Camera Tenders
Camera Tenders
DEPT OF THE ARMY USA Tender
Healthcare and Medicine
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Description: Sources Sought Notice #: W900kk-25-ssn-mioss2 introduction: the U.s. Army Contracting Command - Orlando (acc-orlando) Is Issuing This Sources Sought Notice (ssn) On Behalf Of The U.s. Army Program Executive Office For Simulation, Training, And Instrumentation (peo Stri), Product Lead, Live Individual And Collective Training (pdl Live), Project Lead, Training Aids Device Simulators And Simulation (tadss) Support Operations (pl Tso), As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest In Supporting The Requirements Of The Medical Simulation Training Center (mstc), Instructor, Operator Support Services (mioss) Acquisition. it Is The Usg Intent To Set-aside For Small Business. The Result Of This Market Research Will Confirm That At Least Two Small Businesses Are Capable Of Performing. In Addition, All Small Business Socio-economic Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions. disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. program Background: the Requirements Within Mioss Are Currently Being Satisfied By Peo Stri Through The Training Instructor Operator Support Services (trioss) Contract. The Anticipated Period Of Performance (pop) Is A Base Period Of Twelve (12) Months, With At Least Two (2) And Potentially Four (4) One-year Option Periods. the Mioss Effort Consists Of Credentialed Contractor-provided Instructor/operators (i/os) Providing Instructional Services Following The Guidance And Approval Of The Medical Proponent’s Programs Of Instruction (pois), Curriculum, And Training Support Packages. Instruction Is Facilitated Through The Operation Of Hi-fidelity Mannequins And Other Mstc Program-of-record (por) Tadss. Training Includes Medical Sustainment Training Of Combat Medics (68w), Medical Education And Demonstration Of Individual Competence (medic) (tc8-800 Tables), Tactical Combat Casualty Care (tccc Or Tc3), And National Registry Of Emergency Medical Technician (nremt) Training (all Levels). Additional Training Provided At The Mstc Includes Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel. Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tccc. The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform. the Medical Simulation Training Center (mstc) Program Is The Only Peo Stri Tadss-related I/o Support Services Program Currently Being Considered For The Mioss Acquisition. While Future Requirements Cannot Be Predicted, Please Use The Program Scope Provided Below In Answering The Questions Stipulated In Paragraph 4 Of This Notice. medical Simulation Training Centers (mstc) i. Description: Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tactical Combat Casualty Care (tccc). The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform. ii. Summary Of Requirements: The Contractor Shall Provide Instruction Of Tc 8-800 Medical Curriculums And Operation Of Fielded Army Medical Training Tadss Within 21-25 Us Army Mstcs Globally. iii. Training Foci: Mstc Training Will Primarily Focus On Providing Tactical Combat Casualty Care (tccc); Tc8 -800, Medical Education And Demonstration Of Individual Competence (medic); And Sustainment Training For The 68w Military Occupational Specialty (mos), And Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel. iv. Other Training: Other U.s. Army Medical Center Of Excellence (medcoe) Approved National Registry Emergency Medical Technician (nremt) And The Proponent Via The Medcoe Mstc Program Director Through The Mstc Director/alternate Contracting Officer Representative (acor) Or Their Authorized Representative Or Command Authority May Teach Miscellaneous Courses And Training Events On A Site-specific Basis After Approval. v. Place Of Performance/personnel Staffing: The Contractor Shall Staff Each Mstc Sufficiently To Ensure The Training Throughput Capability To Train At Least 2,500 Soldiers In 68w Recertification Tc 8-800 Requirements And/or Combat Lifesaver Skills (cls) Annually Using Only Contractor Instructor Personnel. The Contractor Shall