Camera Tenders
Camera Tenders
Municipality Of Talavera, Nueva Ecija Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.6 K)
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipality Of Talavera Invitation To Apply For Eligibility And To Bid Goods 2025 - 11 The Municipal Government Unit Of Talavera, Through Its Bids And Awards Committee (bac), Invites Contractors For Suppliers For Public Bidding Of Goods To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Projects Location Brief Description Approved Budget For The Contract (abc) Contract Duration Price Of Bid Documents Purchase Of Ict Equipment, Office Equipment, Furniture & Fixtures Municipality Of Talavera Desktop Computer/ Laptop / Printers/digital Camera/aircon/office Table/chairs, Etc… 1,738,700.00 90 Days 5,000.00 Prospective Bidders Should Passes A Valid License Applicable To The Contract, Have Completed A Similar Contract Both Design And Construction, With A Value At Least 50% Of The Abc, And Have Key Personnel (for Construction & Design Profession) And Equipment, (listed In The Bidding Documents) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bid Evaluation Procedure To Be Adopted Shall Be In Accordance With The Gprb Resolution No. 22-2007 Dated September 8, 2007. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To 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 Provision Of R.a 9184 And Its Implementing Rules And Regulations (irr) And Gprb Resolution No. 22-2007 Dated September 8, 2007. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents January 9 - 31, 2025 Deadline For Submission Of Bid And Opening Of Bids January 31, 2025 (10:00 A.m.) ` Bid Opening Shall Be Conducted At The Municipal Engineering Office, Municipal Compound, Pag-asa, Talavera Nueva Ecija. Pursuant To The Iatf Guidelines And Strict Implementation Of The Minimum Health Standard And Safety Protocol. The Bac Will Issue To Prospective Bidders Eligibility Forms At Bac Office, Engineering Office, Municipal Building, Talavera, Nueva Ecija Upon Their Submission Of A Loi. Prospective Bidders Shall Submit The Eligibility Requirements To The Bac At The Said Address. They May Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. The Bac Will Issue Bidding Documents Only To The Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount Of Bidding Documents Stated In The Implementing Rules And Regulation Of R.a. 9184 To The Municipal Treasurer’s Office Of Talavera. The Award Shall Be Made After Bid Evaluation & Post Qualification Of The Lowest Calculated Bids. The Lgu - Talavera Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Contact Person: Marvin Dc. Marcial Approved By: Bac Secretariat (sgd) Alfredo S. Atraje Bac Chairman Noted: (sgd) Hon. Nerito S. Santos Jr. Municipal Mayor
Las Pi as General Hospital And Satellite Trauma Center Tender
Healthcare and Medicine
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 560 K (USD 9.5 K)
Details: Description Dental X-ray Machine With Intra-oral Sensor, Digital Digital Dental X-ray Machine - Wall Mount - Mobile Arm X-ray Machine - Power Supply: 220v, Ac - Digital Screen - Wired Control And Wireless Remote Control - Tube Head Current: 7ma - Focal Spot: 0.4mm - Rated Voltage: 110v / 230v - Radiation Leakage: 1meter <.14mgy/h - Beam Of Light Restrict: Length 20cm, Diameter 6cm - Exposure Time .01 – 3 Seconds - Tube Voltage: 70kv 10% - Frequency: 50-60 Hz - Maximum Power: 1100va - Tube: Canon – D 0712, 70 Kv 8 Ma - Total Filtration: 2.5 Mmal - The Microprocessor-controlled Timer Brings High Tech X-ray Imaging - The Control Panel Allows An Accurate And Fast Exposure Time Selection While Protecting The Head During X-ray Examinations - Fitted With 70kv 8ma Tube With Preheating Grid - Dual Control: Hand Controlled Or Panel Controlled - Soft Positioner Arm Ensures Easy Installed At The Desired Height And Length - Five (5) Years Parts And Service Warranty Intra-oral Sensor - Chip Type: Aps Cmos - Dimension: 39 X 28.5 X 6mm - Digitization: 12/14/16 Bit - Image Time: 3 – 4s - Resolution: 27lp/mm - Pixel Size: 18.5um - Active Pixel Array: 1600 X 1200mm - Signal Output: Usb - Produce A 2d Image - Compatible With Digital X-ray Camera And Laptop With Printer (latest Version) - User Friendly - 6 Meters Length (sensor Cable + Control Box Cable To Pc) Exposure Mode: Smart