Cable Tenders

Cable Tenders

Rheingau Taunus Kreis Tender

Others
Germany
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Gala-bau Landscaping; 150 m of construction fence; 400 m³ of soil removal; 2,000 m² of subgrade; 2,000 m² of turf peeling; 170 m³ of gravel base layer; 110 m² of large stone paving; 730 m² of water-bound surface; 105 m² of EPDM fall protection; 1 cable car; 1 calisthenics facility; 1 bouldering wall; 400 m² of perennial planting; 3 deciduous trees; 1,500 m² of lawn seeding

Adela Serra Ty Memorial Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 880 K (USD 15 K)
Details: Description 1 Dermatoscope Machine 2 Unit 150,000.00 300, 000.00 Purpose: Used For Examining Skin Lesions And Structures In Detail, Aiding In The Early Detection Of Skin Camcers (like Melanoma) And Other Dermatological Conditions. It Provides High-quality Imaging With Polarized And Non-polarized Light, Enhancing Visualization Of Vascular Patterns, Pigmentation And Subsurface Features. It’s Valuable For Both Contact And Non-contact Dermoscopy, Making It A Vital Tool For Dermatologists And Skincare Professionals. Features And Benefits 10x Magnication With 30mm Viewing Area. Polirized And Non-polirized Modes With High-powered Leds. Long-lasting Battery Life Includes A Leather Pouch, Silicone Sleeve, And Usb Cable Camera Compatibility Having The Ability To Take A Photo Of A Special Case (prior To Excision), With A Camera, Smartphone Or Ipad, Is Powerful. Carbon Cannot Be Attached To Those Devices. Lens Size Three Lens Sizes: 15, 25 Or 30 Mm. Larger Lenses Provide A Greater Field Of View And Distance From The Patient. Technical Specification Polarization Yes Infection Control Yes Spectrum Control Yes Optics Yes Battery Rechargeable Camera-compatible Yes Phone & Ipad-compatible Yes 10 Mm Markings Yes Ø30 Mm 10x Yes Magnification Ø30 Mm 10x Accessories Usb Cable Leather Pouch Silicone Sleeve Eyepiece Icecap Samples Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 3 Years Warranty Should Be Provided By The Supplier Parts = At Least 5 Years Maintenance And Service = At Least 2 Years Spare Parts Availability Post-warranty 10 Years Software / Hardware Upgrade Availability Routine Software Updates Should Be Provided Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) 2 Auto-clave (steam Sterilizer) 1 Unit 70,000.00 70,000.00 Purpose : Usteam Sterilizers — Also Known As Autoclaves — Are An Essential Piece Of Equipment In Any Laboratory, Research, Or Healthcare Setting, Ensuring Sterility For Important Equipment And Instruments. Autoclaves Are Available In A Wide Array Of Designs, Each Tailored For Specific Applications, Ranging From Small-scale Laboratory Sterilization To Large-volume Industrial Processes. Features And Benefits Automatic Sterilization Controlled By Computer. Temperature Is Max Up To 134 ºc, Suitable For 4-6 Minutes Rapidly Sterilizing. Safety Protection For Water Lacking. Over-temperature, Over-pressure Automatic Protection. Automatically Cuts Off The Power And Then Alarm After Sterilized. Fully Stainless Steel Structure Technical Specification Chamber Volume 24l(φ270×410) Mm / 6.3gallon Working Pressure 0.22mpa Working Temperature 134ºc (273ºf) Temperature Adjust Range 105-134ºc (221-273ºf) Timer Range 0~60min Heat Average ≤±1ºc Power 1.5kw / Ac110v.60hz Sterilizing Plate 340*200*30mm / 13.4*7.9*1.2'', 3 Pieces Overall Dimension 560*350*500mm / 22.0*13.8*19.7'' Packing Dimension 620*410*570mm / 24.4*16.1*22.4'' G.w 20kg / 44lb N.w 18kg / 39lb Accessories 1 Unit 2kva Avr Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 3 Years Warranty Should Be Provided By The Supplier Parts = At Least 5 Years Maintenance And Service = At Least 2 Years Spare Parts Availability Post-warranty 10 Years Software / Hardware Upgrade Availability Routine Software Updates Should Be Provided Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 3 Cryogenic Handheld Cryosurgery Device (liquid Nitrogen Sprayer System) For Destruction Of Benign Skin Lesions 1 Set 110,000.00 110,000.00 Purpose: Used To Treat Benign Skin Lesions Such As Warts, Skin Tags, And Certain Keratoses. It Applies Extreme Cold To Targeted Areas, Causing Controlled Destruction Of Abnormal Tissue. Features And Benefits The Minimally Invasive Procedure That Uses An Extremely Cold Liquid Or Instrument To Freeze And Destroy Abnormal Tissue That Requires Elimination. It Requires About 1/3 Time Required By Co2 Snow Or N20 To Achieve The Appropriate Degree Of Freezing