writing.
c. The Contractor Shall Provide Written Description Of Preventive Maintenance Inspections (pmi). This Description Shall Include An Itemized List Of The Procedures Performed. Pm Services Shall Include, But Need Not Be Limited To, The Following:
1. Cleaning Of Equipment.
2. Calibrating And Lubricating The Equipment.
3. Performing Remedial Maintenance Of Non-emergent Nature.
4. Testing And Replacing Faulty And Worn Parts And/or Parts Likely To Become Faulty, Fail Or Become
Worn.
5. Inspecting And Replacing Where Indicated, Electrical Wiring And Cables For Wear And Fraying.
6. Inspecting And Replacing, Where Indicated, All Mechanical Components.
7. Returning The Equipment To The Operating Condition.
8. Providing Documentation Of Services Performed.
parts:
a. The Contractor Has Ready Access, No More Than Three (3) Business Days, To All Parts, Including Unique And/or High Mortality Replacement Parts. The Contract Shall Include All Parts Except, If Applicable, Those Parts Specifically Listed As Being Excluded. The Contractor Shall Use New Or Rebuilt Parts Which Meet Or Exceed Oem Standards For Equivalent Quality And Reliability As A New Part. Used Parts Or Those Removed From Another System Shall Not Be Installed Without Specific Approval By The Co Or The Cor.
b. The Contractor Shall Not Modify The System To Facilitate Replacement Parts That Are Not Identical To The Part Being Replaced Unless Such Modification Was Developed, Approved And Released By The Oem.
c. The Following Items Are Excluded From Coverage: User-replaceable Expendable Parts/supplies And Parts Replaced For Cosmetic Reasons. The Contractor Shall Also List Any Additional Excluded Parts Under The Service Contract.
d. Any Hardware, Such As A Hard Drive, Which Contained Patient Information, Must Be Sanitized In Accordance With National Security Agency Standards By Wtvahcs Staff Prior To Being Removed From The Wtvahcs.
service Manuals/tools/equipment:
a. The Wtvahcs Shall Not Provide Tools, (test) Equipment, Service Manuals, Or Service Diagnostic Software To The Contractor. Contractor Shall Obtain, Have On File, And Make Available To Its Fse All Operational And Technical Documentation (such As Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract.
b. Contractor Shall Provide The Cor Two (2) Copies Of All Documentation That Pertains To Any Hardware, Software, Or Firmware Upgrade Or Repair.
documentation/reports:
the Documentation Shall Include Detailed Descriptions Of The Maintenance Procedures Performed, Including Replaced Parts. In Addition, Each Esr Must, At A Minimum, Document The Following Data Legibly And In Complete Detail:
A. Name Of Contractor And Contract Number.
B. Name Of Fse Who Performed Services.
C. Contractor Service Esr Number/log Number.
D. Description Of Problem Reported By Cor.
E. Identification Of Equipment Serviced.
F. Itemized Description Of Service Performed, With Parts And Part Numbers.
G. Itemized Costs Of Any Approved Billable Parts And Services, If Applicable.
reporting Requirements:
The Contractor Shall Report His Arrival In Person Or By Telephone To Biomedical Engineering. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Check Out With Biomedical Engineering And Submit The Esr(s) To The Cor. If The Cor Is Unavailable, A Copy Of The Esr Will Be Sent To The Cor After The Work For Review.
the North American Industry Classification System (naics) Is 811210 Electronic And Precision Equipment Repair And Maintenance, Service Code (psc) Is J065 - Maintenance, Repair, And Rebuilding Of Equipment Medical, Dental, And Veterinary Equipment And Supplies. The Full-service Contract Will Cover One (1) Base Year And 4 Option Years With A Start Date On Or About May 1, 2025 Through April 30, 2026.