Not Staff To A Lesser Throughput Capability Even If Scheduled Classes Differ, Or The Number Of Students Scheduled Is Lower Than The Aforementioned Requirements, Or If The Installation Provides Military Instructors. Currently The Conus Locations Include -ft Moore, Ga; Ft Bliss, Tx; Ft Liberty, Nc; Ft Campbell, Ky; Ft Carson, Co; Ft Drum, Ny; Ft Cabazos, Tx; Ft Indian Town Gap (fig), Pa ; Joint Base Lewis-mcchord, Wa; Ft Riley, Ks; Ft Stewart, Ga; Ft Dix, Nj ; Ft Mccoy, Wi; Camp Atterbury, In; Camp Dodge, Ia; Camp Shelby, Ms; Camp Ripley, Mn; Camp Williams, Ut And Oconus Locations In Ft Wainwright, Ak; Vilseck, Germany; Schofield Barracks, Hi; Camp Humphreys, Korea. Other Sites May Be Added Or Removed As Required By The Government. further Analysis Is Being Conducted To Determine An Accurate Potential Ceiling Value For This Effort; Therefore, The Government Is Not Releasing Any Dollar Values For This Requirement At This Time. acquisition Strategy - Planning Information: 1. Contract Vehicle: The Determination Of Contract Vehicle And Small Business Set Aside Or Full And Open Competition Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved. 2. North American Industry Classification System (naics): The Applicable Naics Code For This Requirement Is 541990, All Other Professional, Scientific, And Technical Services, With An Associated Size Standard Of $19.5 Million In Average Annual Receipts. *note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles In Order To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards. *note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years *note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months. 3. Contract Type: The Determination Of Contract Type Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved. submission Details: interested Businesses Shall Submit A Capability Statement (10 Pages Maximum) That Demonstrating Their Ability To Fulfill The Functions And Tasks Described Herein. your Response To This Sources Sought Notice Shall Be Electronically Submitted To The Contract Specialist Via Email, Usarmy.orlando.peo-stri.mbx.mioss@army.mil, No Later Than 4:00 P.m. (est) On 08 January 2025 And Reference Sam Notice Number And Title In The Subject Line Of The E-mail And On All Enclosed Documents. Responses Shall Either Use Microsoft Office 2013 Compatible (.xlsx, .docx Or .pptx) Or Adobe Acrobat 9 Pro (.pdf) Formats. Responses Shall Be In Sufficient Detail For The Government To Determine That Your Business Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Information And Materials Submitted In Response To This Request Will Not Be Returned. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. Do Not Submit Classified Material. written Responses To This Sources Sought Notice Should Consist Of The Following: a. Company Profile / Capabilities company Profile To Include Company Name, Office Location(s), Duns/cage Code Number, Email Address, And Small/large Business Status (i.e. - Certified 8(a), Service Disabled Veteran-owned (sdvosb), Woman-owned (wosb), Economically Disadvantaged Woman-owned (edwosb), Or Certified Hubzone). Large Businesses Are Permitted To Respond To This Notice. company Point Of Contact (poc) Name, Title, Office Address, Phone Number And Email Address. describe Briefly The Capabilities Of Your Organization And The Nature Of The Services You Provide. Include A Description Of Your Background And/or Your Staff Composition To Include Advanced Academic Degrees. Please Also Include Professional Experience Of Your Staff. The Focus Of This Description Of Capabilities Is To Determine If Your Organization Has A Deep Understanding Of Training Services Within The Defense Industry. include Information About Your Firm's Ability To Grow, Such As Available Letters Of Credit And Ability To Quickly Hire Qualified Personnel. prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Government Organization Supported Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein. organization's Ability To Have Personnel Located At Oconus Locations. Does Your Company Currently Have Employees Working Full-time, With The