Cable Tenders

Cable Tenders

DEPT OF THE ARMY USA Tender

Security and Emergency Services
United States
Details: Electronic Security Systems (ess) Maintenance the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million. we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response. description Of The Requirement: this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded. the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract. fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture. the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws). information Sought By The Government: company Information: company Name address point Of Contact telephone Number e-mail Address business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code. if Your Company Is Currently Registered In System For Award Management (sam). information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Nueva Ecija University Of Science And Technology - NEUST Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Supply, Delivery And Installation Of Hybrid And Electric Vehicles For Advanced Learning And Instruction In The Mechanical Engineering Program Location: College Of Engineering, Neust Sumacab Campus, Cabanatuan City Approved Budget For The Contract: Php27,017,500.00 Contract Duration: 120 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php25,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Car Train "hybrid And Electric Vehicles 1 Set Hybrid And Electric Vehicles Sybapro Experiment Trolley For Unit, 1070x1350x800mm With 5 Layer Hanging Base Cabinet Safety Zone Unit (hybrid And Electric Vehicles) Standard Group Lock Box For Lockout/tagout (with 1 Padlock) Composite Insulating Gloves, Class 0 Insulation Tester (1000v/2gω, Cat Iii 1000v, Cat Iv 600v) Charging Station For Pev And Phev Sideways Training Panel Frame Extension Two-pole Voltage Tester, 12-690v/ac/dc Cat Iii 690v, Cat Iv 600v Extended Safety Equipment For Diagnostics On Hv Vehicles Includes Safety Helmet, Face Shield, Balaclava, Insulating Stand Mat And Other Ppes Suited For The Experiment Fiber Pole For High Voltage Systems Protection Cover For Unit Experiment Trolleys Monitor Holder For Flat Screen Monitor Of Weight Up To 15kg/33lbs Hv Safety 2000 2 System 1 Set Car Train Interface With Virtual Instruments Car Train Experimenter Car Train Measurement Accessories, Shunts And Connection Cables Computer-based Training And Experimentation System Multimedia Combines Cognitive And Hands-on (haptic) Training Units Areas Of Basic And Advanced Electrical Engineering, Electronics And Automotive Technology Labsoft, An Open Experiment Delivery Platform Courses Teach The Theoretical Building Blocks And Provide Experiments Intelligent Measurement Interface Supplies Analog And Digital Measuring And Control I/o High Quality Item Of Laboratory Equipment With Virtual Instruments Vehicle Stabilization Systems - Abs, Esc And Tcs Course: Vehicle Stabilization Systems - Abs, Esc And Tcs Car Train Storage Case For Experiment Board Terms And Conditions: 1. Bidder Should Provide 1 To 2 Years Full Warranty On Parts And Labor 2. Delivery Period: 120 Calendar Days 3. Bidder Should Provide Continuous Free Training And Maintenance During Warranty Period. 4. Bidder Should Submit 100% Credit Line Certificate Equivalent To Approved Budget Ceiling 5. Bidder Should Perform The Site Inspection, Site Inspection Certificate Issued By The End User Shall Be Part Of The Eligibility Requirements 6. The Bidder Must Provide Instructional Manual, Brochures And Assembly Drawings Of Unit. 7. Provide Extra Consumables (wire, Connection Ports, Extra Sockets And Cables, Ferrules, Crimper, Wire Cutter) 8. Lifetime Software License. The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 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 Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 27 Million (USD 465.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar. project Description: this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 27 January, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: mario Hairston contract Specialist mario.hairston@va.gov secondary Point Of Contact: scott Elias contracting Officer scott.elias@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
Closing Date27 Jan 2025
Tender AmountRefer Documents 