Aed - Sensor Thickness: 4.95mm - Five (5) Years Parts / Service Warranty Requirements For Installation Of Digital Dental X-ray Machine 1. Adequate Shielding For The X-ray Room (doors, Walls, Etc.) A) Homogenous Concrete With A Density Of 2.35g/cm3 B) Lead Sheet Glued Onto And Sandwich Between Wooden Panels Without Any Punctures During Installation 2. Fixed / Movable Protective Barriers With Means Of Viewing Patient (glass / Acrylic With 1.5mm Lead Equivalence) 3. Red Warning Light Bulb 4. With Adequate Ventilation 5. With Appropriate Warning Notice Outside X-ray Examination Room Door. It Shall Be Made Up Of A Solid Yellow Equilateral Triangle 180mm Long On Each Side. At The Center Of The Triangle Is A Black Tre-foil Sign For Radiation. Under The Triangle Are The Words “x-ray Room: Do Not Enter When Red Light Is On”. The Warning Notice Shall Be On A180mm X 270mm White Background 6. Certificate Of Training Of X-ray Unit With Biomed Staff, Physicist And Dental Staff, After Installation
MUNICIPALITY OF MAITUM Tender
Civil And Construction...+4Electronics Equipment, Civil Works Others, Construction Material, Electrical and Electronics
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 841.3 K (USD 14.3 K)
Details: Description Section I. Invitation To Bid Republic Of The Philippines Province Of Sarangani Municipality Of Maitum Invitation To Bid For Construction, Electrical And Water System Materials For 18th Bangsi Festival 1. The Local Government Of Maitum, Throughgeneral Fundintends To Apply The Sum Of Php 841,350.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Camera For Office Use-cdio. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Of Maitum Now Invites Bids For Construction, Electrical And Water System Materials For 18th Bangsi Festival. Completion Of The Works Is Required 30 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Local Government Of Maitum And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 4:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22-28, 2025, From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). An Interested Bidder Should Provide A Special Power Of Attorney (spa) Upon Purchasing Of Bidding Documents. 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 Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before January 29, 2025 At 09:00 Am At The Bac Office, Municipal Hall, Maitum, Sarangani Province. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bids Will Be Opened On January 29, 2025 At 10:00 Am In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipality Of Maitum Reserves The Right To Reject Any Bid 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. 10. For Further Information, Please Refer To: Ryan C. Bravo Masso Bac Chairman, Bids And Awards Committee Municipality Of Maitum, 9515 Sarangani Province
DEPT OF THE ARMY USA Tender
Automobiles and Auto Parts
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Description: Market Research And Sources Sought Notice For Information On Capability And Availability Of Potential Contractors Interested In Proposing On A Firm Fixed Price Contract To Provide 2 Dump Trucks For The Tennessee Tombigbee Waterway In Columbus, Ms. The Minimum Technical Specifications Of The 2 Dump Trucks Are: general Specifications color: White gvwr (gross Vehicle Weight Rating): Between33,000 Lbs (14,969 Kg)and66,000 Lbs (29,937 Kg) Load Capacity. Class 8 Preferred. payload Capacity: Minimum 10 Tons 2. Engine Specifications engine Type: Diesel horsepower: 400 Hp To 500 Hp transmission: Automatic 3. Axles And Suspension axle Configuration: 6x4(6 Wheels, 4 Driven) suspension: Air Suspension brakes: Air Brakes With Anti-lock Braking Systems (abs) For Enhanced Safety 4. Tires tire Size: 22.5-inchtires For Both Front And Rear Axles. dual Tires On The Rear Axles 5. Dump Bed Capacity capacity: 12 To 16 Cubic Yardcapacity material: Steel 6. Fuel Tank And Efficiency fuel Tank Capacity: Minimum 100 Gallons 7. Driver Comfort & Features cab: Day Cab With Air Suspension 8. Safety Features abs (anti-lock Braking System) electronic Stability Control (esc) rearview Cameras And Proximity Sensors tire Pressure Monitoring System (tpms) this Is A Market Research And Sources Sought Notice Only. No Award Will Result From This Sources Sought Notice. There Is No Solicitation