Camera Tenders

Camera Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation Notice page 3 Of 3 1. This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6 In Conjunction With Far Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. 1.a. Project Title: Body Armor 1.b. Description: The Greater Los Angeles Va Healthcare System Is Seeking A Contractor To Provide Body Armor. 1.c. Project Location: Greater Los Angeles Va Healthcare System, Los Angeles, Ca 1.d. Solicitation Number: Request For Quotes (rfq) - 36c26225q0301. 1.e. Set Aside: This Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosbc) Set Aside. 1.f. Applicable Naics Code: 315990 Apparel Accessories And Other Apparel Manufacturing sba Has A Class Waiver Under This Naics Code Which Can Be Found Through The Sba Website. Https://www.sba.gov/document/support-non-manufacturer-rule-class-waiver-list 1.g. Small Business Size Standard: 600 Employees 1.h. Type Of Contract: Firm Fixed Price 2. Scope. The Veteran S Integrated Service Network 22 Is Seeking A Contractor To Provide Full-body Wrap Armor Vests, Custom Load Bearing Vest Carriers, And Other Components. The Requirement Is For Bluestone Safety Products, Inc, Body Armor, And Accessories Brand Name Or Equivalent, Having The Following Salient Characteristics, Adhering To The Attached Statement Of Work (sow) And The S02 36c26225q0301 Clauses And Provisions manufacturer: Bluestone Safety Products, Inc equal To Product Information: salient Characteristics: nij 0101.06 Level 3a+ Nb-lightest- Full Wrap Body Armor Vest must Be Sized To Order For Each Officer. each Vest Must Include A Front Body Armor Panel, A Back Body Armor Panel, And An Inner Carrier With Trauma Plate Pouches. plus Sizes Must Be Available. custom Load Bearing Carrier Vest the Contractor Will Make And Supply 20 Rifle Plate Panel Load Bearing Vest Carriers (panels Supplied By Va) Navy Blue In Color With The Following Features: vest Must Be Manufactured Of Heavy Duty Cordura Nylon. vest Must Have An Extraction Drag Strap On The Top Of The Rear Panel. the Front Panel Must Secure Over The Rear Panel When Vest Is Closed. must Have Flat Pockets For Pens/notebooks On Top Left And Top Right Of Vest (4.25 Wide X5 High). must Have Two Hidden Lower Pockets For Additional Equipment must Have A Microphone And Body Camera Tab Between Two Chest Pockets must Have A Badge Combo (velcro And Eyelets) Above Left Pocket must Have 1 X 5 Customized Embroidered Name Tape Above Right Pocket Blue With White Lettering vest Must Have Buttons On The Two Chest Pockets And Down The Front Center Of The Vest To Emulate The Uniform Shirt. must Have A Large Police Placard Centered On Top Rear Panel each Vest Must Be Custom-tailored To The Measurements Provided For The Individual Officer. vest Must Have 4 Pouches On The Front Of The Vest For Equipment And Must Be Customized To The Layout For Each Officer: tactical Flashlight Pouch radio Pouch cat5 Tourniquet Pouch cellphone Pouch must Confirm Measurements/sizing With End-user Before Shipping. 3. Submit Written Offers With Spec-sheets Of Proposed Items In Accordance With The Following Instructions, As Well As Addendum To Far 52.212-1, Instruction To Offerors. Oral Offers Will Not Be Accepted. Complete And Submit Enclosure 1 Via Email No Later Than 12:00pm Pst Tuesday January 14, 2025, To Israel.garcia2@va.gov. Ensure The Following Are Completed And/or Included In The Quote Packet: 3.a. Vendor Information With Sam Uei. 3.b. Concurrence/non-concurrence With Solicitation Terms, Conditions, And Provisions 3.c. Schedule Of Services. Items Shall Be Fob Destination. Please Specify Offered Item Manufacturer And Part Number. 3.d. Provide An Authorized Distributor Letter/memo From Manufacturer. 3.e. Product Must Comply With The Buy American Act, Trade Agreement Act And All Other Clauses Stated On The S02 36c26225q0301 Document. 3.f. Fill Out And Sign Va Notice Of Limitations On Subcontracting--certificate Of Compliance For Supplies And Products With Your Submission From The S2 36c26225q0301 Document. price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 20.00 ea __________________ __________________ nij 0101.06 Level 3a+ Full Wrap Body Armor Vests- Sized To Order For Each Officer. Nb Lightest Each Vest Includes A Front Body Armor Panel, A Back Body Armor Panel, And An Inner Carrier With Trauma Plate Pouches Pn: Nb Lightest 0002 20.00 ea __________________ __________________ custom-tailored Load Bearing Vest Carrier With A Horizontal Upper Mic Tab, 2 Upper Uniform Pockets And 2 Lower Pockets. Each Vest Is Cutom Made To The Individual Officers Specific And Is Made To Fit The Armor They Were Fitted For, Or There Existing Armor. 0003 20.00 ea __________________ __________________ custom Rifle Plate Pockets Added To The Front And Back Of The Custom Load Bearing Vest, Allowing To Easily Insert Level 4 Plates Into Custom Lbv. (level 4 Rifle Plates Sold Seperately) 0004 20.00 ea __________________ __________________ custom Sewn-on Flashlight Pouch 0005 20.00 ea __________________ __________________ custom Sewn-on Radio Pouch 0006 20.00 ea __________________ __________________ custom Sewn-on Cellphone Pouch 0007 20.00 ea __________________ __________________ custom Sewn-on Tourniquet Pouch 0008 20.00 ea __________________ __________________ drag Strap Added To The Back Of The Vest 0009 20.00 ea __________________ __________________ police Identification Patch On The Back Of The Vest 0010 20.00 ea __________________ __________________ custom Embroided Name Tab For Load Besring Vest 0011 20.00 ea __________________ __________________ add Metal Eyelets And Velcro To The Badge Area On The Lbv grand Total __________________

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice. the Contract Line Items (clins) Are As Follows: hyd-mech S-23p Band Saw Quantity: 1 U/i: Ea capacity Rectangular (h X W) Round 90° 16" X 20" 16" 45° 16" X 14" 14" 30° 16" X 9-1/2" 9-1/2" blade Size: 1-1/4" X 16' 10" blade Drive: 8.8 Hp Vfd machine Voltage: 240v /3 Ph variable Vise Pressure adjustable Work Stop – 34” coolant Drip Pan – For Idler Conveyor blade Speed: 75-330 Sfm coolant Tank – Built In Coolant Drawer With Centrifugal Pump And 9 Us Gal Capacity work Load: 5,000 Lbs. machine Weight 2.900 Lbs. table Height: 33" cast Iron Blade Guide Arms. Idler Side Guid Arm Adjustable And Supported By Linear Rail. dimensions (w X L X H) 101” X 80” X 61” laser Light work Light mechanical Band Tensioning With Digital Readout 43" Material In-feed Roller Table And 19-1/4" Out Feed Table blade Breakage Switch cast Iron Band Wheels pre-set Replaceable Carbide Guide Inserts flood Coolant With Wash Down Hose safety Door Interlocks filler Plates For 5’ Idler Conveyor Below The Frame type 1 – 5’ In Feed/out Feed Idler Conveyor (26” W X 35” H) Material Support Rollers To Be Installed Below The Frame replaceable Blade Brush replaceable Carbide Guide Inserts miter Scale For The Head Miter Position In 1 Degree Increments With Cam Lock Brake Locking Mechanism steel Base semi-automatic Operator Plc Control Equipped With A Digital Lcd Display, Shall Show Machine Mode, Pieces Cut, Blade Speed, Blade Tension, Amperage Draw, Cut Duration, Overall Machine Run Time, And Head Position. full Capacity, Full Stroking