responses To This Notice Shall Include Company/individual Name, Size Status For The Above Reference Naics Code, A Service Capability Statement, Sam Entity Unique Identifier (eui), Duns Number, Address, Point Of Contact And Examples Of Similar Facilities To Which Similar Services Have Been Provided To. Contractors Should Provide Information On Whether They Are Certified Sdvosb, Vosb, Hub Zone, 8(a), Women-owned Concern. If Standard Company Brochures Will Be Provided As A Response To This Source Sought, Ensure That Additional Information Tailored To This Notice Is Included. If You Are In Gsa, Please Provide Schedule And Contract Number.
a Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The Contract Opportunities Website Https://sam.gov At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Response To This Announcement. Contractors Must Be Registered In System For Award Management (sam), See Internet Site: Https://www.sam.gov For Information About Registration.
responses To This Notice Must Be Submitted Via Email To Anitra.carter@va.gov No Later Than January 10, 2025 At 10:00 Am Ct. No Telephone Inquiries Will Be Accepted.
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Closing Date10 Jan 2025
Tender AmountRefer Documents
City Of Koronadal Water District Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
Batangas State University Tender
Software and IT Solutions...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" 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 Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" With An Approved Budget For The Contract (abc) Three Million Two Hundred Eighty-six Pesos And Sixty Centavos Only (php 3,000,286.60). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Unit Apc Extended Run - Power Array Cabinet With Metered Rack Pdu The Apc® Symmetra Lx Extended Run Tower With 9 Sybt5 Provides Fast Serviceability And Reduced Maintenance Requirements Via Self-diagnosing, Field-replaceable Modules. Its Modular Design Increases Adaptability With An Open Architecture Configurable To Any It Environment And Can Be Deployed As A Nonstandby And Migrate To A Standby (ups) System. With Hot-swappable Batteries, Ensures Clean, Uninterrupted Power To Protected Equipment While Batteries Are Being Replaced And It Delivers Higher Availability Through Redundant Batteries. Battery Modules Connected In Parallel; Hot-swappable Batteries; Modular Design; Plug-and-play External Batteries; Stackable External Battery Frames; User-replaceable Batteries. Technical Specifications General Device Type Power Array Cabinet - External Battery Enclosure Type Plug-in Module Color Black Power Device Supported Battery Technology Lead Acid Input Voltage Ac 208 V Battery Quantity 9 (supported) 9 Technology Lead Acid Voltage Provided 120 V Miscellaneous Compliant Standards Csa, Ul 1778 956,502.60 Page 1 Of 5 Item No. Qty Description Total Manufacturer Warranty Service & Support Limited Warranty - 2 Years Environmental Parameters Min Operating Temperature 32 °f Max Operating Temperature 104 °f Humidity Range Operating 0 - 95% Dimensions & Weight Width 19 In Depth 28.6 In Height 23.7 In Weight 769.41 Lbs Compatibility Information Designed For P/n: Isxcr1sy16k16p5, Isxt216md1ri, Sya12k16i, Sya12k16ich, Sya12k16ixr, Sya12k16ixrch, Sya12k16p, Sya12k16pxr, Sya12k16rmi, Sya12k16rmich, Sya12k16rmp, Sya16k16i, Sya16k16ich, Sya16k16ixr, Sya16k16ixrch, Sya16k16p, Sya16k16pxr, Sya16k16rmi, Sya16k16rmich, Sya16k16rmp, Sya4k8i, Sya4k8p, Sya4k8rmi, Sya4k8rmp, Sya8k16i, Sya8k16ich, Sya8k16ixr, Sya8k16p, Sya8k16px798, Sya8k16pxr, Sya8k16pxrx798, Sya8k16rmi, Sya8k16rmich, Sya8k16rmp, Sya8k8i, Sya8k8p, Sya8k8px798, Sya8k8rmi, Sya8k8rmp, Sya8k8rmpnx424, Syaf16krmich Netshelter Metered Rack Pdu, 0u, 1ph, 3.3kw 208v 16a Or 3.7kw 230v 16a, 18 C13 And 2 C19 Outlets, C20 Inlet (10 Units) Key Features Output Connections: - (2) Iec 60320 C19 - (18) Iec 60320 C13 Nominal Output Voltage: 100v, 200v, 208v, 230v Nominal Input Voltage: 200v, 208v, 230v Input Connections: Iec 60320 C20 Technical Specifications Output Overload Protection: No Maximum Total Current Draw: 16 Input Input Frequency: 50/60 Hz Acceptable Input Voltage: 100 - 240vac Load Capacity: 3300va Maximum Input Current: 20a Regulatory Derated Input Current (north America): 16a Physical Maximum Height: 902mm, 90.2cm Maximum Width: 56mm, 5.6cm Maximum Depth: 44mm, 4.4cm Page 2 Of 5 Item No. Qty Description Total Net Weight: 2.93kg Shipping Weight: 4.19kg Shipping Height: 1124mm, 112.4cm Shipping Width: 162mm, 16.2cm Shipping Depth: 107mm, 10.7cm Color: Black Environmental Operating Temperature: -5 - 60 °c Operating Relative Humidity: 5 - 95 % Operating Elevation: 0 - 3048meters Storage Temperature: -25 - 65 °c Storage Relative Humidity: 5 - 95 % Storage Elevation: 0 - 15240meters Conformance Approvals: Csa C22.2 No 60950, Iec 60950, Meti Denan, Ul 60950-1, Vde Standard Warranty: 2 Years Repair Or Replace Sustainable Offer Status Rohs: Compliant Pep: Available In Documentation Tab Eoli: Available In Documentation Tab 2 6 Unit Apc8841 Metered Pdu (rackmount) Rack Pdu 2g, Metered-by-outlet, Zerou, 30a, 200/208v, (21) C13 & (3) C19 375,984.00 3 1 Piece Aluminum Telescopic Ladder Telescopic Ladder Size 5.0 M Weight 17.7 Kg Dimensions (wxh Cm) Closed 48 X 90 Open A Position 48 X 250 Straight Position 48 X 500 11,800.00 4 6 Unit Base Station Antenna Tri-radio Wifi 5 Ap With 12 Spatial Streams And A Selectable Beamforming Antenna, Designed For High-density Applications At Large Venues. Wifi 5 (5 Ghz Only) 12 Spatial Streams 465+ M² (5,000+ Ft²) Open Space Coverage 1,500+ Connected Devices Powered Using Poe++ (1) Gbe And (1) 10 Gbe Uplink Versatile Wall And Pole Mounting Phased Array Antenna System With Software-adjustable Coverage (50° Or 90°) Weatherproof (outdoor Exposed) 510,000.00 5 20 Unit Battery Module (sybt5) Sybt5 Apc Symmetra Lx 4kva Battery Module 720,000.00 6 20 Unit Lot 4: Ethernet Cards Network Adapter The Equipment Shall Be Brand New And Free From Defects Device Type: Network Adapter Form Factor: Plug-in Card - Low Profile Interface (bus) Type: Pci Express 3.0 Pci Specification Revision: Pcie 3.0 Ports: 10gb Ethernet X 2 Connectivity Technology: Wired Cabling Type: Ethernet 10gbase-t Data Link Protocol: 10 Gigabit Ethernet, Fibre Channel Over Ethernet (fcoe), Iscsi 336,000.00 Page 3 Of 5 Item No. Qty Description Total Data Transfer Rate: 10 Gbps "capacity: Qos Virtual Ports: Up To 64 Vlan Tags: Up To 4096" Network / Transport Protocol: Tcp/ip, Udp/ip, Ipsec, Iscsi, Smb, Nfs, Sctp Remote Management Protocol: Snmp, Dmi 2.0 "features: Mac Address Filtering, Ipv6 Support, Quality Of Service (qos), Virtual Machine Device Queues (vmdq), Ipv4 