Because Of The Relative Temperatures(-196°c Compared With -79°c) It Can Be Applied Directly By Spraying The Gun. No Form Of Anaesthesia Is Required For Freezing`; It Can Be Carried Out Single-handed And With No Scarring Results. It Starts Freezing Instantly Because Liquid Nitrogen Is Released Directly On The Internal Metal Probe Wall Which Contacts The Lesion. Portable And Can Be Used In Any Consulting Room. Complete Haemostasis And High Patient Acceptance. A Good Number Of Lesions Can Be Treated At A Time. Carcinoma And Skin Tumours Can Be Treated. Easy To Operate And No Sterilization Is Required To The Tool Or Tips. Technical Specification Durable Stainless Steel And Brass. Capacity: 16 Oz Fingertips Trigger Control, Safely Autovent For Gradual Pressure Release, And A Streamlined Relief Valve For Consistent Freezing. Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 4 Portable Electrosurgical Unit With Trolley 1 Unit 200,000.00 200,000.00 Purpose: A Multi-function Electrosurgical Generator With Both Monopolar And Bipolar Modes, Self-diagnostics, And Recall Of Stored Power Settings High Output Terminal For Heavy Desiccation And Fulguration Procedures Requiring High Intensity. Low Output Terminal For Light Desiccation And Fulguration Procedures Requiring Low Intensity And Increased Precision. Features And Benefits High Output Terminal For Heavy Desiccation And Fulguration Procedures Requiring High Intensity. Low Output Terminal For Light Desiccation And Fulguration Procedures Requiring Low Intensity And Increased Precision. Dual Microprocessors: One Microprocessor Controls The Output And Functionality Of The System While The Second Monitors The System And Terminates Activation If A Safety Hazard Is Detected. This Results In Regulated Delivery Of Current While Simultaneously Ensuring Safe Operation. Technical Specification Depth: 4 Inches (102mm) Width: 8.75 Inches (222mm) Height: 7.5 Inches (190mm) Weight: 6 Pounds (2.7kg) Output Power: Low 0-20 Watts (1/10 Watt Increments Up To 10 Watts) High: 0-35 Watts Bipolar: 0-35 Watts Bipolar Forceps Bipolar Forceps Are Designed To Grasp, Manipulate, And Coagulate Selected Tissue. The Electric Current Alternates Between The Two Tips, Reducing The Length Of The Current’s Path And Producing A Precise, Controlled Therapeutic Effect. Foot Control Pencil Autoclavable Pencils Autoclavable, Reusable Hand Control Pencil Reusable 7-900-5 Steam Autoclavable Hand Control Pencil With Power Adjustment Buttons Directly On The Pencil. Hand Control Pencil Autoclavable, Reusable Foot Control Pencil Consumables Pencil Sheaths – Non-sterile 100/box Pencil Sheaths – Sterile 25/box Accessories Sharp Tip Pencil Sheath Fine Needle Electrode Ball Electrode Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 5 Medical Surgical Smoke Evacuator Evacuation System For Laser And Electrocautery 1 Unit 200,000.00 200,000.00 Purpose: A Medical Surgical Smoke Evacuator Is A Device That Captures And Filters Smoke Generated During Laser And Electrocautery Procedures. These Devices Are Designed To Protect Patients And Surgical Staff From The Harmful Particles And Toxins In The Smoke: Features And Benefits Automated Alert System When Ulpa Filter Is Not Capturing Plume At 100% And Needs To Be Changed. Wide Range Of Accessories To Configure Based On Procedural Needs And Personal Preferences Can Be Placed On A Mobile Cart Or Accessory Shelf On A Surgical Boom. Laser Sensor Utilizes A Convenient Foot Pedal To Activate The Smoke Evacuator. Rf Sensor Is The First Automatic Sensor System For Surgical Smoke Detection And Evacuation. The Rf Sensor Is Capable Of Detecting Any Cutting Device And Simultaneously Activating The Smoke Evacuator. Technical Specification Power Requirements: 100-240 Vac, Single Phase, And 4.0 A, 47-63 Hz Flow Rate: Open Range: At Least 90 Lpm Lap Range: At Least 18 Lpm Display Indicators: Visual, Visual & Audio, Led Meter, Led Display Lcd Display: With Lcd Display Working Noise: 55db Rotating Speed: 2750/min Output Volume: 3.5-4.2cbm3/hr Power Supply: 220/110v,50/60hz Working Mode: Operate Continuously Consumables Smoke Evacuator Filters Hydrophobic Ulpa Filter W/ Fluid Trap Large Charcoal Filter Accessories Esu Pencils With Integrated Smoke Evacuation Smoke Evacuator Tubing Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Total Amount 880,000.00