Hydraulic Material Vise swinging, Heavy-duty, Cast-iron Saw Head That Can Swing Up To 60 Degrees In One Direction hydraulic Positive Down Feed Sawing Head With Infinite Down Feed Adjustments hydraulic Positive Downfeed – Dual Down Feed System Capable Of Controlling Both Feed Rate And Feed Force Parameters quality Assurance Provisions - Inspection And Acceptance Of The Supplies, Performed At Destination By Code 983 And Shall Consist Of Type And Kind; Condition; Operability, If Readily Determinable; Preservation; Packaging. preservation, Packaging And Packing – The Equipment Shall Be Packaged, Packed And Preserved For Shipment To Reach Ultimate Destination Undamaged. Package Shall Be Prominently Marked “not For Outside Storage”. Yellow Packaging, Packing, Preservation And Marking Are Prohibited. additional Requirements: nameplate: A Nameplate Shall Be Permanently And Securely Attached To Each Machine The Information Provided On The Plate Shall Be As Listed Below. nomenclature manufacturer's Name manufacturer's Model Designation manufacturer's Serial Number power Input (volts, Total Amps, Phase, Frequency) amp Rating Of Largest Motor short Circuit/over-current Protection Rating contract Number Or Order Number national Stock Number Or Plant Equipment Code date Of Manufacture operating And Maintenance Manual: Machines Shall Be Provided With Operating And Maintenance Manual (o&m), Electrical Manual, Mechanical Manual & Schematics Three (3) Each Shall Be Provided With The Machine And One (1) Each Searchable Electronic Copy (pdf) Shall Be E-mailed To Tpoc. verification Test: After Delivery The Contractor Shall Test Run The Machines At The Site To Ensure Conformance With This Purchase Description. warranty: These Machines Shall Be Warranted Against Any Defects In Material, Parts, And Workmanship For 12 Months After The Date Of Installation With Labor Provided By Dealer. Additional Parts Are To Be Warranted For Two (2) Years. installation: location: Machines Shall Be Installed Inside Norfolk Naval Shipyard, Portsmouth, Va 23709. training: The Contractor Shall Provide Training To Familiarize Norfolk Naval Shipyard Personnel With The Equipment And To Help Ensure Reliable Performance And Maximum Service Life, During Normal Usage. operator / Programmer On-site Training: Training Shall Be Provided At The Receiving Activity. Training Shall Include Preparation Of Part Programs, And Preparation Of Equipment For Safe Operation. The Trainees Shall Be Provided Instruction For All Aspects Of Machining Operations. Trainees Shall Be Provided Instruction For The Care, Use And Operation Of All Attachments And Accessories. Training Shall Be Provided For Three (3) Operators/programmers. The Training Period Shall Not Be Less Than Three (1) Consecutive, Eight (8) Hour Workday. A Training Manual (which Could Be An Additional Operator's Manual) Shall Be Provided For Each Student. entry Requirements: All Personnel Expected To Visit Nnsy Shall Be Us Citizens. Contractors/sub-contractors Including Truck Drivers Shall: 30 Days Before Arrival: Contractor Shall Provide Secnav 5512 Data On All Personnel Expected To Visit Nnsy To The Tpoc. This Shall Include List Of All Personnel Expected To Visit, Identifying Those That Require Secnav 5512 Forms & Those With Existing Valid Base Passes. All Personnel Expected To Visit Nnsy Shall Be Us Citizens. All Personnel Shall Provide Two Forms Of Identification. Accepted Required Identity Documentation For Proof Of Us Citizenship, Us Birth Certificate, Us Passport, Certificate Of Citizenship, Birthright Citizenship, Certificate Of Naturalization, Birth Abroad For Us Citizens. The Tpoc Shall Provide Secnav 5512 Forms Upon Request. The Tpoz Will Endorse The Secnav 5512 Form And Forward To The Nnsy Pass Office. vehicle Entry: The Contractor Shall Display The Company Name Of Each Door Of The Contractor’s Vehicles In A Manner And Size That Is Clearly Visible. All Contractor Vehicles Shall Display A Valid State License Plate That Complies With State Vehicle Code With Company’s Name Clearly Displayed On The Sides On Vehicle. Contract Vehicles Shall Meet All Other Requirements Of The State Vehicle Code, Such As Safety Standards, Proof Of Insurance And State Registration. Contract Vehicles Shall Have Insurance And Registration In The Company’s Name. Passes Will Be Issued For Vehicles To Enter The Shipyard. A Separate Pass Is Required For Entering The Cia. There Are Available Parking Spots Near Each Building, Including In The Cia. Unloading Can Be Accomplished At High Bay Door Loading And Unloading Zones However, The Loading And Unloading Zones May Not Be Near The Equipment For Each Building. portable Electronic Dive (ped): In Accordance With Comsublant/comsubpacinst 2075.1c, The Use Of Portable Electron Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited. A Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Or Multiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Or Photo Images E.g.: Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smart Watches. Non-camera Cell Phones Are Acceptable (feature Phones). Where A Laptop Computer Is Required For Trouble-shooting And Machine Programming Purposes, Contractor Must Inform Tpoc No Later Than Two (2) Weeks Prior To Visit To Allow Time To Schedule Inspections And Vetting From Nnsy It Department. safety Or Security: Contractor Will Need Cia Access And Ppe. “per Far 22.102-1(a) Entitled “safety”, Contractors Are Hereby Informed That Their Employees Or Representatives Present On Property Under Norfolk Naval Shipyard Cognizance Must Follow Federal And State Osha Requirements And Norfolk Naval Shipyard Oshe Program Manual, Navshpydnorinst P5090.2 Requirements Or Safety Requirements For Site Specific Location Of The Contract.” critical Time Constraints: The Installation And Training Shall Be Performed Between The Hours Of 7:20 Am And 3:50 Pm Excluding Any Federal Holidays. installation Responsibilites government provide And Install Anchor Bolts And Nuts. connect Machine To The Provided Utilities Hook-up. material For Performance Testing At Gover provide Utilities Hook-up Within 20 Feet Of The Machinenment Facility contractor level And Align Machine. provide All Necessary Tools, Gages, And Instrumentation Necessary To Perform The Required Test. provide And Charge All Systems With Fluids In Accordance With Manufacturer’s Instructions. the Requirement Will Be Solicited As A Total Small Business Set Aside. The Naics Code Applicable To This Procurement Is 332216, Saw Blade And Handtool Manufacturing With A Size Standard Of 750 Employees. The Product Service Code Is 3405. the Anticipated Delivery Date For This Acquisition Is 30 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only. the Solicitation Number Is Spmym125q0034 And It Is Expected To Be Available On Or About 21 January 2025 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 24 January 2025. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0034) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues. potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register On The Interested Vendor List Under Spmym125q0034. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed. all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil.