Available At This Time; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized In Accordance With The Federal Acquisition Regulation And Its Supplements. It Is The Contractor's Responsibility To Monitor The Government Point Of Entry For The Release Of Any Solicitation. this Sources Sought Notice Is Not To Be Construed As A Commitment By The U.s. Army Corps Of Engineers (usace), Mobile District To Issue A Solicitation Or Ultimately Award A Contract. neither Unsolicited Proposals Nor Other Kinds Of Offers Will Be Considered In Response To This Sources Sought Notice. This Source Sought Notice Does Not Create An Obligation On Behalf Of The Government To Make An Award Of Any Contract Pursuant To This Announcement. the Purpose Of This Sources Sought Notice Is To Determine The Availability Of Qualified Contractors To Perform These Services And To Determine Socioeconomic Classifications (large Business, Small Business, Hubzone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Etc.) Associated With Each. The Primary North American Industrial Classification System (naics) Code Applicable To This Requirement Is 333120, The Size Standard For Which Is A Concern, Including Its Affiliates Whose Average Number Of Employees Does Not Exceed 1250 For The Past Three (3) Years. responses To This Sources Sought Notice Will Be Used By The Government In Making Appropriate Acquisition Decisions. response Instructions responses Are Requested With The Following Information: 1. Contractor’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses. 2. Business Size/classification (to Include Any Designations Such As Large Business, Small Business, Hubzone, Section 8(a) Contractor, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Etc.) Shall Be Indicated On First Page Of Submission. 3. Contractor Shall Provide Uei/cage Code. 4. Contractor Shall Identify The Percentage Of Services Provided In The Commercial Marketplace And The Percentage Of Services Provided To Government Agencies. 5. Documentation Should Be Submitted With The Following Considerations: average Lead Time To Deliver Equipment To Columbus Mississippi. the Above Requested Information Shall Not Exceed A Total Of Five (5) Pages In 8.5" X 11" Format (times New Roman, 12 Point, Single-spaced, 1” Margins). Please Do Not Provide Standard Marketing Brochures Or Catalogs. Responses Will Be Evaluated On The Basis Of Demonstrated Functional Capability. responses Are Due No Later Than 5 February 2025 2:00 P.m. Cdt. Responses Received After This Date And Time May Not Be Reviewed. responses Shall Be Submitted Via Email To Ms. Constance Hughes, Contract Speialist Constance.hughes@usace.army.mil And Mr. Ben Neely Benjamin.m.neely@usace.army.mil . In The Subject Line Of Your Email State: Response To 2 Dump Trucks. No Responses Will Be Accepted By Mail Or Fax. Submittals Will Not Be Returned. Telephonic Responses Will Not Be Honored.
National Irrigation Administration Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Details: Description The National Irrigation Administration-regional Office 12, Gensan Drive, City Of Koronadal, South Cotabato, Through The Fund 501 Has The Approved Budget For The Contract (abc) Amounting To Two Hundred Fifty Thousand Pesos Only (p 250,000.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected Interested Dealers May Obtain Further Information From The Nia-regional Office 12, Gensan Drive, City Of Koronadal, South Cotabato And Get Canvass Form At The Same Address To Start On January 15, 2025 At 10:00am – 12noon; 1:00pm-5:00pm. Mode Of Payment Is By Lot. The Nia-regional Office 12 Now Invites Bids Of The Following, To Wit: 1. 1 Unit "supply, Delivery, And Training On Operations Of Obd Scanner Specifications: Diesel & Gasoline 2 In1 Scan Tool 12v&24v Type: Diagnostic Scanner Operating System: Android 9.0 Cpu: Quad-core 1.4 Ghz Processor Battery: 7000mah Rechargeable Polymer Lithium Battery Memory: 3gb Storage Capacity: 16gb (up To 128gb) Lcd: 10.1 Inch (hd Ips) Lcd Resolution: 1280*800 Touch Screen: Capacitive Touch Cameras: 5.0 Mega Pixels Rear Wi-fi: Supported Bluetooth: Supported Heavy Duty; 2 Year Free Updates; With 5 Years Warranty" Canvass Form Must Be Delivered To Nia-regional Office 12, Gensan Drive, City Of Koronadal, South Cotabato On Or Before January 21, 2025 At 10:00a.m.