COUNCIL FOR THE WELFARE OF CHILDREN, DSWD Tender

Others
Philippines
Details: Description Request For Quotation Sir/madam: Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex A. Failure To Indicate Information Could Be Basis For Non - Compliance. Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. If You Are The Exclusive Manufacturer, Distributor Or Agent In The Philippines For The Goods Listed In Annex A Please Attach In Your Quotation A Duly Notarized Certification To This Effect. Please Accomplish And Submit This Form Together With Annex A; Philgeps Certificate / Registration Number; Valid 2025 Mayor's Permit Or Business Permit; And Copy Of Latest Annual Income/business Tax Returns Duly Received By The Bir Or Its Representative To Council For The Welfare Of Children C/o Bac Secretariat At #10 Apo St., Santa Mesa Heights, Quezon City 1114 Metro Manila Or Email It To Bac@cwc.gov.ph Cc: Cwcbac@gmail.com On Or Before 05 February 2025, 10:00 A.m. Very Truly Yours, (original Signed) Jovertlee C. Pudan, Enp Bac Chairperson Terms And Conditions: 1. Award Shall Be Made On Per: Item/lot Basis X Total Quoted Price. 2. Quotation Validity Shall Not Be Less Than Thirty (30) Days. 3. Good/s Shall Be Delivered Within Please See Annex A 4. Place Of Delivery: Please See Annex A 5. Terms Of Payment: Within 15-30 Days Upon Final Inspection And Acceptance. 6. Liquidated Damages/penalty: (1/10) Of One Percent For Everyday Of Delay Shall Be Imposed. 7. Indicate Brand, Model And Country Of Origin. 8. In Case Of Discrepancy Between Unit Cost And Total Cost, Unit Cost Shall Prevail. 9. Disclosure Of Relations: Please See Annex A 10. Warranty: Please See Annex A ============== 36 Pax Procurement Of Board And Lodging For The Conduct Of Technical Assistance/ Mainstreaming Of Child Rights Frameworks And Plans On Children On 23-27 February Within Zamboanga City For Cluster 2 (basilan, Tawi-tawi, And Sulu) Location: Within Zamboanga City Date Of Activity: 23-27 February 2025 No. Of Days: 4 Days Guaranteed Pax: 30 Pax Arrangements: 4 Nights Accommodation Twin Room Occupancy Check-in Date: 23 February 2025 At 12:00nn Check-out Date: 27 February 2025 At 12:00nn Meal Provisions: 23 February 2025 - Lunch, Pm Snacks, Dinner 24-26 February 2025 - Breakfast (with Hot Choco), Am Snacks, Lunch, Pm Snacks, Dinner 27 February 2025 - Breakfast (with Hot Choco), Am Snacks Room Accommodation: 2 Pas Per Room With Single Bed Each Airconditioned Room With Hot And Cold Shower, Refrigerator, Cabled Tv And Free Internet Access Rooms With 2 Key Cards Each Other Inclusions: Complimentary Use Of Function Hall From 23-27 February 2025 I Complimentary Room For The Secretariat (excluded From The Required Number Of Rooms For The Participants Complimentary Sound System, 4pc. Wireless Microphones, Projector, White Screen And Banquet Facilities Free Flowing Coffee, Tea And Water Contact Person: Erica Payawan-florendo (lid) Contact Number: 09760271588 *************nothing Follows************* Approved Budget Ceiling: ₱432,000.00 Charged To: Lid Regular Funds
Closing Date5 Feb 2025
Tender AmountPHP 432 K (USD 7.3 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Repost: n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413 issue Date: 5 June 2024 Closing Date: 5 July 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 5 July 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-24-s-nb66 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication. original Posting: n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413 issue Date: 4 April 2024 Closing Date: 3 May 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 3 May 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-24-s-nb66 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Department Of Education Division Of Quezon Tender