Support, Single Root I/o Virtualization (sr-iov), Tcp Segmentation Offload (tso), Pxe 2.0 Support, Extended Message-signaled Interrupts (msi-x), Virtual Extensible Lan (vxlan), Network Virtualization Using Generic Routing Encapsulation (nvgre), Intel Flow Director, Flexible Port Partitioning (fpp), Multi-mode I/o Virtualization Operations, Vlan Filtering, Intelligent Offloads" Compliant Standards: Ieee 802.1q, Ieee 802.1qbg Interfaces: 2 X 10gbase-t - Rj-45 Included Accessories: Low-profile Bracket Compliant Standards: Plug And Play, Rohs "os Required: Linux Kernel 2.6 Or Later Microsoft Windows Server 2008 R2 X64, Microsoft Windows Server 2012 X64, Microsoft Windows Server 2012 R2 X64, Windows 7/8/8.1/10 X64 Vmware Esxi 5.5 Or Later Red Hat Enterprise Linux 6.7 Or Later Suse Linux Enterprise Server 11 Or Later Freebsd 10.2 Or Later" 7 30 Unit Sfp-10g-t Compatible Taa 100/1000/10000base-tx Sfp+ Transceiver (copper, 30m, Rj-45) Technical Specifications Compatible Oem: Dell® Compatible With Oem Part Number(s): Sfp-10g- T Transceiver Type: Tx Reach: 30m Connector: Rj45 Form Type: Sfp+ Wavelength: N/a Media: Copper Speed Description: 10-gigabit Environment: 0 To 70c Speed: 100/1000/10000base Dom: Non:dom Physical Specifications Product Shipping Dimension(hxwxd): 1.2 In. X 2.75 In. X 4.75 In. Product Shipping Weight(lb): 0.4 Miscellaneous Country Of Origin: Usa/uk Eccn: 5a991 Hts-harmonized Code (uk): 85176200 Hts-harmonized Code (us): 8517.62.0090 Taa Compliant: Yes Unspsc Code: 43201553 Upc Code: 821455820278 What's In The Box: 1x Transceiver 90,000.00 Page 4 Of 5 Item No. Qty Description Total 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 Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 13, 2025. E-mail : Procurement.central.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. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date13 Jan 2025
Tender AmountPHP 3 Million (USD 51.3 K)
National Farming Promotion Tender
Others
Corrigendum : Closing Date Modified
Poland
Details: Ag.b.0162.1.2024. 140.pt Kraków 26/07/2024 Price Inquiry Mon. "delivery and installation of an air conditioner in the KPP building in Gorlice at ul. 11. Listopada 56” The proceedings are in accordance with Decision No. 58/2021 of November 4, 2021 of the Provincial Police Commander in Krakow General information: 1. The offer should be sent by: August 2, 2024. Until 10.00. Please submit Offers and All Inquiries via the Purchasing Platform to the following address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab - "list of open procedures". In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website. 2. The Offer should be prepared in accordance with this Request. II. Description of the Subject of the Order: · Delivery of air conditioning (1 Set) Vivax R-design Acp-24ch70aeri+ or Kaisai Pro Heat Krp-24megi/krp-24mego - To be selected by the Contractor and installation in the server room on the ground floor of the building (outdoor unit on the building's facade at height Approx. 2M). · Delivery and installation of new: - Power cable with a length of approx. 10 M, - Trays for a power cable with a length of approx. 3 M - Refrigeration Pipes Length 2 X Approx. 7 M, - Trays for refrigeration pipes with a length of approx. 6 M - Length Condensate Drain Pipe. Approx. 