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation.  information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government.  no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. 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.  navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Analog Thermocouple Measurement Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Analog Thermocouple Measurement Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements analog Thermocouple Measurement Performance Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Paras Patel, Paras.d.patel.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Analog Thermocouple Measurement Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Analog Thermocouple Measurement Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.  far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance.  Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).   interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024 By 4pm Est.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation.  information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government.  no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. 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.  navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Analog Discrete Input Measurement Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Analog Discrete Input Measurement Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements analog Discrete Input Measurement Performance Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Draft Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Paras Patel, Paras.d.patel.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Analog Discrete Input Measurement Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.  far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance.  Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).   interested Sources Should Provide Responses To This Rfi And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th By 4pm Est.

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation.  information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government.  no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. 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.  navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Analog Vibration Measurement Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Analog Vibration Measurement Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements analog Vibration Measurement Performance Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Justin Panecki, Justin.p.panecki2.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Analog Vibration Measurement Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.  far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance.  Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).   interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024 By 4pm Est.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation.  information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government.  no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. 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.  navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Energy Storage Management Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Energy Storage Management Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements energy Storage Management Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Terrence Shearer, Terrence.d.shearer.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Energy Storage Management Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Energy Storage Management Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.  far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance.  Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).   interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024 By 4pm Est.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation.  information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government.  no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. 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.  navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Analog Resistance Measurement Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Analog Resistance Measurement Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements analog Resistance Measurement Performance Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Paras Patel, Paras.d.patel.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Analog Resistance Measurement Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.  far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance.  Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).   interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th By 4pm Est.