Appropriate Labor Law Approvals In Alaska, Germany, Hawaii, And/or Korea? If Not All Locations, Identify Where And How Many Employees Are At Each Location. b. Vendor Perspective (acquisition And Contracting Strategies) what Would Be Your Organization's Management Approach To Staffing This Effort With Qualified Personnel? what Is Your Company's Ability To Begin Performance Upon Contract Award, And/or Do You Have Any Recommendations As It Relates To A Transition Period. is Your Company Capable Of Providing A Team Composition That Can Support The Scope Of This Requirement, While Also Performing At Least 50 Percent Of The Work? Explain Which Portion Of The Scope You Would Perform And Which Portion You Would Utilize The Capabilities Of Teaming Partners? Please Consider The Language At Far 52.219-14 (c) (1) - Limitations On Subcontracting. are There Primary Risk Areas And/or Potential Issues Associated With An Acquisition Of This Type? How Do You Propose To Mitigate These Risk(s)? identify The Contract Type (e.g., Firm Fixed Price (ffp), Cost, Etc.) You Believe Is Appropriate For This Requirement As Well As Any Limitations To Your Organization's Ability To Propose A Ffp With Cost Provisions Contract. the Potential Contract Will Likely Include One (1) Base Year Pop, Plus At Least Two (2) Or As Many As Four (4) Option Years. Describe How The Government's Decision On Pop May Affect Your Organization's Ability To Execute This Requirement. c. A Statement Indicating If Your Firm Is A Large Or Small Business Under Naics Code 541990 (all Other Professional, Scientific, And Technical Services); If Small Business, Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb)]. *note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself. proprietary Data: All Submittals Containing Proprietary Data Must Be Appropriately Marked. It Is The Respondent's Responsibility To Clearly Define To The Government What Is Considered Proprietary Data. The Government Reserves The Right To Make Public Any Information That Would Provide Clarification On The Requirement For Industry In Preparing For Proposals. Responders Are Advised That Any Data Submitted To The Government In Response To This Notice May Be Released To Non-government Program Support Contractors For Review And Analysis. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. These Personnel Will Have A Non-disclosure Agreement In Place. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material. this Request For Information Is Published In Accordance With Far Part 15.201(e), And Is For Planning Purposes Only. It Does Not Constitute A Request For Proposal (rfp) Or A Commitment By The U.s. Government, Nor Should It Be Construed As Such. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; And The Government Assumes No Financial Responsibility For Any Costs Incurred. There Shall Be No Basis For Claims Against The Government As A Result Of Any Information Submitted In Response To This Sources Sought. respondents Are Advised That All Submissions Become Government Property And Will Not Be Returned. The Government Is Under No Obligation To Acknowledge Receipt Of Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted Under This Sources Sought Notice.
Mindanao State University Tender
Machinery and Tools
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 130 K (USD 2.2 K)
Details: Description Mindanao State University Reference Nos. 054-25 / 01-03-25 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Company Name Date : January 14, 2025 __________________________ Quotation No. : 039-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quotation/offer Is Allowed, Suppliers Who Submitted More Than One Quotation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Upon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Suppliers Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. 