Others
Philippines
Details: Description Bids And Awards Committee Invitation To Bid Project No.: 2025-02-goods Supply And Delivery Of Various Supplies, Furniture, Ict And Office Equipment Q1 Of Fy 2025, Lot 2 (repost) 1. The Deped - Division Of Quezon, Through The Funding Source, Government Of The Philippines (gop) Intends To Apply The Sum Of One Million One Hundred Twenty Thousand Three Hundred Sixty Nine Pesos & 00/100 (p1,120,369.00) Being The Approved Budget For The Contract (abc) To Eligible Payments Under The Contract For The Supply And Delivery Of Various Supplies, Furniture, Ict And Office Equipment For Q1 Of Fy 2025, Lot 2 (repost). Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. The Award Of The Contract Is Subject To The Effectivity Of The General Appropriations Act (gaa) For Fy 2025. Project Description/ Intended Completion Date Item No. Item Description Approved Budget For The Contract (php) Amount Of Bidding Documents (php) Supply And Delivery Of Various Supplies, Furniture, Ict And Office Equipment For Q1 Of Fy 2025, Lot No. 2 (repost)/30 Cd 1 Semi-expendable- Office Furniture, Ict & Office Equipment 1,120,369.00 5,000.00 Grand Total 1,120,369.00 2. The Deped-division Of Quezon Of Region Iv-a, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Works. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Philippine Statistics Authority (ps) Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc Of The Lot To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction 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 Proprietor Ships, 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 Deped – Division Of Quezon And Inspect The Bidding Documents At The Address Given Below. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Stated Above. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Department Of Education-division Of Quezon Will Hold A Pre-bid Conference As Shown On The Calendar Of Activities Below, Which Shall Be Open To Prospective Bidders. Activity Date & Time Venue Issuance Of Bidding Documents Jan. 16-17; 20-24; 27-31, 2025 Feb. 1-3, 2025 (9:00 Am – 4:00 Pm) Feb. 4, 2025 (9:00 Am – 12:00 Nn) Deped-division Of Quezon, Talipan, Pagbilao, Quezon Pre-bid Conference January 23, 2025 (1:30 Pm) Deped-division Of Quezon, Talipan, Pagbilao, Quezon And Via Google Meet Final Submission And Opening Of Bids February 4, 2025 (1:30 Pm) Deped-division Of Quezon, Talipan, Pagbilao, Quezon 6. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. A Product Sample For Consumable Items Shall Be Presented During Post-qualification, Unless A Bidder States A Specific Brand Of Product That Is Proven And Tested To Be Of Good Quality And Value, A Sample May Not Be Required. For Semi-expendable Equipment, A Brand And A Complete Specifications Shall Be Declated On The Bid Proposal Supported By A Photo Of The Equipment. Only One (1) Representative Per Bidder Will Be Allowed Entry Into The Venue / Conference Room. For The Purpose Of Constituting A Quorum, Both Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. 7. The Deped – Division Of Quezon Of Region Iv-a Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s) At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Joepi F. Falqueza Bac Chairman Deped – Division Of Quezon Talipan, Pagbilao, Quezon Contact No. 042-784-0366 9. You May Visit The Following Websites: For Downloading Of Bidding Documents: • Philgeps: Https://notices.philgeps.gov.ph/ • Deped-quezon Website: Www.depedquezon.com.ph Joepi F. Falqueza Asst. Schools Division Superintendent Bac Chairperson Technical Specifications Item No. Item Description Quantity Uom Unit Price Total Amount 1 Air Conditioned Unit, 2hp, Inverter, With Free Installation 2 Unit 45,627.00 91,254.00 2 Steel Filing Cabinet, 4 Drawers, Heavy Duty, With Lock 3 Unit 10,000.00 30,000.00 3 5-layer Wooden Open Shelf Cabinet, With Divider, Heavy Duty (for Archfile Files) 2 Unit 9,100.00 18,200.00 4 Office