Cebu Technological University Tender

Machinery and Tools
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 909.1 K (USD 15.6 K)
Details: Description 1. Angle Grinder With Accessories (branded) Specifications: Rated Input Power: 710w Disc Diameter: 100mm Brush Diameter: 100mm 2 Pieces 2. Portable Inverter Arc Welding Machine (branded) Specifications: Power Supply Voltage: 220 – 240v Rated Input Capacity: 28kva Ampere Range: 20 – 450amps 2 Pieces 3. Flip – Up Automatic Welding Helmet Specifications: Changeable Battery Automatic Darkening Welding Filter Variable Shades: 5 – 8 And 9 – 13 2 Pieces 4. Leather Welding Apron 2 Pieces 5. Leather Welding Gloves 2 Pairs 6. Grinding Helmet Specifications: Atleast 200mm High Grinding Visor 4 Pieces 1. Marine Type Plywood (local) 4ft X 8ft X 5mm Type: Type 1 (marine Plywood) 25 Pieces 2. Marine Type Plywood (local) 4ft X 8ft X 10mm Type: Type 1 (marine Plywood) 25 Pieces 3. Marine Type Plywood (local) 4ft X 8ft X 18 Mm Type: Type 1 (marine Plywood) 25 Pieces 1. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 5mm Type: Type 1 (marine Plywood) Approximately 8 – 9kgs Per Piece 10 Pieces 2. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 10mm Type: Type 1 (marine Plywood) Approximately 19– 20kgs Per Piece 10 Pieces 3. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 18mm Type: Type 1 (marine Plywood) Approximately 30 – 33kgs Per Piece 10 Pieces 1. Plasma Cutter Specifications: Current Input: 1ph 10 – 40a Torch Tpt40 (4 Meters) W/ Earth Clamp, 2 Meters Cable, 10mmˆ2 Inclusion For Tpt40 Plasma Torch: Alteast 4 Pieces Of Nozzles, 10 Pieces Of Tips, 2 Pieces Of Diffusers, 10 Pieces Of Electrodes 1 Unit 2. Mig/mag Welding Machine Specifications: 250a 240v 1hp Torch 250a (3 Meters) Earth Clamp (2.5 Meters) 190cr Co2 Flow Gauge Regulator Cga – 320 Inclusion Welding Mask And Gloves Feedroll Φ 0.8/1.0 Feedroll Φ 0.8/1.2 Contact Tip M6 1.0mm X 28mm (atleast 1 Piece) Carbon Teflon Liner I.d 1.5mm 3.5m – Black W/ 0.8 – 1.0mm (atleast 1piece) Carbon Teflon Liner I.d 1.5mm 3.5m – Black W/ 1.0 – 1.2mm (atleast 1piece) 1 Unit 1. 200 Liters Plastic Chemical / Water / Oil Barrel Specifications: Hdpe Plastic Vertical Water Drum Bucket Type: Double Ring Closed Top Color: Blue 18 Pieces 2. ½” Galvanized Iron Pipe (s-20) Diameter: ½”, 6m Length 45 Pieces 3. ¾” Galvanized Iron Pipe (s-20) Diameter: ¾”, 6m Length 28 Pieces 4. 1” Galvanized Iron Pipe (s-20) Diameter:1”, 6m Length 40 Pieces 5. 1 ¼” Galvanized Iron Pipe (s-20) Diameter: 1 ¼”, 6m Length 10 Pieces 6. 1 ¼” Galvanized Iron Pipe (s-40) Diameter: 1 ¼”, 6m Length 10 Pieces 7. 2” Galvanized Iron Pipe (s-40) Diameter: 2”, 6m Length 10 Pieces 8. 2 ½” Galvanized Iron Pipe (s-40) Diameter: 2 ½”, 6m Length 10 Pieces 9. 3” Galvanized Iron Pipe (s-40) Diameter: 3”, 6m Length 10 Pieces 10. 4” Galvanized Iron Pipe (s-40) Diameter: 4”, 6m Length 10 Pieces 11. 1” Mild Steel Flat Bar Thickness: 2mm; 6m Length 15 Pieces 12. 2” Mild Steel Flat Bar Thickness: 5mm; 6m Length 25 Pieces 13. 3” Mild Steel Flat Bar Thickness: 5mm; 6m Length 10 Pieces 14. Mild Steel Checkered Plate Dimensions: 4ft X 8ft; Thickness: 10m 5 Pieces 15. Mild Steel Plate Dimensions: 4ft X 8ft; Thickness: 10mm 2 Pieces 16. Grade 4 Deformed Steel Bar Diameter: 12mm; 6m Length 10 Pieces 1. Welding Protection Apron Material: Cowhide – Leather Type: Long Sleeve Apron Durable; Heat And Flame Resistant One Size Fits All 5 Pieces 2. Pvc Apron Material: Pvc Apron Pc – 2151 Color: Gray Chemical Resistant Suits 10 Pieces 3. Good Quality Leather Welding Gloves Ai – 140 Welding Gloves With Linings Size: 13 Inches Color: Orange 5 Pairs 4. Working Cover – All Suits (ppe) Color: Gray Durable, Waterproof Sizes: 3 Pieces Small (s) 3 Pieces Medium 2 Pieces Large 2 Pieces Extra Large 25 Pieces 5. White Cloth Sleeve Washable Clothe Sleeve Arm Protection 20 Pairs 6. White Safety Helmet (hard Hat) Material: Abs Inclusive Of Chin Strap Color: White 25 Pieces 7. Safety Life Vest Working Type Life Vest With Whistle And Reflector 15 Pieces 8. Welding Protection Mask Moisture Proof Welding Mask Polupropylene Shell 5 Pieces 9. Marine Life Buoy/ring About 2.5kg Life Ring Solas Approved Life Ring Outside Diameter: 725mm