7 M - Gravity Condensate Drainage Outside the Building - Hanger/Fixing of the Outdoor Unit, Power Supply of the Air Conditioner from the T1/1 Distribution Board on the 1st Floor of the Building, (connection through the Shaft), Connection to the Distribution Board and Delivery and Installation of Overcurrent Protection to Power the Air Conditioner After Contractor's side, · Performing a tightness test, creating a vacuum and starting the air conditioning, refilling the refrigerant (if necessary), · Ducts to the outdoor unit on the building facade should be placed in conduits. · The Warranty Card should be handed over to the Representative of the KPP in Gorlice, III. Conditions Relating to the Offer and Order Fulfillment: 1. Payment for the performance of the service within 30 days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the Contractor. 2. Required Warranty Conditions: In accordance with the Manufacturer's Warranty, 3. The offer must include all necessary materials for the installation and proper functioning of the devices. 4. The basis for issuing a VAT invoice will be the Work Acceptance Protocol, confirmed by the representative of the KPP in Gorlice (the Acceptance Protocol should contain information about the model and serial numbers of the outdoor and indoor units of the air conditioner and the quantity and type of refrigerant in the installation). 5. The Ordering Party reserves the right to refuse to award an order if the price of the most advantageous offer exceeds the amount that the Ordering Party can allocate to finance the order. 6. The condition for the implementation of the service is to send the data of the persons performing the service at least 3 business days before the completion date (name and surname, PESEL number) and the Registration No. Vehicle Used to Conduct the Order. In the absence of a recommendation of a person/persons, the Contractor will provide replacements for other persons. Order Fulfillment Date: Up to 14 Calendar Days from Receiving the Order Place of Order Fulfillment: Kpp W Gorlice Ul. 11. Listopada 56 Contact telephone numbers in the case: - Paweł Trela - 47 83 58 678. Iv. Criteria for Research, Evaluation and Selection of Offers: Lowest Price. V. Attachments: Offer Presentation Template Attachment No. 1
Closing Date10 Jan 2025
Tender AmountRefer Documents
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) 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) 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. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. 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 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
The City Government Of Baguio Tender
Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Communications Equipment 2,200,000.00 6 Unit Base Radio, Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency Specifications General A. Frequency Range - Uhf: 400-470mhz*; Vhf:136-174mhz B. Channel Capacity- 48 (16 Channels Per Zone) C. Zone Capacity - 3 D. Channel Spacing - 12.5/25khz E. Operating Voltage - 13.6 V ± 15% F. Current Drain - Standby: Around 0.3a Receive: < 1>1ghz G. Weight - 1100g H. Dimensions - 164 X 43 X150 Mm I. Frequency Stability - ±0.5 Ppm J. Antenna Impedance - 50ω Receiver A. Sensitivity - Analog: 0.3µv (12db Sinad); 0.22µv (typical) (12db Sinad); 0.4µv (20db Sinad) Digital: 0.3µv/bers5% B. Selectivity - Tia-603: 60db @ 12.5khz/ 70db @ 25khz Etsi: 60db @ 12.5khz/ 70db @ 25khz C. Intermodulation - Tia-603: 70db @ 12.5/25khz Etsi: 65db @ 12.5/25khz D. Spurious Response Rejection- Tia-603: 70db @ 12.5/25khz Etsi: 70db @ 12.5/25khz E. Blocking- Tia-603: 90db Etsi: 84db E. Hum And Noise- 40db @ 12.5khz; 45db @ 25khz F. Rated Audio Power Output- Internal (@ 16 Ohm Load): 4w External (@8 Ohm Load): 8w Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) G. Max Audio Power Output - Internal (@16 Ohm Load): 6w External (@ 8ohm Load): 12w H. Rated Audio Distortion - ≤3% I. Audio Response - +1~-3db J. Conducted Spurious Emission - <-57dbm Transmitter A. Rf Power Output – Low Power Version: 1-25w (uhf/vhf) High Power Version: 5-45w (uhf) / 5-50w (vhf) B. Fm Modulation – 11kof3e @ 12.5khz; 16k0fe @ 25 Khz’ C. 4fsk Digital Modulation – 12.5khz Data Only: 7k60fxd 12.5khz Data & Voice:7k60fxw D. Conducted/radiated Emission - -36dbm<1ghz>1ghz E. Modulation Limiting- ±205khz @ 12.5khz F. Fm Hum & Noise- 40db @ 12.5khz 45db @ 25khz G. Adjacent Channel Power- 60db @ 12.5khz; 70db @ 25khz’ H. Audio Response- +1 ~ -3db I. Audio Distortion- ≤3% J. Digital Vocoder Type- Ambe+2™ Or Selp K. Digital Protocol- Etsi-tsi02 361-1, -2, -3 1 Lot Engineering Plans And Services (professional Fee) 30 Unit Handheld Radio (vhf), Ntc Type Approved Equipment, 136-174mhz Frequency Range, 5 Watts' Maximum Out-put Power, Programmable To Ntc Award Frequency. Accessories: 1. Belt Clip 2. Standard Desk Charger 3. Rubber Duck Antenna 4. Manual General: A. Frequency Range- Uhf: 400-470 Mhz, Vhf:136-174mhz B. Channel Capacity - 128 C. Zone Capacity - 8 D. Zone Channel - 16 E. Channel Spacing - 12.5khz/20kh/25khz F. Operating Voltage -7.4v G. Battery - 1500mah (standard); 2000mah (optional) H. Battery Life - (5/5/90 Duty Cycle, High Tx Power) - Analog: 12h (1500mah), 16h (2000mah) - Digital: 16h (1500mah), 21h (2000mah) I. Frequency Stability - ±0.5ppm J. Antennal Impedance - 50ω K. Weight (with Antenna & Battery) -230g L. Dimensions (h X W X D) - 115 X 55 X 295mm M. Display - 1.77 Inch Tft Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Receiver: A. Sensitivity - Digital: 0.18µv / Bers % Analog: 0.18µv(12db Sinad) B. Adjacent Channel Selectivity - Tia -603: 60db@12.5khz, 70db@20/25khz Etsi: 60db@12.5khz, 70db@20/25khz C. Intermodulation- Tia- 603:70db@12.5/20/25khz Etsi: 65db@12.5/20/25khz D.spurious Response Rejection- Tia -603: 70db@ 12.5/20/25khz Etsi: 70db@12.5/20/25khz E. Blocking - Tia -603:80db Etsi: 84db F. Hum And Noise- 40db@20khz, 45db@25khz G. Rated Audio Power Output - 1w H. Rated Audio Distortion - <3>1ghz E. Modulation Limiting - +2.5khz@12.5khz, +4.0khz@20khz, 15.0khz@25khz F. Fm Hum&noise - 40db@12.5khz, 43db@20khz, 45db@25khz G. Adjacent Channel Power- 60db@12.5khz, 70db@20/25khz H. Audio Response- +1 To -3db I. Audio Distorted - ≤% J. Digital Vocoder Type - Ambe +2™ Environmental: A. Operating Temperature - -30°~+60°c B. Storage Temperature - -40°c~+85°c C. Esd - Iec 61000-4.2 (level 4) ±8kv (contact); ±15kv(air) D. Dust And Water Intrusion - Iec60529-ip54 E. Humidity - Mil -std-810g F. Shock And Vibration - Mil-std-810g 1 Lot Installation Of Communication Equipment 1 Unit Mini Duplexer (vhf) -tuned To Working Frequency, 50 Watts 7 Unit Mobile Radio (vhf) - Ntc-approved Type (commercial), 50w, Programmable To Ntc Assigned