11. Partial Bid Is Allowed, Evaluation, Comparison And Contract Award Shall Be Made Per Item; Partial Bid Is Not Allowed; The Goods Are Grouped In A Single Lot, Evaluation, Comparison, And Contract Award Shall Be Made Per Lot Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 1 Smart Tv 100 Inch Unit Uni-body & Slim Design, Bezel-less, Full Screen, 4k Quantum Dot Pro, Wcg Up To 95% Dci-p3, Up To 450 Nits Peak Brightness, Dolby Vision & Hdr10+, Memc 120hz, Dlg 240hz, Aipq Pro, Dolby Atmos, Dts-x, Onkyo Audio System (98""), 2.1ch (10@+10w)*2+20w, Google Tv, Hands Free Voice Control, Optional Camera/video Chat, Al Fitness / Google Meet, Game Master, Allm, Amd Freesync, 240hz Game Accelerator, 144hz Vrr, Cpu: Quad Core Arm 64bits Cpu, Gpu: Powerful, 3d Gpu Arm Dvalin, Memory: 2gb Ddr4+16gb Flash, Wi-fi 5 (2.4g+5g, Bluetooth 5.0, Hdmi 2.1, 2.0, 1.4, Usb 3.0* 1 Warranty Parts: 2 Years Labor: 2 Years ***nothing Follows*** For The Equipments Of The Offices Under The Vice-chancellor For Students Affairs - Vcsa Total Abc ₱130,000.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Abu
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Automobiles and Auto Parts
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought For Knapheide (or Equal) Truck Body Purchase And Installation general Information: this Is A Sources Sought Synopsis. This Announcement Seeks Information From Industry, Which Will Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. the Purpose Of This Sources Sought Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry. the Naics Code For This Project Is 336211 Motor Vehicle Body Manufacturing synopsis: the United States Department Of Agriculture (usda) Farm Production And Conservation Business Center On Behalf Of Usda Natural Resources Conservation Service (nrcs) North Carolina State Office Requires The Purchase And Installation Of A Knapheide Closed Truck Body To Be Installed On Nrcs Vehicle A402884. scope Of Work: the Contractor Shall Provide And Install A Knapheide (or Equal) Closed Truck Body To Be Installed On Nrcs Vehicle A402884. nrcs Vehicle A402884 Description: 2024 Dodge 3500 Tradesmen Crew Cab 4x4 the Truck Body Package To Be Installed Will Include: muni 6108d54 Truck Body 1.00 Ea chev Oem Camera Install Service Bodies 1.00 Ea 7 Way Traler Plug Install 1.00 Ea tsr Install 1.00 Ea ladder Rack W/ Two Sets Ratchet straps Install 1.00 Ea 16k Receiver Hitch Install 1.00 Ea vise Bracket Install 1.00 Ea 2000w Inverter Install 1.00 Ea 12k Winch Install 1.00 Ea 6 Drawer Unit Install 1.00 Ea d Ring Install (4) 1.00 Ea 77000768 Master Locking System For 1.00 Ea all Compact, 80", 82', 96", 108" Service Body 107h Line Body 117" Combo Body information Sought: it Is Requested That Interested Parties Submit A Brief Capabilities Package (no More Than 5 Pages In Length) Demonstrating The Ability To Provide The Required Product And Installation. This Document Shall Address, At A Minimum, The Following: company Name, Address, Point Of Contact, Phone Number, And Email Address. Company Profile To Include Socio-economic Business Size, Office Location(s), And Unique Entity Id Number (if Registered In System For Award Management). credit Card Policy And Payment Terms interested Parties Who Wish To Respond To This Sources Sought Should Send Responses Via Email No Later Than 12 Feb 2025, At 1:00 Pm Est To Cary-ann.thomas@usda.gov And Shermeka.showers@usda.gov all Emails Must Include The Subject Line: North Carolina Knapheide Truck Body Purchase And Installation Sources Sought Response. this Sources Sought Is Not A Request For Proposal (rfp) And Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As A Proposal Now Will Any Award Be Made As Result Of This Synopsis. all Information Contained In This Sources Sought Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government. Far Provision 52.215-3, Request For Information Or Solicitation For Planning Purposes (oct 1997) Is Incorporated By Reference Into This Sources Sought. The Government Will Not Reimburse Companies For Any Costs Associated With The Submission Of Their Responses To This Sources Sought. This Sources Sought Is Issued Solely For Information And Planning Purposes. Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received In This Sources Sought That Is Marked “proprietary” Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned Nor Will Receipt Be Confirmed.