Chair, Heavy Duty 7 Piece 2,890.00 20,230.00 5 Heavy Duty Swivel Chair With Headrest, Adjustable Up To 7cm, With Tilt-lock Mechanism Ergonomic 2 Piece 2,890.00 5,780.00 6 Computer Table, Heavy Duty 2 Piece 4,500.00 9,000.00 7 Executive Table (140cm L X 70 Cm W X 76 Cm H), Heavy Duty 1 Unit 16,750.00 16,750.00 8 Lateral Filing Cabinet, 3 Drawers, Steel 2 Unit 15,264.00 30,528.00 9 Ergodynamic Boss Chair Executive High Back Made Of Faux Office Chair, Maximum Weight Capacity: 100kg, Tilt Lock Function: 350mm Base And Pu Casters, Pneumatic Height Adjustment; 360 Degrees Swivel Function: Ergonomic And Dynamic Whih Will Comfort And Durability, Color: Brown 1 Unit 10,300.00 10,300.00 10 Mobile Pedestal 3 Drawer (w=50cm X L=39cm X H=50cm) 5 Unit 5,450.00 27,250.00 11 Bookshelf, Metal 4 Layers, 120cm X 200cm X 40cm 1 Piece 12,000.00 12,000.00 12 Dining Chair, Cushioned Seat Covered Upholstery, Solid Wood Legs, 20.5"w X 24.5d X 32.5"h 4 Piece 4,500.00 18,000.00 13 Ergonomic Wooden 2 Layer Computer Monitor Riser Rack Printer Stand Shelf, Color: 4 Wood Style & 1 White; Size: 23.6"x11.8"x21.6" 5 Piece 2,000.00 10,000.00 14 Adjustable Under Desk Cpu Holder, Computer Stand, Computer Mount, Wall And Desk Mount, 360 Degrees Swivel, Fits A Variety, Steel, Capacity: 25kg; Height 520mm, Width Adjustable: 190-250mm 5 Piece 1,200.00 6,000.00 16 Printer Rack Shelf With Wheel, Size: 55x40x131 Cm (lwh), Movable, Color: White And Natural 4 Piece 2,878.00 11,512.00 17 Printer Shelving Home Office Organizer, Full Black, 54x37x69cm 3 Piece 2,000.00 6,000.00 18 Lifetime Commercial Folding Table, 6ft. 1 Piece 4,000.00 4,000.00 19 Office Table 1 Piece 4,500.00 4,500.00 Se - Office Equipment - 20 Paper Shredder 2 Unit 18,500.00 37,000.00 21 Paper Trimmer/cutting Machine, Table Top, Heavy Duty 1 Unit 2,300.00 2,300.00 22 Laminating Machine 1 Unit 4,000.00 4,000.00 23 Window Korean Blinds, 60/80/100/120 Width*160cm, Venetian Duo Roller Blinds Office 4 Piece 3,000.00 12,000.00 Se- Ict Equipment - 24 Digital Voice Recorder 5 Unit 3,657.00 18,285.00 25 Desktop, For Mid-range Users 8 Unit 23,400.00 187,200.00 26 External Hard Drive 23 Piece 3,490.00 80,270.00 27 Computer Mouse, Wireless 11 Piece 330.00 3,630.00 28 Multifunction Printer 14 Unit 13,780.00 192,920.00 29 Smart Tv, 55", Uhd, Dolby Vision 1 Unit 19,950.00 19,950.00 30 Document Scanner 2 Unit 29,900.00 59,800.00 31 Speaker, Sonic Gear Quatro 2 B, Driver: 2 Built-in 2" Sonicgear Drive, Panel: 4 Built-in Bass Reflex Panel; Watts: Total Rms 6 Watts;; Frequency Response: 50hz-20khz; Power: 5v Usb Powered 3 Piece 550.00 1,650.00 32 Wireless Keyboard And Mouse Combo (black) 12 Piece 580.00 6,960.00 33 Winland Heavy Duty Extension Wheel Cable Wire 10 Meters 37 Piece 1,800.00 66,600.00 34 Laptop Cooler (gcp500) 2 Piece 1,500.00 3,000.00 35 Wifi Wireless Connectors 3 Piece 300.00 900.00 36 Ups, Heavy Duty, 650 Va 6 Piece 2,800.00 16,800.00 37 Mouse Optical, Usb Connection, Wired 10 Piece 200.00 2,000.00 38 Usb Hub To Rj45, Obdore Lan Network Adaptor 1000mbps Usb Gigabit Ethernet Adapter With Usb 2.0/3.0 Hub For Laptop And Pc 1 Piece 450.00 450.00 39 All-in-one Printer, Multi Fucntional Integrated Ink Tank Printer (epson L320) 3 Unit 12,000.00 36,000.00 40 Flash Drive 1 Tb, Metal Waterproof High Speed, U Disk Pendrive 3 Piece 650.00 1,950.00 41 Barcode Scanner (with Sdk And Stand) 1 Unit 3,500.00 3,500.00 42 Pv Id Printer Package ( Printer, Pigment Ink Cmyk 100ml, A3 Size Laminator, Pvc Dle Cutter, A4 Size Paper Cutter, Pvc Id Materials, Oblong Id Puncher, Wate Hose Installation, Cleaning Solution) 1 Unit 18,000.00 18,000.00 43 High Speed Hdmi Cable (for Pc/laptop Connector To Samsung Smart Tv) 5 Meters 2 Piece 450.00 900.00 44 Video Card, Amd Radeon Graphics Card 8gb 1 Piece 7,000.00 7,000.00 45 Cd Reader 1 Unit 1,000.00 1,000.00 46 Multimedia Projector 1 Unit 5,000.00 5,000.00 Total 1,120,369.00
Closing Date4 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.1 K)