Frequency Frequency Range 136-174 Mhz, With Magnetic Mount Mobile Antenna 6 Lot Ntc Permit To Purchase/possess And Radio Station License 6 (six) Units Base Radio 30 Lot Ntc Permit To Purchase/possess And Radio Station License For 30 (thirty) Units Handheld Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Lot Ntc Permit To Purchase/possess And Radio Station License For 1 (one) Unit Repeater 7 Lot Ntc Permit To Purchase/possess And Radio Station License For 7 (seven) Mobile Radio 1 Lot Programming, Commissioning/propagation And Testing And Delivery (30 Days) Additional Requirements: * Provide A Network Diagram That Is Applicable To The Area * With History/experience In The Installation Of A Working Communication System In The Area *accredited With Ntc-car 1 Unit Repeater (vhf), Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency. Specifications: General A. Frequency Range - Uhf 1: 400-470mhz; Uhf 2: 450-520mhz; Uhf 3: 350-400mhz; Vhf: 136-174 Mhz B. Channel Capacity - 16 C. Channel Spacing - 12.5khz/20khz/25 Khz D. Operating Voltage - 13.6v±15% E. Current Drain - Standby: ≤0.8a; Transmit:≤11a F. Frequency Stability - ± O.5ppm G. Antenna Impedance - 50ω H. Duty Cycle - 100% I. Dimensions (h X W X D) - 88 X 483 X 366 Mm J. Weight - 8.5 Kg K. Lcd Display - 220 X 176 Pixels, 262000 Colors; 2.0 Inch, 4 Rows Receiver A. Sensitivity - Analog: 0.28µv (12 Db Sinad); 0.22µv (typical) 12db Sinad) 0.4 Μv (20db Sinad) Digital: 0.3µv/ber5% B. Adjacent Channel Selectivity- Tia-603: 65db @ 12.5 Khz; 75 Db @20/25khz Etsi: 65 Db @ 12.5 Khz; 75 Db @ 20/25khz C. Intermodulation- Tia -603: 75db @ 12.5/20/25khz Etsi: 70db @ 12.5/20/25khz D. Spurious Response Rejection Tia-603: 80db @ 12.5/20/25khz Etsi: 80db @ 12.5/20/25khz E. Hum And Noise - 40db@ 12.5khz; 43db@20khz; 45db@25khz F. Rated Audio Power Output - 0.5w G. Rated Audio Distortion- ≤3% H. Audio Response - +1 ~ -3db I. Conducted Spurious Emission - <-57dbm Transmitter Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) A. Rf Power Output - 5-50w B. Fm Modulation - 11k0f3e @ 12.5khz; 14k0f3e @ 20khz; 16k0f3e @ 25 Khz C. 45sk Digital Modulation - 12.5khz Data Only: 7k60fxd; 12.5khz Data And Voice:7k60fxw D. Conducted/radiated Emission - -36dbm ≤ 1ghz; -30dbm > 1ghz E. Modulation Limiting - ±2.5khz @ 12.5 Khz; ±4.0khz @ 20khz; ±5.0khz @ 25khz F. Fm Hum & Noise - 40db @ 12.5khz; 43db @ 20khz; 45db @ 25khz G. Adjacent Channel Power - 60db @ 12.5khz; 70db @ 20/25khz H. Audio Response - +1 ~ -3db I. Audio Distortion - ≤3% J. Digital Vocoder Type - Ambe +2™, Selp, Nvoc, Comm K. Digital Protocol - Etsi-ts102 361-1, -2-, -3 Environmental Specifications A. Operating Temperature - -30°c ~+60°c B. Storage Temperature - -40°c ~ +85°c Accessories: 1. 1 Unit Tx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Assigned Frequency 2. 1 Unit Rx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Frequency 3. 100 M Coax Cable Rg-8 (japan) 4. 4 Pcs. Pi-259 Connector (good Quality) 5. Regulated Power Supply (13.8 V Dc/30 Amp) 6. With Pt Mask Antenna And Repeater Cabinet This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Supply, Delivery And Installation Of Communications Equipment For Use Of Bfp Under Pr No. 2 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 5
Closing Date10 Jan 2025
Tender AmountPHP 2.2 Million (USD 37.9 K)
9111-9120 of 9150 archived Tenders