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 254.5 K (USD 4.4 K)
Details: Description Republic Of The Philippines Department Of Agrarian Reform Provincial Agrarian Reform Office Marketplace, Calindagan, Dumaguete City Request For Quotation No.: 02-25-022 Date: 14-feb-25 Requested By: Pbdd To: ____________________ Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq. Sealed Quotation Duly Signed By Your Representative, May Be Submitted To The General Services Section, Department Of Agrarian Reform,marketplace, Calindagan Dumaguete City, Not Later Than February 17, 2025, 9:00am The Dar Reserves The Right To Reject Any Or All Quotations Or To Accept Such Quotation/s As May Be Considered Most Advanatageous To The Government. For More Information, You May Contact Tel. No. (035) 422-0607 Or (035) 531-3448 Anthony Rey D. Lobrido Admin. Officer Iv/gsu Head Terms And Conditions 1. The Approved Budget Of The Contract Is Php 254,500.00 2. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Withholding Tax (ewt) Of 1%. 3. Price Quotation Should Be Valid Within Thirty (30) Calendar Days From The Deadline Of Submission Of The Rfq. 4. Delivery Period Is Within Seven (7) Calendar Days From Receipt Of The Purchase Order. 5. Attach Mayors Permit, Philgeps Registration, Income Tax Return & Omnibus Sworn Statement 6. Payment Shall Be Processed After Inspection And Acceptance Of The Delivered Goods. Item No. Quantity Unit Description Unit Price Total Price 1 6 Units Lot No.1 - Printer, 3-in-1 Specifications: Interface: Print, Scan, Copy Scanner Type: Flatbed (platen) & Feeder Paper Size: A4, A5, A6, B5, Ltr, Lgl, Executive, Folio, Oficio 2, B-oficio, M-oficio, Legal (india), Foolscap, A4, 4x6", 5x7", 7x10", 8x10", Envelopes (dl, Com10, C5, Monarch), Square (89 X 89mm, 127x127mm), Card Size (91x55mm) Print Speed (a4, Iso): Up To 11/6ipm (mono/colour) Ink Bottles: (bundled) (pigment Ink/black), (dye-based Ink/cyan, Magenta, Yellow) Usb 2.0 (sub Abc Php 87,000.00) 2 2 Units Lot No.2 - Laptop Specifications: Intel Core I3-1235u 8gb Ddr4 Memory 512gb Ssd Storage 15.6 Inches Display, Windows 11 Home Integrated Graphics, Built In Camera Wifi Ready & Bluetooth With Bagpack And Free Mouse (sub Abc Php 78,000.00) 3 1 Unit Lot No.3 - Laptop Specifications: Storage: 512gb Ssd Ram: 8gb, 15.6" Fhd Ips Cpu: Intel I5-1136g7 2.4 Ghz Os Windows 11 Home Sl Color: Arctic-grey With Backpack Bag (sub Abc Php 47,500.00) 4 1 Unit Lot No.4 - Lcd Outdoor Projector Specifications: Xga 3 Lcd Brightness: 3,800 Lumens Of Color And White Brightness Resolutions: Native Xga Resolutions (1024x768) With A 4:3 Aspect Ratio Contrast Ratio: 16,000:1 Connectivity: Standard Throw Projector With Split Screen Capability Operating Altitude: Suitable For Both Low And High Altitudes Start Up Period And Cool Down Period Air Filter For Maintenance (sub Abc Php 42,000.00) I Have Read And Understood The Terms And Conditions Stated Above. By Signing This Rfq, I Hereby Agree And Bind Myself To The Terms And Conditions. Signature Over Printed Name: Position: Name Of Business: Address: Telephone Number: Date:
National Irrigation Administration Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 972.3 K (USD 16.6 K)
Details: Description Item No. Qty Unit Item & Description 1 2 Set Laptop Computer Specification: Minimum Requirement Operating System: Windows 10 Processor: Intel Core I7-11370h Processor 3.3 Ghz, 4 Cores (12m Cache, Up To 4.8ghz) Graphics: Nvidia Geforce Rtx 3060 Laptop Gpu, With Boost Up To 1390mhz At 80w (85w With Dynamic Boost), 6gb Gddr6 Display: 15-inch, Fhd (1920 X 1080) 16:9, Anti-glare Display, Srgb:62.5%, Adobe:47.34%, Refresh Rate:240hz, Value Ips-level, Adaptive-sync, Optimus Memory: 16gb Ddr4 On Board, Ddr4-3200 So-dimm, Max Capacity:32gb Storage: 512gb 3.0 Nvme M.2 Ssd I/o Ports: 1x 3.5mm Combo Audio Jack 1x Hdmi 2.1 Tmds 3x Usb 3.2 Gen 1 Type-a 1x Rj45 Lan Port 1x Thunderbolt 4 Support Displayport / Power Delivery Protective Laptop Bag Ac Frequency Bandwidth: 40~400hz