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: This Is A Pre-solicitation Notice contracting Department, Marine Corps Installations East (mcieast), Camp Lejeune, Nc Has A Requirement To Procure Axon Software Licensing And 30gb Of Data Storage To Accompany Axon A3 Body Cameras. This Is An Unrestricted, Brand Name Requirement. it Is The Government’s Intent To Issue A Firm Fixed Price Contract For This Requirement. The Associated North American Industrial Classification System (naics) Code For These Requirements Is 518210, Computing Infrastructure Providers, Data Processing, Web Hosting, And Related Services – Computer Data Storage. The Government Will Solicit And Award This Contract In Accordance With Far Part 12 (acquisition Of Commercial Items) And Far Part 13 (simplified Acquisition Procedures). the Pre-solicitation Notice Is Not A Request For Quotes. The Solicitation (m6700125q1013) Will Be Posted On Or About Three (3) Days After This Posting And Made Available On The Contract Opportunities Portal Located At Https://www.sam.gov. It Is The Responsibility Of The Offeror To Monitor The Website For The Solicitation And Any Associated Amendments. registration In The System For Award Management (sam) Database Is Required At Www.sam.gov, To Do Business With The Federal Government. Businesses Will Be Assigned A Commercial And Government Entities (cage) Code & A Unique Entity Identifier (uei) Number Via The Sam Website. Companies Must Ensure That Annual Representations And Certifications Are Current Within The Sam Database. Companies Must Also Be Registered With Procurement Integrated Enterprise Environment (piee) At Https://piee.eb.mil. all Responsible Sources May Submit A Response Which, If Timely Received, Will Be Considered. the Point Of Contact For This Notice Is Kaitlin Conway, Contract Specialist, At Phone Number (910) 451-9199 Or Email @ Kaitlin.d.conway.civ@usmc.mil .
VILLANUEVA NATIONAL HIGH SCHOOL Tender
Furnitures and Fixtures
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 480.8 K (USD 8.2 K)
Details: Description Procurement Of Office Equipment For The 1st Quarter Of Villanueva National High School Looc, Villanueva, Misamis Oriental Fund Source: Reguloar Mooe 2025 Please Contact Directly The Following ,personnel Listed Below For More Information. Venus T. Magsacay-09261155700 Irish L. Ganzan-09472055264 Note To Suppliers For Submission Of Rfq Or Canvass: 1.contact Directly The School Concern.please See Above For Contact Numbers. 2.request Of Price Quotation (rfq) Must Be Submitted To The School Concern (hardcopy) Or Email To The Given Email Address Above On Or Before The Closing Date Of Posting. 3.rfq Can Be Donwloaded At The Associated Components Of This Posting. 4.late Submission Of Rfq Will Not Be Accepeted. Item No: Qty. Unit Of Issue Item Description Estimated Cost Total Cost 1 140 Ream Paper,multipurpose (copy) A4,70 Gsm 195.00 27,300.00 2 20 Ream Paper,multipurpose (copy) Legal,70 Gsm 220.00 4,400.00 3 80 Pack Detergent Powder, All Purpose, 1kg 130.00 10,400.00 4 900 Box Floor Wax, Paste, Red 28.00 25,200.00 5 1 Box Premium Latex Gloves 500.00 500.00 6 10 Box Fastener, Metal, 70 Mm Between Prongs 95.00 950.00 7 2 Pieces Philippine National Flag, 100% Polyester 320.00 640.00 8 75 Pieces Signpen,black, Liquid/gel Ink, 0.5 Mm Needle Tip 35.00 2,625.00 9 75 Pieces Signpen,red, Liquid/gel Ink, 0.5 Mm Needle Tip 35.00 2,625.00 10 1 Box Ballpen (black) 500.00 500.00 11 10 Pack Photo Paper 60.00 600.00 12 20 Pack Special Paper 65.00 1,300.00 13 50 Pack Stick Glue 30.00 1,500.00 14 5 Pieces Glue Gun, Big 260.00 1,300.00 15 1 Piece Long Arm Stapler 550.00 550.00 16 2 Units Cctv Camera, Complete Set With Installation 20,000.00 40,000.00 17 3 Units Printer 3 In 1 Legal 16,500.00 49,500.00 18 2,000 Pieces Personalized Medals 120.00 240,000.00 19 300 Pieces Special Medals 120.00 36,000.00 20 400 Pieces Ordinary Medals 35.00 14,000.00 21 10 Pieces Plaque 1,000.00 10,000.00 22 20 Pack Ribonnette 200.00 4,000.00 23 20 Pack Robonnette "3" 220.00 4,400.00 24 90 Pieces Correction Tape, Film Base Type, Ul 6m Min 28.00 2,520.00 Total 480,810.00