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Others
Corrigendum : Closing Date Modified
France
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: The purpose of this consultation is: The supply of 12 electromechanical structures for 4-meter telescopes (sst-mec) for the Cta project. The contract is an ordinary contract with a global and fixed price including the following services: - Entire production process of 12 Sst-mec; - Optimization of the Lcs (local control software); - The AIT/V (assembly, integration, testing and verification) in the factory of the first telescope considered as the qualification model (qm) of the series and manufactured from the following assemblies: - First electromechanical structure Sst-mec produced; - Optical assembly Sst-opt; - Telescope control system Sst-tcs which includes the Lcs; - Scientific camera Sst-cam or equivalent model. - On-site Cta-s transport in Chile of the 9 Sst-mec and the associated Sst-opt optical assemblies. - The AIT/V On-site Cta-s of the 9 Sst-tel developed from these previous systems and equipped with the Sst-cam camera.

Civil Aviation Authority Of The Philippines - CAAP Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 471.9 K (USD 8 K)
Details: Description January 20, 2025 Request For Quotation The Civil Aviation Authority Of The Philippines (caap D.z.r. (tacloban) Airport), Through Its Canvass And Contract Committee (ccc), Will Undertake A Shopping For The “procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects” In Accordance With Section 52.1 (b) Of The Implementing Rules And Regulations Of Republic Act No. 9184. Rfq No. : C25-01-001 Name Of Project : Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Approved Budget For Contract : P471,926.23 Terms : See The Attached Annex “a” For Terms Of Reference And Corresponding Specifications Location : Caap D.z.r. (tacloban) Airport, Tacloban, City Delivery Term : Twenty-five (25) Calendar Days From The Receipt Of Notice For Compliance Delivery Time : 8:00 Am-4:00 Pm (working Days) Interested Suppliers/bidders Are Required To Submit Their Valid And Current Documents Which Must Be Properly Fastened And Sealed In An Envelope: 1. Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; 2. Philgeps Certificate Of Registration; 3. Price Quotation Form (annex “a”) Completely And Properly Filled Up Including Letterhead, Date, Unit Price, Etc. Incomplete Or Patently Insufficient Price Quotation Form May Be A Ground To Disqualify Bidder. 4. Brochure If Applicable. Submission Of Quotations Must Be Made At This Office On Or Before The Opening Of Quotations Scheduled On January 28, 2025 At 1:30 Pm, At The Caap, D.z.r. Airport Conference Room. The Winning Supplier Shall- Upon Claiming Of The Contract- Present The Original Copy Of The Documents Listed Above For Comparison, Or Submit A Certified True Copy Of The Original Document Which Must Be Certified By The Issuing Government Agency. However, The Original Copy Of The Omnibus Sworn Statement, Price Quotation Form, And Brochure Must Be Included In The Sealed Bid. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. In Case Two Or, More Bidders Are Determined To Have Submitted The Lowest Calculated/lowest Calculated And Responsive Quotation, Caap-ccc Shall Adopt And Employ “draw Lots’’ As The Tie Breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. The Caap-tac Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative/s. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Caap Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damaged Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Ms. Yvette S. Separa Ccc-chairperson (attached Company Letterhead) Annex “a” Price Quotation Form Date: ________________________ The Chairperson Canvass And Contract Committee Civil Aviation Authority Of The Philippines D.z.r. Airport, Tacloban City Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Description Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Item No. Specification Qty Unit Unit Price Total Price 1 Laptop With Cad Software, Civil Engineering Design And Documentation Software, 3d Structural Analysis And Design Software; Cpu: Intel ® Core™ I9 13th Gen / Ryzen 9 7000series, Memory: 16gb Ddr5, Dedicated Gfx: Nvidia Geforce Rtx3060, Storage: 2tb Pcie Ssd (built-in), Screen Size: 15.6", Resolution: Fullhd 1920x1080 (panel: Ips), Refresh Rate: 144hz, Os: Latest Edition Windows Os With Wireless Mouse And Laptop Bag. 3 Units 2 64 Gb Usb 3.0 And Micro-usb Otg Dual Flash Drive Up To 150mb/s Read Speed. 3 Pcs 3 1 Tb Portable External Memory 3 Pcs 4 Cellular Phone W/ Internet Access And Main Camera Of At Least 64 Mp, F/1.9, 26mm (wide), 1/1.72", 0.8pm, Pdaf For Communications And Collection Of Progress Photos. 1 5 Cellphone Prepaid Load 24 Months 6 A3 Printer W/ Scanner (epson L15150) 1 Unit 7 Scientific Calculator 3 Pcs 8 A3 Size Bond Paper 20 Reams 9 Paper Clips 50mm 20 Boxes 10 Binder Clips (19mm & 50mm) 20 Boxes 11 Fastener Clips (plastic) 10 Boxes 12 Puncher (2 Holes) 2 Pcs 13 Stapler #35 2 Pcs 14 Staple Wire #35 8 Boxes 15 Brown Envelope (short) 100 Pcs 16 Expandable Brown Envelope 100 Pcs 17 Folder (short) 100 Pcs 18 Folder (long) 100 Pcs 19 Stabilo Asstd. 5 Colors 50 Pcs 20 Permanent Marker 20 Pcs 21 Self Stick Note Pad 3x3 25 Pads 22 Sign Pen (red, Black, Blue) 30 Pcs 23 Pencil 12/box 2 Boxes 24 Pencil Eraser 5 Pcs 25 File Box 10 Pcs 26 Correction Tape 5 Pcs 27 Paper Glue (130 Grams) 2 Bottles 28 Steel Tape (5m) 3 Pcs 29 Clear Utility Tape (24mm X 30m) 10 Pcs 30 Heavy Duty Packaging Tape (100m) 10 Rolls 31 Tape Dispenser 1 Pc 32 Printer Ink Black (epson #008) 8 Cart 33 Printer Ink Cyan (epson #008) 8 Cart 34 Printer Ink Magenta (epson #008) 8 Cart 35 Printer Ink Yellow (epson #008) 8 Cart The Above-quoted Unit Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ___________________________________ Name And Signature Of Representative ___________________________________ Position ___________________________________ Name Of Company ___________________________________ Contact No. ___________________________________ Email Address