Installed With Licensed Windows Operating System And Microsoft Office 2 2 Set Desktop Specification: Minimum Requirement Intel I9-14900f 4.3ghz 24-cores 32-threads 36mb Cache Ddr4 Lga1700 Cpu Gigabyte Ga-b760m-ds3h Ddr4 Lga1700 M-atkingston Kf432c16rb2ak2/16 16gb (2x8) 3200mhz Cl16 Dimm Fury Renegade Rgb (32gb) Kingston Snv2s/1000g 1tb Nv2 Gen4 Pcie Nvme M.2 2280 Ssd Palit Ne63050018p1-1070d Rtx3050 Dual 8gb Gddr6 128bit Dvi Hdmi Dp Graphics Card Gigabyte Gp-ud850gm 850w 80+ Gold Fully Modular Power Supply Coolman Aurora W/ 3pcs Rgb Fan Atx Mid-tower Gaming Case Black 27" Ips 100hz Fhd Monitor Krs-8372 A-shape With Mouse Usb Black Secure 1000va/ 700watts Ups 3 1 Set Colored Photocopier,printer And Scanner Specification: Minimum Requirement Copy,print,network Scan And Optional Fax Function 600, Fast 1200 Dpi Resolution Up To 24/12 A4/a3 Pages Per Minute In Colour And B/w Automatic Back To Back Printing Automatic Sorting Duplex Automatic Document Feeder4 Inch Colour Touch Screen Function Menu Paper Thickness Capabilities -tray 1: (built In) 20gsm To 256gsm (500 Sheets) -tray 2: (optional) 20gsm To 256gsm -mptray: (built In) 100 Sheets Capacity Or Higher With 5 Sets Of Toner 4 4 Set Viewing Device Specification: Minimum Requirement Cpu: Dimensity 8100 Ram: 8gb Storage: 256 Gb Display: 6.6 In 1080p Ips Lcd 144hz Camera: 64+8+2mp Rear/16mp Front Os: Android 12 With Miui 13 Battery: 5080 Mah, 67w Fast Charging
Alaminos City National High School Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 85.7 K (USD 1.4 K)
Details: Description Senior High School Republic Of The Philippines Department Of Education Region I Schools Division Office Of Alaminos City Alaminos City National High School San Jose Drive, Poblacion, Alaminos City Bids And Awards Committee Date : February 4, 2025 Reference No.: Rfq2025-02-006 Mode Of Procurement: Np-small Value Procurement Request For Quotation Please Quote Your Price Inclusive Of Vat On The Item/s Listed Below. Submit Your Quotation And Photocopy Of The Following Requirements In A Sealed Envelope (signed By You Or Your Representative Across The Seal) Not Later Than February 7, 2025, 12:00 Pm To Wit: 1. Mayor's Permit 2. Philgeps Registration Number Certificate, 3. Certificate Of Registration (bir Form 2303) And 4. Notarized Sworn Statement (revised) For Abc More Than P50,000.00. The Face Of The Envelope Must Contain The Name Of The Supplier/bidder And The Name Of The Project - Similar To The Manner Of Submission Of Bids In A Public Bidding. It Must Be Duly Received By The Alaminos City Nhs-shs Admin Office Through Manual Submission, To Be Forwarded To The Bac Secretariat, Or Send It Through Their Email Address At Alaminosnhs@gmail.com. The Submitted Quotation Shall Be Opened And Read In The Presence Of The Bac Members And The Undersigned Or Any Representative In Lieu Of Him/her. Florencio C. Valdez Bac Chairperson Terms And Conditions: 1. All Entries Must Be Typewritten Or Written Legibly. 2. Delivery Period: Seven (7) Calendar Days From Supplier's Receipt Of Purchase Order 3. Warranty: Six (6) Months For Supplies & Materials; One (1) Year For Equipment, From The Date Of Acceptance By The Procuring Entity 4. Price Validity: (30) Calendar Days From The Deadline Set For Submission Of Quotations 5. The Abc (by Lot) For This Project/program/activity/ies Is/are P 85,795.00 Note: The Head Of The Procuring Entity Reserves The Right To Review The Quotation Of The Bidders And Reject Any And All Bids, Declare A Failure Of The Procurement Process At Any Time Prior To The Contract Award Or To Not Award The Contract Pursuant To Existing Guidelines, Without Incurring Any Liability. Item No. Item Description / Technical Specification Brand/ Model Qty Unit Unit Price Total (qty X Unit Price) 1 Pliers 2 Piece 2 Long Nose 2 Piece 3 Philip Screw 2 Piece 4 Flat Screw 2 Piece 5 Heat Gun 1 Piece 6 Reflectorized Jacket 2 Piece 7 Electrical Gloves 5 Set 8 Wire Stripper 2 Piece 9 Test Light 2 Piece 10 3-way Switch 2 Piece 11 1 Way