Engineering Services Central Region Tender
Civil And Construction...+2Bridge Construction, Road Construction
Canada
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: 2024-y-0446 Ca Services For Construction Contract 2024-2014. This High Complexity Assignment Is For Hwy 403 Eastbound And Westbound Lanes For 10.5km Including Interchange Ramps At Winston Churchill Blvd, Erin Mills Parkway, Mavis Road And Hurontario Street; All Located In Mississauga.this Section Of Freeway Is High Trafficked, High Volume Urban Section With Aadt Of Nearly 200,000 Vehicles. The Scope Includes Pavement Rehabilitation, Structural Box Culvert Rehabilitation (7) By Concrete Patch Repairs To Barrel And Walls/roof, Non-structural Drainage Culvert (4) Replacement At Interchange Ramps, Electrical Retroffiting For Exisitng High Mast Illumination Poles To Led Type Luminaires, Replacement Of Underpass And Conventional Ramp Luminaires To Led Type, Atms Camera Site And Access Pad Modifications And Bridge Rehabilitation At Glen Erin Drive. Bridge Rehabilitation Scope Includes Removing And Replacing Expansion Joint Assemblies And Bridge Barrier Wall, Modification And Widening Of Exisitng Structural Sidewalks For Multi-use Path Conversion, Bridge Deck And Substructure Concrete Patch Repairs To Deteriorated Areas And Deck Waterproofing Membrane Replacement. Illumination Hydro Cable Relocation And Protection Of Exisitng Plant During Bridge Rehabilitation Is Also Included. Hwy 403 Mainline Pavement Rehabilitation Generally Consist Of Mill/remove 90mm Pavement And Hot Mix Paving Of 140mm (2 Underlayers Of Binder Course Plus Surface Course Sma Mix) For Effective Profile Grade Raise Of 50mm.this Grade Raise Is To Be Matched To Exisitng Edge Of Shoulder Features Such As Median Concrete Barrier And Guiderail Where Exisitng. Mill/pave Work Is Required To Maintain Positive Drainage Of All Lanes/shoulders At All Times. Interchange Ramps Generally Include Resurfacing By Hot Mix Paving. Mavis Road Within Cah Limits Include 90mm Pavement Removal And Hot Mix Paving. Nits Detection Installation At Signalized Intersection Is Also In The Scope At 2 Interchanges. The Pavement Rehabilitation Work Is To Occure During Evening/night Time/weekend Shifts And Off-peak Times As Permitted By Lane Closure Time Windows Specified. Bridge Rehabilitation At Glen Erin Dr Is Scoped In 3 Total Traffic Stages Thereby Maintaining One Lane Of Traffic In Each Direction In Each Of The Stages. Road Occupancy Permits Or Permission To Enter May Be Required For Box Culvert Access Off Of Municipal Roads/side Streets Outside Of Mto Right-of-way. Structural Culverts Are: Glen Erin Brook Culvert, Cooksville Creek Culverts At Hurontario Street, East Of Mavis Road And Central Parkway, Chappell Creek Culvert, Mary Fix Creek Culvert And Wolfdale Creek Culvert. The Project Is Classified As Group C Under Provincial Class Environmental Assessment With Environmental Screening Document Prepared And Included For Ca Services. Major Stakeholders Requiring Routine Liaison And Communication Are City, Region, Transit Agencies, Emergency Services,utility Owners Etc. 4 Structural Culverts Have In-water Work Timing Window Permitted From July 1 To March 31 Due To Direct Or Indirect Fisheries Habitat.