Offizielle Bezeichnung Hessen Mobil Tender

Civil And Construction...+1Others
Germany
Description: Negotiated award with public participation competition (service) 2024-00293. Object planning for traffic systems, phases 6 and 8 with local construction monitoring, Sigeko. Object planning for traffic systems, phases 6 and 8 with local construction monitoring, Sigeko. The new construction section to be considered is located parallel to the K 12 from NK 6418 027 to NK 6418 213 from km 0.142 to ... Multi-object planning for traffic systems, phases 6 and 8 with local construction monitoring, Sigeko. The new construction section to be considered is located parallel to the K 12 from NK 6418 027 to NK 6418 213 from km 0.142 to 1.595 (total length approx. 1.595 km). It is located in the Birkenau and Mörlenbach districts. The cycle and footpath closes the gap in the existing Mörlenbach-Reisen cycle path and connects public transport at the "Reisen" train stop on the Weschnitztalbahn and also non-motorized traffic from Mumbach. The cycle and footpath connection is planned to be built parallel to the K 12 on the southern side of the slope. Due to the location in the area of the current roadside greenery, certain terrain adjustments are planned for the construction. The cycle and footpath to be built has a standard width of 2.50 m and a length of around 1.58 km. Due to different traffic and topographical conditions (e.g. sections with and without agricultural traffic), different widths occur along the route of the entrance to and exit from Ober-Mumbach and at Reisen (plans for this will be made available after the contract has been awarded or are attached). Expected execution times: - Start of execution: no later than 6 working days after the contract has been awarded. - Latest award of contract: February 21, 2025 - Completion of Lph 6: Up to 10 kW after award of contract - Completion of Lph 8: Up to 41 kW after award of contract - Completion of total output Up to 70 kW after award of contract Services to be provided: - Object planning of traffic system ? Service phase 6; Preparation of award ? Service phase 8; Construction management Special services for service phase 6 ? Determination of the quantities for the planned construction work based on on-site inventories. The traffic safety measures required for the on-site inventory must be provided independently. ? Coordination of the division of the excavated soil into homogeneous areas with Hessen Mobil Ba 3 (formerly the Hessian Office for Building Materials and Soil Management) and the responsible project engineer in the construction area Pb 15 in accordance with the specifications in Ars No. 03/2017 dated January 16, 2017 and the appendix "modification of the Ztv E-stb" ? Coordination of the measure with those involved in the planning, such as the nature conservation authority, water protection authority, supply and disposal companies, municipality ? Coordination of the measure with the traffic department, landscaping and the road maintenance department of the Ag. ? Determination of construction time (bar chart), including setting of contract deadlines in the special contract conditions ? Processing of cost allocations for the various cost bearers and handover to the Ag ? Preparation of the information for the road database and handover to the Ag ? Handover of the checked inventory documents ? Coordination and coordination with parallel and subsequent work, such as laying cables and road construction work? Conducting and recording weekly construction meetings with the client, the contractor and the other parties involved - Local construction monitoring incl. ? Cost control ? Checking of supplements - Safety and health coordination during planning and execution - Safety and health coordination during execution
Closing Date16 Jan 2025
Tender AmountRefer Documents 