Inner Diameter: 445mm Buoyancy: ≥14.5kg Buoyancy Material: Urethane Foam Shell: High Density Polyethylene With Reflector 5 Pieces 10. Industrial Safety Boots Color: Black Ce Approved En20345 – S1p Steel Toe Cap Steel Midsole Anti – Static And Anti – Vibration And Oil Resistant And Slip Resistant Split Leather Upper Size: 2 Pairs For 7 Uk Size 2 Pairs For 8uk Size 2 Pairs For 9uk Size 2 Pairs For 10uk Size 2 Pairs For 12uk Size 10 Pairs 11. Led Flashlight With 4 Sets Of Extra Batteries 2 Cell Battery Explosion Roof Color: Orange And Black 2 Pieces 12. Branded High Quality Steel Tape Measure Length: 3 Meters 2 Pieces 13. Branded High Quality Steel Tape Measure 2 Pieces 14. Branded High Quality Steel Tape Measure Length: 8 Meters 2 Pieces

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available. the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements. this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation.  information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government.  no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. 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.  navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Analog Synchro Measurement Instruments That Meet Or Exceed The Requirements Below. the Rack Mounted Analog Synchro Measurement Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown: instrumentation Performance Requirements analog Synchro Measurement Performance Requirements ** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Paras Patel, Paras.d.patel.civ@us.navy.mil. acquisition Instrumentation Environmental Requirements the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800. the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800. the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration. the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent. cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable. navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above: vendor Capability. vendor Capacity. documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product. any Information On Past Performance Of Similar Efforts. a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments. the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements. navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument: how Long Will The Product Be Supported For Procurement And Repair? does The Product Require Calibration? if So, Does The Product Require Additional Equipment/tools To Calibrate? all Interested Parties Should Have The Following: a Quality Assurance Program Compliant With Iso9001 Or Equivalent. test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Analog Synchro Measurement Instruments. acquisition Instrumentation Software Requirements instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following: vxi Plug & Play standard Commands For Programmable Instrumentation (scpi) virtual Instrument Software Architecture (visa) interchangeable Virtual Instrument (ivi) all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools. in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response. to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.  far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance.  Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).   interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements. responses Must Be Received No Later Than December 16th 2024 By 4pm Est.

Department Of Education Division Of Lanao Del Norte Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 2 Million (USD 35.6 K)
Details: Description Procurement For The Supply And Delivery Of Information And Technology Equipment, Furniture And Creative Technologies For The Implementation Of Smart Education For Lanao Del Norte : 21st Century Learning Environment Model (lots 1, 2 & 3) Total Abc For Lots 1,2 & 3 Php2,085,300.00 Delivery Area: Lnnchs, Baroy, Lanao Del Norte Contract Days: 60 Calendar Days Cost Of Biddings Documents Php5,000.00 Lots 1, 2 And 3 Lot 1 Lot No. Unit Item Description (lot 1) Qty Unit Cost Total Cost 1 Unit Interactive White Board With Wireless Projector. •4,000 Lumens Of Color/white Brightness Wxga Display; •finger Touch And Pen Interactivity Built-in Wireless Screen Mirroring •display Area •display 65 Inches D-led Backlight •resolution 3840x 2160 (4k Resolution) •ntsc 99% Srgb •operating System Android 11.0 &windows• •ram And Storage 4gb Ddr,32 Gb Emmc •touch System Infrared Touch With Passive Infrared Pen And 