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Security and Emergency Services
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: This Is Not A Solicitation. This Is A Sources Sought For Planning Purposes Only And Is Issued In Accordance With Federal Acquisition Regulation (far) 52.215-3 Request For Information Or Solicitation For Planning Purposes (oct 1997) Provided At: Https://www.acquisition.gov/far/52.215-3. No Solicitation Document Exists At This Time. Issuance Of This Notice Does Not Constitute Any Obligation On The Part Of The Government To Procure These Items Or Services Or To Issue A Solicitation. In Addition, The Government Is Under No Obligation To Pay For Information Submitted In Response To This Sources Sought, And Responses To This Notice Cannot Be Accepted As Offers. Any Information That The Vendor Considers Proprietary Should Be Clearly Marked As Such. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified. in Preparation For An Upcoming Procurement, The National Oceanic And Atmospheric Administration (noaa), Eastern Acquisition Division, Norfolk, Va On Behalf Of The Office Of Marine And Aviation Operations Is Conducting Market Research To Provide Video Management System Equipment To Meet The Requirements Of The Safer For Seas Act. The Items Required Are Listed Below. Brand Name Or Equal Parts Will Be Accepted. All Equipment Shall Be National Defense Authorization Act (ndaa) Section 889 Compliant.if Different Manufacture Equipment Is Provided In Quote, Provide Certificate Of Ndaa Section 889 Compliance. Equipment Shall Not Have An Annual Subscription Requirement. A Delivery Date Of 05/14/2025 Is Required. network Video Recorder, 160tb Minimum Storage, Rack Mount hanwha prn-6400db4-160tb qty: 15 Ea rack Mount Console, Universal Serial Bus (usb) Pass-through For Flash Drive, Card Reader, Compatible With Windows eaton b021-swhd-k qty: 15 Ea 4mp Network Power Over Ethernet (poe) Dome Camera, Ceiling Mountable hanwha qnd-7012r qty: 291 Ea 24 Port Switch Poe allied Telesis at-gs970m/28ps-10 qty: 15 Ea surge Protector 24-port Poe Enabled ditek dtk-rm24nets qty: 15 Ea 1500va, Rackmount Uninterruptible Power Supply (ups), Automatic Voltage Regulation apc smt1500rm2uc qty: 15 Ea equipment Rack 12u Of Rack Space, Lockable eaton sr12ub qty: 15 Ea the North American Industrial Classification System (naics) For This Requirement Is 334290 Other Communications Equipment Manufacturing And The Size Standard Is 300 Employees. Small Businesses Are Encouraged To Submit A Brief, Typed Capability Statement In Response To This Sources Sought Announcement. companies Shall Provide The Following Information: 1. Company Name And Address. 2. System For Award Management (sam) Unique Entity Id Number. 3. Type Of Business (e.g. Large Business, Small Business, 8(a), Veteran-owned small Business, Service-disabled Veteran Owned Small Business, Hubzone small Business, Small Disadvantaged Business, And/or Women Owned small Business) As Validated Via Sam. 4. Company Point Of Contact – Name, Phone, And E-mail Address 5. Demonstrate Capabilities For Meeting The Requirements Listed Above. 6. Companies Are Asked To Provide Their Response No Later Than January 24, 2025 4:00pm Eastern Time.
2711-2720 of 2844 archived Tenders