DEFENSE HEALTH AGENCY DHA USA Tender

Others
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: ***request For Information Only - Looking For Sources *** Location Of Work Is Natick, Ma. Lecture Hall And Lobby Audio/visual (a/v) Refreshmarket Survey Request: This Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement. Background: The United States Army Medical Research Institute Of Environmental Medicine (usariem) Is Requiring A Microsoft Teams Supported Solution (logitech Preferred To Align With Other Conference Room Spaces) For Both Their Lecture Hall And Their Building Lobby Area. Requirement: Desired Outcomes For Usariem Lecture Hall And Lobby Audio / Visual (a/v) Refresh: Note: Simplicity And Stability In This Design Is Important. Also, As-is Drawing Of Current System Connectivity (as Provided By Installer Who Put It Together) Is Available. 1.) Lecture Hall: Remove:(all Removed Items Must Be Retained By Usariem For Proper Turn In And Disposal). All Existing Cisco Codec And Associated Peripherals That Will Not Be Reused In This Design A. Projector B. Projector Ceiling Mount. Keep: A. Existing Ceiling Mounted Bose Speakers B. Existing Podium (unless Theres A Reason To Remove And Replace With A Better Solution) C. Existing Side Wall Mounted Camera To View The Presenter On Stage (unless Theres A Reason To Remove And Replace With A Better Solution). Install: A. New Ms-teams Native Solution Installed (logitech Preferred To Align With Other Conference Room Spaces) B. In-ceiling Microphones Throughout The Room C. Display Wall To Support High Resolution Images Clearly Visible From All Angles Of The Room D. Expected Dimensions: 12ft Wide By About 7ft High (16:9 Width To Height Ratio) Desired End State Of Lecture Hall: A. High Quality Display Easily Viewable From Any Seat In The Room In Any Lighting Condition The Room Provides (lights All On Or Partial On-off). B. Ms Teams Supported Solution To Allow Easy Integration. C. Ability To Use A Laptop That Plugs Into The Room Via A Single Usb-c Connection And Provides Audio (output From Laptop As Well As Microphone Input To Laptop) As Well As Video Output To A Large Display To Be Procured And Installed As A Part Of This Contract. D. Ability To Use The In-room Audio (podium Microphone And In-room Speakers) And A Means To Turn Up/down Volume Levels Via Some Simple And Obvious Interface Available To The Presenter. E. Microphones That Can Pick Up Audio From All Throughout The Room, Not Just At The Podium For The Presenter. 2.) Lobby: (simplicity And Reliability Are The Most Important Factors For This Design). Remove: (note: Electronics Items To Be Retained By Usariem For Proper Turn In And Disposal). A. Two Existing Wall Mounted Tvs. Keep: A. Not Applicable. Install: A. Two Tvs Mounted On Right Wall When Entering The Building (wall 190 Inches H X 94 Inches W). B. One Vertical Display Which Will Be Used For Digital Signage ? Expected Dimensions: 5ft Tall By About 3ft Wide (16:9 Ratio). C. One Horizontal Display Which Will Be Used To Display Both Interactive And Non-interactive Content: Expected Dimensions: 60-inch Display, Likely Approx. 53-inch X 30-inch. D. Horizontal Display Will Be Slight Right Of The Center Of Overall Wall. E. Vertical Display Will Be Centered Between Left Wall And Horizontal Display F. Mechanism To Update Content On Both Displays. G. Displays Will Have Frames Around Them Desired End State Of Lobby: A. Two Displays That Are Easily Updated Either Through Network Connected Software Or Usb (back-up If Only Option). B. Network Setup Should Not Include Any Type Of Media Server If Going That Route. Submittals: Summaries Of The Services As Listed Above Shall Be No More Than Five (5) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A Page) And Shall Describe Service Capabilities In Each Of These Areas. Interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 238210, Electrical Contractors, And Other Wiring Installation Contractors, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Governments Requested Date Of Submittal Of 07 January 2025, 11:00am Eastern Standard Time (est). Interested Parties Shall Submit Information In Response To This Rfi To: Jennifer.s.bassett.civ@health.mil. Responses Shall Be Submitted And Received Via Email No Later Than Two O-clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And Or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered. Questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Jennifer.s.bassett.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above. Please Provide Information On Your Organization In The Following Areas: 1. Company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address. 2. Duns Number And Cage Code 3. Confirmation Of Current Active Registration In System For Award Management (sam) 4. Primary Naics Code(s) And Business Size (i.e., Small/large) 5. Gsa Schedule, If Available 6. Commercial Price List, If Gsa Schedule Is Not Available 7. Product Specific Brochures Literature. Provisions And Clauses: 52.215-3 Request For Information Or Solicitation For Planning Purposes. Request For Information For Planning Purposes (oct 1997)(a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although Proposal And Offeror Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request For Information (rfi) Is Issued For The Purpose Of Lecture Hall And Lobby Audio / Visual (a/v) Refresh. (end Of Provision)

Province Of Occidental Mindoro Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 698.4 K (USD 11.9 K)