Switch 5 Piece 12 2 Gang Plate 4 Piece 13 1 Gang Plate 4 Piece 14 Duplex Outlet 4 Set 15 Db-2f Chint With 32a, 2p 6 Kaic 3 Set 16 Entrance Cap, ¾, With Adapter 3 Set 17 Pvc Pipe, ½ 4 Piece 18 Pvc Pipe, ¾ 2 Piece 19 Pvc Clamp, ½ 10 Piece 20 Pvc Clamp, ¾ 10 Piece 21 Flourescent 20w With Base 2 Set 22 Cctv ( 4 Camera Only, Wire With Video Adapter And Power Supply, Dvr, Power Supply) 2 Set 23 Fire Alarm (fire Alarm Control Panel, 4 Manual Call Point, 5 Smoke Detector, 4 Hooter) 2 Set 24 Electrical Tape, Big 3 Piece ***nothing Follows*** Total Purpose: For Tvl-electrical Installation And Maintenance (eim) Laboratory Supplier's Company Name: Tin: Address: Contact Number: Signature Over Printed Name
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Automobiles and Auto Parts
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought For Knapheide (or Equal) Truck Body Purchase And Installation general Information: this Is A Sources Sought Synopsis. This Announcement Seeks Information From Industry, Which Will Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. the Purpose Of This Sources Sought Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry. the Naics Code For This Project Is 336211 Motor Vehicle Body Manufacturing synopsis: the United States Department Of Agriculture (usda) Farm Production And Conservation Business Center On Behalf Of Usda Natural Resources Conservation Service (nrcs) North Carolina State Office Requires The Purchase And Installation Of A Knapheide Closed Truck Body To Be Installed On Nrcs Vehicle A402884. scope Of Work: the Contractor Shall Provide And Install A Knapheide (or Equal) Closed Truck Body To Be Installed On Nrcs Vehicle A402884. nrcs Vehicle A402884 Description: 2024 Dodge 3500 Tradesmen Crew Cab 4x4 the Truck Body Package To Be Installed Will Include: muni 6108d54 Truck Body 1.00 Ea chev Oem Camera Install Service Bodies 1.00 Ea 7 Way Traler Plug Install 1.00 Ea tsr Install 1.00 Ea ladder Rack W/ Two Sets Ratchet straps Install 1.00 Ea 16k Receiver Hitch Install 1.00 Ea vise Bracket Install 1.00 Ea 2000w Inverter Install 1.00 Ea 12k Winch Install 1.00 Ea 6 Drawer Unit Install 1.00 Ea d Ring Install (4) 1.00 Ea 77000768 Master Locking System For 1.00 Ea all Compact, 80", 82', 96", 108" Service Body 107h Line Body 117" Combo Body information Sought: it Is Requested That Interested Parties Submit A Brief Capabilities Package (no More Than 5 Pages In Length) Demonstrating The Ability To Provide The Required Product And Installation. This Document Shall Address, At A Minimum, The Following: company Name, Address, Point Of Contact, Phone Number, And Email Address. Company Profile To Include Socio-economic Business Size, Office Location(s), And Unique Entity Id Number (if Registered In System For Award Management). credit Card Policy And Payment Terms interested Parties Who Wish To Respond To This Sources Sought Should Send Responses Via Email No Later Than 17 Feb 2025, At 10:00 Am Est To Cary-ann.thomas@usda.gov And Shermeka.showers@usda.gov all Emails Must Include The Subject Line: North Carolina Knapheide Truck Body Purchase And Installation Sources Sought Response. this Sources Sought Is Not A Request For Proposal (rfp) And Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As A Proposal Now Will Any Award Be Made As Result Of This Synopsis. all Information Contained In This Sources Sought Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government. Far Provision 52.215-3, Request For Information Or Solicitation For Planning Purposes (oct 1997) Is Incorporated By Reference Into This Sources Sought. The Government Will Not Reimburse Companies For Any Costs Associated With The Submission Of Their Responses To This Sources Sought. This Sources Sought Is Issued Solely For Information And Planning Purposes. Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received In This Sources Sought That Is Marked “proprietary” Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned Nor Will Receipt Be Confirmed.