20point Touch •power Requirements 100-240 V Over All Power 350w •11 Ports •accessories (power Cord, Write Pen,wall Mounted,floor Stand,wireless Projector 1 430,000.000 430,000.00 Unit Laptop, Win & Msofc At Least I7, *13th Gen Processor Up To 14th Gen Intel® Core™ Ultra 9 Or Better; *16gb Ddr4 Or Better; Up To 34 Ddr *13-16 Inch Display Touch Screen; 15 Inch *512gb Ssd Or Better; *intel Uhd Or Amd Radeon Or Nvidia Geforce Or Better; Hd Function *wi-fi 5(802.11ac)+bt5.0 (dual Band) 2*2 – Gigabit Wifi Or Better; 5m *at Least 3xusb Ports; *at Least 1xhdmi; *at Least 1xmicrophone / Headphone Combo Jack Or Better; *720p Hd Camera Or Better; 2m Cam Build In *integrated Speaker And Microphone; *3-cell Li-ion Or Better; maximum Of 2.5kg; *wireless Mouse; *up To Windows 11 Pro; *laptop Bag *ms Office; Warranty 1 Year 17 64,000.000 1,088,000.00 Unit Visualizer/document Camera •visualizer Document Camera Pixels: 13mp (4208 X 3120 Pixels) •camera Sensor: 1/3.2 Inch Cmos Sensor •resolution: Up To 4k Zoom: 10x Optical, 23x Digital Zoom •weight: Approx 2.8kg Frame Rate: Up To 60 Frames Per Second (fps) 1 Year Warranty 1 40,000.000 40,000.00 Unit Wireless Printers •print, Scan, Copy, Fax With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct •2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Heat-free Technology 1 24,000.000 24,000.00 Unit Ip Surveillance Camera Dh-hac-ew2501n 360° 5mp Hdcvi Ir-fisheye Camera Panoramic Fisheye Lens Analog Fisheye Camera 2 5,000.000 10,000.00 Unit Mini Drones With Camera •drone With Camera Mini Drone With 8k Camera Original 8k Hd Drone Camera; Drone •remote Control •*battery •spare Maple Leaf *2 Usb Cable *1 10 1,630.000 16,300.00 Unit Virtual Reality (vr) Boxes For Smartphone •3d Vr With Headset For 4.7-6.53 Inch Smartphones; Vr Glasses Virtual Reality Full Screen Visual Wide-angle Vr Glasses 20 1,000.000 20,000.00 Unit Headsets/headphones Headphone T-450 Extra Bass Headset Stereo Headphones With Mic 18 500.000 9,000.00 Pcs Rubics Cubes 2x2 2x3 3x3 4x4 5x5 Speed Cube Megaminx Pyramid Skew Mirror Ivy Sticker Cube Puzzles Toy 20 250.000 5,000.00 Total Abc Php 1,642,300.00 Lot 2 Lot No. Unit Item Description (lot 1) Qty Unit Cost Total Cost 2 Unit Fabricated Mobile Laptop Caddy Can Carry 27 To 30 Laptops And/or Tabletscharging Station With Built-in Power Sockets, Exhaust Fans And Circuit Breaker,with Riser - Formica Finishlaminated Top With Riser,with Side Handles With Front Door And Lockroller Casters Duco Paint Finishdimension: D20"xw35"xh50" Including Riser Color: Blue And White; May Change Color Preference According To Classroom Color Scheme 1 50,000.00 50,000.00 Pcs Fabricated Mobile Maker Space Dimension Four Foldable Trays In Four Sides As Table Top With 2 Layers Below For Storage Of Tinkering Tools And Other Materials With Front Door And Lock ,roller Casters,duco Paint Finish Dxwxh=24”x26”x55” Foldable Tray – Lxw=26”x22” Color: Blue And White; May Change Color Preference According To Classroom Color Scheme 1 32,000.00 32,000.00 Unit Fabricated Teacher's Lectern •with 2-3 Layers To Store Laptop, Av Equipment And Other Teaching Tools And Materials; •with Riser - Formica Finish With Front Door And Lock Roller Casters Duco Paint Finish With Lock And Front Handle Dxwxh=20”x22”x33.5” Color: Blue And White; May Change Color Preference According To Classroom Color Scheme 1 28,000.00 28,000.00 Total Abc Php110,000.00 Lot 3 Lot No. Unit Item Description (lot 1) Qty Unit Cost Total Cost 3 Pcs Robot Kit A Programming Kit •the Robot Kit A Programming Kit That Provides You With All The Hardware,software, And Parts That You Need To Start Making Your Own Robots .a Unique Kind Of Block That Connects Horizontally, Vertically, And Even Diagonally 3 35,000.00 105,000.00 Pcs 6-in-1 Evolution Robot Kit Parts: Elf Mainboard And Casing, Microchip Module, Bluetooth Module, Light Sensor, Ir Receiver, Sound Sensor, Double Way Line Following, Rgb Ultrasonic Sensor, Ir Remote Control, Dc Motor 25, Dc Motor Wire, Beams, Chassis, 18650 Lithium Battery, Set Of Nuts And Screws 8 16,000.00 128,000.00 Unit Digital Microscope Acromatic Objectives 4x,10x,40x And 100x For High-quality Imagin Stage Size 125x135mm. Built In Camera With Rca,s-video And Usb With Resolutions 5mp 10 10,000.00 100,000.00 Total Abc Php333,000.00 For More Details Please Download The Associated Documents (bid Docs) Or You May Email Us At Baclanaodelnorte20162gmail.com Sgd. Jayvy C. Vegafria Asds / Bac Chairperson
9791-9800 of 9923 archived Tenders