Details: Description Invitation To Bid Procurement Of Laboratory Equipment For College Of Criminal Justice Education – Omsc Sablayan (early Procurement Activity For Fy 2025) – Second Posting 1. The Occidental Mindoro State College (omsc), Through The General Fund Fy 2025 Intends To Apply The Sum Of The Following: Item No. Description Unit / Quantity Total Abc 1) Fingerprint Camera 2 Units Php125,574.80 2) Thermostatic Twin Chromed Print Dryer With Step Down Transformer 1 Unit Php89,000.00 3) Multi Function Counterfeit Detector 1 Unit Php156,771.00 4) Analytical Balance 1 Unit Php36,721.10 5) Fire Resistant Executive Gun Safe 1 Unit Php128,700.00 6) Revolver 1 Unit Php40,950.00 7) Pistol 2 Units Php120,744.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Laboratory Equipment For College Of Criminal Justice Education – Omsc Sablayan (early Procurement Activity For Fy 2025) – Second Posting With Project Reference No. Omsc-pbd-gs-2025-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College (omsc) Now Invites Bids For The Above Project. Delivery Period Is Sixty (60) Calendar Days. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Bids, Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Occidental Mindoro State College And Inspect The Bidding Documents At The Address Given Below During Office Hours, Mondays To Fridays (8:00-12:00/1:00-5:00) From January 16, 2025 To February 05, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 16, 2025 To February 05, 2025 From The Address And Websites Given Below And Upon Payment Of An Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, And Shall Be Made Thru Bank Transfer (omsc Official Dbp Bank Account) Or Payment At The Omsc Cashier. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Bidder May Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Email At Omscbac@gmail.com. 6. The Occidental Mindoro State College Will Hold A Pre-bid Conference On January 24, 2025 - 10:00am Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 973 411 1100 With Passcode: Bac2022) Which Shall Be Open To Prospective Bidders. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Shall Not Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference By Securing A Copy Of The Minutes Of The Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through (a) Manual Submission At The Office Address Indicated Below, And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 05, 2025. Late Bids Shall Not Be Accepted. Every Page Of The Submitted Documents Must Be Duly Signed By The Bidder And/or Its Authorized Representative. The Original And Copy 1 Of Technical And Financial Folders Must Be Soft Bound To Prevent Insertion/s And/or Modifications Of Any Documents After The Opening Of Bids. In The Online Submission Of Bids, The Documents Shall Be In Portable Document Format (pdf) And Are To Be Compressed In Zip Or Rar Format With Password Protection. Submitted Bidding Documents That Are Not In Compressed Archive Format And Are Not Password Protected, Will Be Automatically Rejected. Bidder/s Will Submit A Complete Set Of The Proposal Together With The Required Technical, Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184 Not Later Than The Set Deadline Of Submission. A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Bac Official Email Address (omscbac@omsc.edu.ph) Not Later Than The Set Deadline Of Submission Of Bids. Acknowledgement Of The Submitted Bid Shall Be Made Officially By The Bac Secretariat. Bidders, Who Submit Their Bids Electronically, Shall Submit As Well A Hard Copy Of The Bids. Any Bid Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Bids. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 05, 2025 – 2:00pm Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 973 411 1100 With Passcode: Bac2022). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix Of The 2016 Revised Irr Of Ra 9184: A. Approval And Effectivity Of The Funding Source, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or B. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Hestia S. Laurencio Bac Secretary Occidental Mindoro State College, Labangan Campus Labangan Poblacion, San Jose, Occidental Mindoro Email Address: Omscbac@gmail.com Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 106 Mobile No. 0968-8817547 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.philgeps.gov.ph/ For Online Bid Submission: Omscbac@omsc.edu.ph Date Of Issue: January 16, 2025 (sgd) Mila P. Ayes Chairperson Bids And Awards Committee

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: U.s. Department Of Commercenational Oceanic And Atmospheric Administration (noaa)fisheries Service Northeast Fisheries Science Center (nefsc)request For Information For Atlantic Surf Clam And Ocean Quahog Survey Vessel Charterthis Is A Request For Information (rfi) Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Or Awarded. This Rfi Requests Industry Input For Market Research Purposes In Accordance With Federal Acquisition Regulations (far) Part 10 Procedures. This Is Not A Solicitation, Nor Does It Guarantee A Solicitation Will Be Issued. Requests For A Solicitation Will Not Receive A Response. This Is Not A Request For Proposals And It Does Not Obligate The Government In Any Manner.no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of The Submission Of Information. All Information Considered Proprietary Shall Be Marked Accordingly, And Properly Identified Proprietary Information Will Be Safeguarded In Accordance With Federal Regulations. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Improperly Identified Proprietary Information. The Purpose Of This Announcement Is Solely To Gather Information From The Marketplace, And Any Responses Received Will Neither Be Considered An Offer By The Responding Party Nor Returned To The Responding Party. No Telephone Inquiries Will Be Accepted, And Requests For Solicitation Packages Will Not Be Honored At This Time Since No Solicitation Has Been Prepared.synopsis: Rfi To Purchase A Vesselthe Department Of Commerce (doc), National Oceanic Atmospheric Administration (noaa), National Marine Fisheries Service, Northeast Fisheries Science Center (nefsc), Ecosystem Surveys Branch Is Seeking A Research Vessel To Participate In A Priority Resource Survey Of The Surf Clam And Ocean Quahog Resources Along The Continental Shelf From Virginia Through Massachusetts Including The U.s Waters Of Georges Bank. The Survey Will Be Conducted During Summer (august) Of 2025 With Option Years Through 2029 Survey Season. The Awarded Contract Will Have A One-year Base Period With Four One-year Option Periods (5 Years Total).the Survey Will Be Conducted During Summer (august) Of 2025 With Option Years Through 2029 Survey Season. The Awarded Contract Will Have A One-year Base Period With Four One-year Option Periods (5 Years Total).the Nefsc Is Seeking Information On Survey Vessel Charter That Meet The Requirements Outlined Below. I. technical Specificationsthe Monohull Design Should Maximize Interior Deck Space And Have A General Configuration Allowing For Various Modifications Including Wet Lab, Dry Lab, Gear Storage, Hazmat Storage, Freezer, And Berthing Spaces. In Addition, Allow For Adding Or Currently Having The Following Equipment: Dynamic A-frame, J-frame, Support Winches, And/or Knuckle Boom(s). Also, The Vessel Should Be Able To Accommodate Various Electronic Equipment Upgrades Such As Dynamic Positioning, Multibeam Sonar, And/or Live-feed Camera Systems.a. vessel And Gear Requirementsthe Vessel And Gear Must Be Capable Of Safely Conducting Clam Dredge Tows Along The Continental Shelf In Waters Ranging From 5 To 77 Fathoms. In Other Words, The Vessel Is Required To Be Able To Deploy 155 Fathoms Of Hose, Hauser, And Deployment Cable To Attain Maximum Depths Of 77 Fathoms On A Subset Of Stations In The Deepest Strata Set. The Vessel Crew Must Be Knowledgeable And Experienced With Fishing For Surf Clams And Ocean Quahogs In The Region Described And With Conditions In The Target Sampling Area. The Vessel Must Be Capable Of Carrying And Towing Two Commercial Sized Clam Dredges.the Vessel Must Have:1. sufficient Berth Space And Lavatory Facilities (hot Water Shower, Sink And Toilet) For Crew Members And Seven (7) To Nine (9) Scientific Personnel2. mess Facilities For Concurrent Seating Of Five (5) Scientists3. fuel And Potable Water Capacity To Operate Continuously For Six (6) Sea Days;4. adequate Deck Space To Accommodate A Scientific Van (analogous In Size To An 8’ X 20’ Iso Container) Containing Scientific Equipment Or A Comparable Enclosed Space Suitable For Processing Catch. 5. equipment To Monitor Vessel Speed, Direction, Bearing And Water Depth Includinga. two (2) Operational Conventional And/or Electronic Compassesb. an Echo-sounder Capable Of Accurately Determining The Water Depth Throughout The Survey Area (each Sounder Must Have A Data Output Cable Available For Noaa –fisheries Data Collection)c. sensors Should Be Serviced And Calibrated Prior To The Survey6. navigation Equipment To Include:a. two (2) Satellite Navigation Systems (dgps) (each Gps Must Have A Data Output Cable From The Sensor For Noaa Fisheries Data Collection)b. at Least Two Radar Units7. communications Equipment To Include:a. a Vhf Radiob. a Uhf Radioc. cellular Phoned. email Capability To A Distance Of 100 Nm Offshore.8. freezer Storage For The Exclusive Use For Storage Of Scientific Samples (minimum 20 Cubic Feet; Not Collocated With Frozen Food Stores)9. safety Equipment To Include:a. a Minimum Of Two Epirbsb. survival Suits For Each Of The Vessel’s Crew And Masterc. life Rafts Sufficient To Accommodate Both The Vessel’s Crew And Nine (9) Embarked Scientists10. fishing Equipment Maintained To Standardized Survey Specifications: 1. commercial Sized Survey Dredge(s) Fitting Either Of The Two Options Below, Option A Is Preferred, Option B Is Acceptable:a. option A: 1. Official Commercial Sized Survey Dredge (1 And ⅜” Bar Spacing) With A 150-inch Total Width, And 2. Commercial Sized Selectivity Dredge With 21 Mm Bar Spacing B. option B: A Single Commercial Sized Survey Dredge With Adjustable Bar Spacing (150-inch Width Preferred)2. equipment To Safely Deploy Clam Dredges Up To 150 Inches Wide To Depths Of Up To 77 Fathoms3. free Spooling Winches For Deployment Of Gear4. a Conveyor Belt System For Moving The Catch From Port To Starboard Hoppers Across A Shaker Table And Onto A Sorting Belt ● desirable Equipment Includes:a. printerb. fax Machine***draft Statement Of Work Attached***information Requested:the Government Requests That All Interested Vendors Provide Information Regarding Their Experience And Capability To Provide An Eligible Vessel. Noaa May Use The Responses To This Sources Sought To Conduct Additional Market Research. Information Obtained From This Sources Sought And The Subsequent Communication With The Vendors, If Any, May Assist Noaa In Developing A Formal Request For Proposal (rfp) Or Request For Quote (rfq).in Addition To Addressing Technical Capabilities, Responses Must Include The Following: 1. name And Address Of Firm2. size Of Business (e.g. Small, Small Disadvantaged Business, Woman Owned, Etc.)3. average Annual Revenue For The Past 3 Years And Number Of Employees4. ownership5. number Of Years In Business6. affiliate Information7. parent Company, Joint Venture Partners, Potential Teaming Partners, Prime Contractor (if Potential Subcontractor) Or Subcontractors (if Potential Prime Contractor)8. point Of Contact - Address And Phone Numbersubmittal Requirements: Telephone Responses Are Not Solicited And Will Not Be Accepted. No Solicitation Exists At This Time. This Synopsis Is Not To Be Construed As A Commitment By The Government To Award A Contract, Nor Will The Government Pay For The Solicited Information.please Submit Your Response To The Attention Of The Contracting Specialist/ Contracting Officer, Amanda Rossiter (amanda.rossiter@noaa.gov) No Later Than February 6, 2025 At 2:00 P.m., Eastern Time. Each Response Shall Be No More Than 15 Single-sided, Single-spaced Pages (excluding The Cover Page), And Each Page Shall Be Separately Numbered, And Shall Be In .pdf Format.