PKP S A Tender

Electrical and Electronics...+1Electrical Works
Poland
Details: 1. Task No. 1: Ul. Zygmunta Marka 3/1, Nowy Sącz - Execution of Wiring for Electric Heaters - 1 set - Delivery and Installation of Electric Heaters - 5 pcs - Replacement of the Apartment Switchboard Together with Development for New Safety Features - 1 set - Replacement of the Main Cable From the Meter to the Apartment Switchboard – 1 set - Execution of External Earthing For the Apartment - 1 set - Performance of Electrical Measurements - Delivery of Certificates and Guarantees for Installed Devices. 2. Task No. 2: Ul. Zygmunta Marka 5/8, Nowy Sącz - Execution of Wiring for Electric Heaters - 1 set - Delivery and Installation of Electric Heaters - 4 pcs. - Replacement of the Residential Switchboard Together with Installation for New Protection - 1 set - Replacement of the Main Cable from the Meter to the Residential Switchboard – 1 set - Execution of External Earthing for the Apartment - 1 set - Execution of Electrical Measurements - Delivery of Certificates and Guarantees for Installed Devices.
Closing Date10 Jan 2025
Tender AmountNA 

Offizielle Bezeichnung Hessen Mobil Tender

Civil And Construction...+1Others
Germany
Description: Negotiated award with public participation competition (service) 2024-00293. Object planning for traffic systems, phases 6 and 8 with local construction monitoring, Sigeko. Object planning for traffic systems, phases 6 and 8 with local construction monitoring, Sigeko. The new construction section to be considered is located parallel to the K 12 from NK 6418 027 to NK 6418 213 from km 0.142 to ... Multi-object planning for traffic systems, phases 6 and 8 with local construction monitoring, Sigeko. The new construction section to be considered is located parallel to the K 12 from NK 6418 027 to NK 6418 213 from km 0.142 to 1.595 (total length approx. 1.595 km). It is located in the Birkenau and Mörlenbach districts. The cycle and footpath closes the gap in the existing Mörlenbach-Reisen cycle path and connects public transport at the "Reisen" train stop on the Weschnitztalbahn and also non-motorized traffic from Mumbach. The cycle and footpath connection is planned to be built parallel to the K 12 on the southern side of the slope. Due to the location in the area of the current roadside greenery, certain terrain adjustments are planned for the construction. The cycle and footpath to be built has a standard width of 2.50 m and a length of around 1.58 km. Due to different traffic and topographical conditions (e.g. sections with and without agricultural traffic), different widths occur along the route of the entrance to and exit from Ober-Mumbach and at Reisen (plans for this will be made available after the contract has been awarded or are attached). Expected execution times: - Start of execution: no later than 6 working days after the contract has been awarded. - Latest award of contract: January 22nd, 2025 - Completion of Lph 6: Up to 10 kW after award of contract - Completion of Lph 8: Up to 41 kW after award of contract - Completion of total output Up to 70 kW after award of contract Service to be provided: - Object planning of traffic system ? Service phase 6; Preparation of the award ? Service phase 8; Construction management Special services for service phase 6 ? Determination of the quantities for the planned construction work based on on-site inventories. The traffic safety required for the on-site inventory must be provided independently. ? Coordination of the division of the excavated soil into homogeneous areas with Hessen Mobil Ba 3 (formerly the Hessian Office for Building Materials and Soil Management) and the responsible project engineer in the construction area Pb 15 in accordance with the specifications in Ars No. 03/2017 dated January 16, 2017 and the appendix "modification of the Ztv E-stb" ? Coordination of the measure with those involved in the planning, such as the nature conservation authority, water protection authority, supply and disposal companies, municipality ? Coordination of the measure with the traffic department, landscaping and the road maintenance department of the Ag. ? Determination of construction time (bar chart), including setting of contract deadlines in the special contract conditions ? Processing of cost allocations for the various cost bearers and handover to the Ag ? Preparation of the information for the road database and handover to the Ag ? Handover of the checked inventory documents ? Coordination and coordination with parallel and subsequent work, such as laying cables and road construction work? Conducting and recording weekly construction meetings with the client, the contractor and the other parties involved - Local construction monitoring incl. ? Cost control ? Checking of supplements - Safety and health coordination during planning and execution - Safety and health coordination during execution
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Department Of Agrarian Reform - DAR Tender