National Irrigation Administration Region Vi Tender

Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 512.5 K (USD 8.8 K)
Details: Description Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than The Bid Opening On Not Later Than 10:00 Am Of January 2, 2025, Procurement & Property Unit Nia, Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. (signed) Rebecca F. Grana Bac Chairperson Acting Division Manager Total Approved Budget For The Contract: ₱512,500.00 No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price Supply & Delivery Of The Following: 1 1 Set Desktop Computer Customized For Special Use) Atx Casing: Support For Up To A 350 Mm Graph Ics Card 160 Mm Cpu Cooler, And Up To 200 Mm Psu With 3 Sets Including Pre-installed Fans And Tempered Glass Side Panel. Power Supply Unit: Ac Input Voltage: 100 V 240 V, 80plus Bronze Standard Life Expectancy 25,000 Hours At 40 °c, 15 % - 65 % Rh H41 Motherboard: Socket Lga1700, Dual Channel Ddr4 Memory Module, Pcie 4.0x16 Slot Processor: 5.2 Ghz Max Frequency, 16 Cores, 24 Threads, 30mb Smart Cache Cpu Cooler: - Heat Sink Material 4 Heat Pipes, Direct Contact Aluminum Fins, Fan Airflow 42 Cfm (max) Memory Module: 64 Gb, (16gb X2) Ddr4-3600 Main Drive: 1tb Pcie 4.0 Nvme M.2 Ssd, Sequential Read/write Speeds Up To 7,450/6,900 Mb/s Storage Drive: 2tb Hdd 3.5 Inch, 5400 Rpm Video Card: Pci Express Gen 4.0, 12 Gb Gddr6 With Error-correction Code, 70 Watts Power Consumption Monitor: 32-inch Ips, 2560 X 1440 Qhd (quad Hd) 75hz, Color Gamut: Ntsc 72% Operating System: Windows 11 Pro Ups: 1500va/900 Watts Mouse & Keyboard: Standard Wired Keyboard And Mouse Warranty: Minimum Of One (1)year Productivity Software: Microsoft Office Homebusiness X-x-x-continuation Next Page-x-x-x No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price 2 2 Unit Laptop, Computer (special Applications) Processor: 6.0 Ghz Max Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Memory: 16gb Ddr5 Video Card: 8 Gb Ddr6 Vram, Gpu Boost Clock Up To 2080 Mhz Main Drive: 1tb Ssd Display: 16 Inches 2560 X 1600, 240 Hz Ips, 16:10 Ratio Power Supply: Maximum Wattage 330 W Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: 1080p Hd At 60 Fps With Temporal Noise Reduction Battery And Power: Minimum Of 90 Wh 4-cell Li-ion Battery Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year 3 1 Unit Printer, Single Function, Colored, A3 Size Single Function Printer - (a3) • Printer Type: Single Function Printer • Ink Type: Continuous Ink System • Maximum Resolution: 5760 X 1440 Dpi (with Variable- Sized Droplet Technology) • Paper Size: A3+, A3, B4, A4, A5, A6, B5, 10x15cm, 4x6inch, 5x7inch, 8.5x14inch • Maximum Paper Size: 12.95 X 44inch • Connectivity: Usb 2.0 Hi-speed • Rated Voltage: Ac 220-240v • Rated Frequency: 50~60hz • Warranty: One (1) Year X-x-x-x-x-x-x-x Delivery Period: _____________calendar Days Validity Period:_____________calendar Days Total Amount Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 " " Terms And Conditions 1. All Entries Must Be Printed Or Typed Written. 2. The Total Approved Budget For The Contract (abc) Is ₱512,500.00 .all Bids In Excess Of The Abc Shall Be Automatically Rejected; 3. Delivery Period Is Within _seven (7)_ Calendar Days From Receipt Of Purchase Order. 4. Price Validity Shall Be For A Period Of __30___calendar Days. 5. For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6. Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Report Of Inspection & Acceptance (ria) By The Authorized National Irrigation Administration's Representative If Applicable. 7. Bidders Shall Submit Only One (1) Bid/request For Quotation In Two Copies Together With The Following Licenses And Legal Documents Also In Two (2) Copies Placed In One Sealed Envelope, Namely: A) Certified Copy Of Philgeps Registration Certificate; B) Product Brochure/specifications (if Applicable). 8. If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product (s) Within The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Ordershall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Items From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1. Bid Quotations May Be Submitted To The Property & Procurement Unit, Nia Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City, Fax No. 033) 329 6596 Or By Email At Niaro6property@yahoo.com.ph 2. Please Make Sure To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3. Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Materials And Equipment At Prices Noted Above.

National Fisheries Research & Development Institute Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 47 Million (USD 802.1 K)
Details: Description Supply And Delivery Of Multi-beam Echosounder And Current Profiler Multi Beam Echosounder For Various Research Application Application: Fishery Research Method Volume Backscattering Of The Water Column And Shoal Isolated Fish Target Measurement Morphological Indicators, Height, Elongation, Volume Backscattering Of The Shoal Internal Density Structure Of The Shoal Shoal Dynamics Technology Unique Key Features: Multibeam Sonar / Mills Cross Antenna (along And Across Track Beam Forming) Dual Symmetrical 256 + 256 Beams Of 1.6° Each, Spacing 0.5° Modular System From 1 To 3 Sonar Antenna Units (saus) 7.5 Cm Radial Resolution In All Ranges 8000 Acoustic Samples Per Beam At 600 M Range Customized Number Of Swath* And Echogram Forming Volume Coverage 120° X 120° Stabilized For Each Sau 150 Khz / 4 Kw / Chirp & Cw Biomass Assessment Range From 5 To 450 M Bathymetry Production Up To 600 M Multi Beam Technical Description (hardware) Sonar Antenna Unit (sau) For Portable Model Mounting Flange And Screws Beam Former Processor Unit (bfu) + Ac Power Cable Viewer Processor Unit (vpu) + Ac Power Cable Wireless Qwerty Keyboard (for Vpu) Wireless Trackball (for Vpu) Transducer Cable (20 M) Cable Gland Ethernet Cable (30 M) + 1 Rj45 Connector Vpu Dongle Installation Checklist Installation Manual Operation Manual Packing List Ue Declaration Of Conformity Certificate Of Warranty Customer Satisfaction Survey Calibration Certificate (for Portable Model) Multi Beam Technical Description (software) Advanced & Versatile Graphical Unit Interface Operation Mode Swath And Echograms Real Time Re-construction Of Echogram Sectors Full Resolution Zooms 2d And 3d Ecosystem Mapping And Analysis Biomass Extraction And Analysis Seabed Mapping In Situ Calibration Post Processing Of Data Specifications: Applications: Research Array Steerable: Symmetrical Dual Multibeam Modular Multi Head Sonar: One To 3 Saus Driven With Data Fusion Controlled By Gui Mounting Applications: Downward Looking / Side Looking / Forward Looking Number Of Elements: 64 Across + 64 Along Number Of Beams: 256 + 256, Spacing 0,5°, Split Beam Frequency: 150 Khz Modulation: Cw And Chirp Transmission Power: 2 Kw For Fishery (4 Kw Optional) Beam Stabilization: Tx + Rx, Built-in Mru Beam Resolution: 1.6° Angular / 7.5 Cm Radial Acoustic Sampling In Water Column: 8000 Samples @ 600 M Range Triple Echograms From All Swaths: Adjustable From 1° To 120° Each Typical Range Biomass: @ 500 M, Bathymetry @ 600 M Volume Resolution: 0,6 M3 @100 M Volume Coverage: 120° X 120° Along-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Across-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Echosounder From Across-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder From Along-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder & Swath Zooms: Desired Number Of Detailed Dynamic Zooms From Echograms And Swaths Echosounder Dynamic Reconstruction: Real Time Reconstruction Of Echogram Sectors, Orientation & Opening Angle Signal Processing: Sv, Ts, Normalized Split Beam Ts Accuracy: 0,1 Db (@ +20/-20° Tilt Angles) Split Beam Target Positioning Accuracy: 0,15° Sed Fish Extraction: Up To 200,000 Single Fish Detection Bathymetry Swath Coverage At 100 M Depth: 370 M Across Track / 370 M Along Track (120° Opening) Bathymetry Real-time Production: Equipment Sounding Data Does Not Allow Navigation Safety As Far As Regulation Is Concerned Pelagic Biomass Coverage At 100 M: Depth 370 M Across Track / 370 M Along Track (120° Opening) Semi-rugged Laptop Cpu Intel Core I5 6th Gen Storage 1tb Ssd Memory 16gb Display 14" Hd Touchscreen Non-touch Operating System Windows 10 Pro Camera Webcam Graphics Card Intel Hd Graphics 520 Keyboard Emissive Backlit Keyboard Ports And Interfaces 3 X Usb 3.0 (includes 1 High Powered 1.5a Usb) Hdmi 10/100/1000 Ethernet Headphones/mic Jack Sd Card Reader Port Replicator Connector Vga Serial (true) Insertable Smartcard Reader Dvd Drive Intel Dual Band Wireless-ac 802.11a/b/g/n/ac Bluetooth V4.1 + Edr (class 1) Mil-std-810g Certified (3' Drop, Shock, Vibration, Sand, Dust, Altitude, High/low Temperature, High Temperature Tactical, Temperature Shock, Humidity) Ip51 Certified Note: On-site Local Training For Small Group Atleast 5 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Nfrdi, Quezon City Current Profiler Head Type: 400khz Aqp Standard Head Acoustic Frequency: 400khz Pressure Sensor: 0-100 M Maximum Cell Size: 8 Meters Maximum Number Of Cells: 200 Cells Weight In Air: 3.7kg Internal Memory: 16gb Sd Card Data Logger With Compass & Tilt Sensor Instrument Housing: Standard Housing For Two Batt Or One 100wh Batt Harness For Options: Rs-232+ Analog In Housing For Two Batteries 300m & 6000m Cable For Impulse Connectors: 5m Rs232 Poly Cable With 8-pin Connector With Usb Antifouling Patches: Antifouling Patches Aqp 400khz Profiler 400khz With Laptop Inclusion For Software Processing Windows 10 Home, Inter I5-1135g7, Geforce Mx 350, 15.6 Full Hd, 8gb Ddr4, 512 Gb M.2 Pcie Nvme Ssd, Ms Office Home Ans Student 2019, English Internation Keyboard With Numeric Keypad, 2 Usb 3.2, 1 Usb 2.0, 1 Audio Jack, 1 Hdmi 1.4, 1 Sd Card Slot Lifetime Free Service Warranty Preventive Maintenance Should Be Served By A Certified Service Engineer At Least 2 Years Training On The Use, Care And Maintenance Of The Equipment Note: On-site Local Training For Small Group Atleast 6 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Ffrdc, Taal, Batangas

Province Of Occidental Mindoro Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 698.4 K (USD 12 K)
Details: Description Invitation To Bid Procurement Of Laboratory Equipment For College Of Criminal Justice Education – Omsc Sablayan (early Procurement Activity For Fy 2025) 1. The Occidental Mindoro State College (omsc), Through The General Fund Fy 2025 National Expenditure Program (nep) Intends To Apply The Sum Of The Following: Item No. Description Unit / Quantity Total Abc 1) Fingerprint Camera 2 Units Php125,574.80 2) Thermostatic Twin Chromed Print Dryer With Step Down Transformer 1 Unit Php89,000.00 3) Multi Function Counterfeit Detector 1 Unit Php156,771.00 4) Analytical Balance 1 Unit Php36,721.10 5) Fire Resistant Executive Gun Safe 1 Unit Php128,700.00 6) Revolver 1 Unit Php40,950.00 7) Pistol 2 Units Php120,744.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Laboratory Equipment For College Of Criminal Justice Education – Omsc Sablayan (early Procurement Activity For Fy 2025) With Project Reference No. Omsc-pbd-gs-2025-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College (omsc) Now Invites Bids For The Above Project. Delivery Period Is Sixty (60) Calendar Days. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Bids, Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Occidental Mindoro State College And Inspect The Bidding Documents At The Address Given Below During Office Hours, Mondays To Fridays (8:00-12:00/1:00-5:00) From December 09, 2024 To January 03, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders December 09, 2024 To January 03, 2025 From The Address And Websites Given Below And Upon Payment Of An Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, And Shall Be Made Thru Bank Transfer (omsc Official Dbp Bank Account) Or Payment At The Omsc Cashier. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Bidder May Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Email At Omscbac@gmail.com. 6. The Occidental Mindoro State College Will Hold A Pre-bid Conference On December 18, 2024 - 09:30am Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 973 411 1100 With Passcode: Bac2022) Which Shall Be Open To Prospective Bidders. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Shall Not Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference By Securing A Copy Of The Minutes Of The Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through (a) Manual Submission At The Office Address Indicated Below, And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of January 03, 2025. Late Bids Shall Not Be Accepted. Every Page Of The Submitted Documents Must Be Duly Signed By The Bidder And/or Its Authorized Representative. The Original And Copy 1 Of Technical And Financial Folders Must Be Soft Bound To Prevent Insertion/s And/or Modifications Of Any Documents After The Opening Of Bids. In The Online Submission Of Bids, The Documents Shall Be In Portable Document Format (pdf) And Are To Be Compressed In Zip Or Rar Format With Password Protection. Submitted Bidding Documents That Are Not In Compressed Archive Format And Are Not Password Protected, Will Be Automatically Rejected. Bidder/s Will Submit A Complete Set Of The Proposal Together With The Required Technical, Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184 Not Later Than The Set Deadline Of Submission. A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Bac Official Email Address (omscbac@omsc.edu.ph) Not Later Than The Set Deadline Of Submission Of Bids. Acknowledgement Of The Submitted Bid Shall Be Made Officially By The Bac Secretariat. Bidders, Who Submit Their Bids Electronically, Shall Submit As Well A Hard Copy Of The Bids. Any Bid Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Bids. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 03, 2025 – 2:00pm Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 973 411 1100 With Passcode: Bac2022). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix Of The 2016 Revised Irr Of Ra 9184: A. Approval And Effectivity Of The Funding Source, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or B. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Hestia S. Laurencio Bac Secretary Occidental Mindoro State College, Labangan Campus Labangan Poblacion, San Jose, Occidental Mindoro Email Address: Omscbac@gmail.com Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 106 Mobile No. 0968-8817547 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.philgeps.gov.ph/ For Online Bid Submission: Omscbac@omsc.edu.ph Date Of Issue: December 9, 2024 (sgd) Mila P. Ayes Chairperson Bids And Awards Committee
2911-2920 of 2957 archived Tenders