Others
Philippines
Details: Description Stock No. Estimated Item No. Qty Unit Item Description Unit Cost Estimated Per Pax/day Cost Gender Responsive Coconut, Cacao And Vegetable Production Mix Using Solar Powered Irrigation System (spis) Under The Major Crop-based Block (mcbf) Farm Productivity Enhancement Of The Climate Resilient Farm Productivity Support Porgram (crfpsp) Of Dar In The Province Of Davao Occidental - 1 1 Unit Acquisition (transportation And Installation Of The Facility To The Site) Solar Powered Irrigation System 1,500,000.00 1,500,000.00 The Components Of The Proposed Solar Power Irrigation System Are Follows 1. Pump: Submersible Pump A. Discharge Capacity : At Least 7.5 Cu.m. Per Hour To Supply 5 Tanks (2cu.m. Per Tank) At The Following Conditions: A.1 Total Dynamic Head : 15m A.2 Pump Efficiency : At Least 40% Total Solar Capacity Pump To Operate A.3 Atleast 2hp (can Adopt Ac/dc{30-300v} Supply ) B. Motor Specifications : Built Into The Pump B.1 Built-in Frequency Converter B.2 Dc Or Ac Voltage Source B.3 Inverter And Control Unit Integrated In Motor Electronic Control Unit B.4 Built-in Maximum Power Point Tracking (mppt) B.5 Rated Voltage Ac 90-240v And Rated Voltage Dc 30-300v B.6 Enclosure Class : Ip 66 C. Motor Protection: C.1 Dry-running Protection C.2 Over And Under Voltage C.3 Overload C.4 Over-temperature C.5. Over Power Protection 2. Solar Power Modules A. 1,500 Wp Total Solar Power Modules (minimum) Or Its Equivalent B. Manufactured In Iso-9001 Certified Factories Or Equivalent C. Must Be Ce-marked Or Equivalent D. Must Have Tuv Certification (iec 61215) Or Equivalent E. Cell Type : Monocrystalline 3. Control Unit And Lever Controller A. With System Monitoring For: A.1 Water Reservoir Is Full (level Switch) A.2 Pump Is Running A.3 Input Power And Alarm Indication For: Service Needed In Case Of No Contact To Pump, Over-voltage, Over-temperature, Overload And Dry Running 4. Cabling And Accessories For Installation Of The Solar Pump System 5. Drilling Up To The Source Of Water Including 4 Inches Diameter Pipes, Fitting And Etc. With Standard Pipe To Be Used. 5. Additional Accessories A. 5 Units Food Grade Plastic Tank (2 Cu.m. Capacity /tank) B. Outlet Assembly : 4 Pcs. X 40mm Diameter Gate Valve C. 1 Roll (60m) 50mm Diameter Hdpe Pipe Sdr 11 (delivery Pipe From Pump To The Water Tank) D. 4 Roll (240m) 40mm Diameter Pe Pipe (distribution Pipe From Water Tank To Service Area) 6. Delivery And Installation Additional Documents: 1. Certification That Spare Parts And Services For The Goods Offered Are Available For The Next Two (2) Years Within The Region From The Date Of Delivery. 2. Certificate Of Warranty On All Parts Supplied, Covering Any Defects In Material Or Workmanship. If Any Part Is Found To Be Defective Within The Warranty Period, The Supplier Shall Replace Or Repair The Defective Part At No Additional Cost. Total Amount ( Vat Inclusive) 1,500,000.00 Purpose: Gender Responsive Coconut, Cacao And Vegetable Production Mix Using Solar Powered Irrigation System (spis) In Latifamco, Malita, Davao Occidental
Closing Date27 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.5 K)
9741-9750 of 9907 archived Tenders