Municipality Of Pintuyan, Southern Leyte Tender
Automobiles and Auto Parts
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Department Of Education Division Of Naga City Tender
Publishing and Printing
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 70 K (USD 1.1 K)
Details: Description Republika Ng Pilipinas Kagawaran Ng Edukasyon Rehiyon V Tanggapang Pansangay Ng Mga Paaralan Ng Lungsod Naga Bids And Awards Committee Request For Quotation For Goods And Services Date: January 16, 2025 Quotation No. : G2025-01-027 Purchase Request No. : 24-12-522 To: All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms & Conditions Of This Request For Quotation (rfq) And Submit Your Quotation Duly Signed By You Or Your Authorized Representative In The Return Envelope Not Later Than The Prescribed Period. Do Not Forget To Write The Quotation No./ Purchase Request (pr) No. In Front Of The Envelope Which You Must Seal, Sign, And Submit To Deped, Naga City Division, Roxas Avenue, Triangulo, City Of Naga. For Any Clarification, You May Contact Us At Cellphone No. 0995-751-0997 Or Email Address At Sdonaga.bac@deped.gov.ph. Fernando C. Macaraig Bac-chairman _____________________________ Signature Over Printed Name Canvasser __ Terms & Conditions A. Submission Of Requirements 1. All Entries In The Rfq Form Must Be Accurate And Legibly Written. The Rfq And Other Requirements Stated Herein Shall Be Submitted In A Sealed Envelope To The Bids & Awards Committee (bac) At Deped Naga City Schools Division Office, Roxas Avenue Triangulo, Naga City. 2. Document Requirements: (suppliers Who Had Contract/s With Deped Naga Previously And Whose Documents Are Still Valid May No Longer Submit These) A. Philgeps Registration B. Dti/sec Registration C. Mayor’s Permit/business Permit D. Tax Clearance Certificate E. Pcab License (for Infrastructure Projects) B. Evaluation Of Quotations 1. Quotation Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission B. Compliance With Technical Specifications C. Price (to Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable). 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 3. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bac 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. C. Award 1. The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation By The Bac. 2. Prior To Award, An Omnibus Sworn Statement Must Be Submitted By The Supplier. 3. Once Purchase Order Is Awarded, The Photocopy Of Bank Account Number Of The Supplier’s Company Must Be Submitted (preferably Land Bank, If Available) D. Delivery 1. Delivery Of Goods Shall Be Made Within 7 Calendar Days From The Date Of The Receipt Of The Purchase Order. 2. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 3. Deliverables Shall Be Delivered To The Deped Naga City Schools Division, City Of Naga Or Wherever The Project Site Is Defined, Cost To The Account Of Supplier. Risk And Title Pass From The Supplier To The Purchaser Upon Inspection, Receipt And Final Acceptance Of The Goods At Project Site. 4. Upon The Delivery Of Goods To The Project Site, The Supplier Shall Notify The Purchaser And Present The Following Documents: A. Original And 4 Copies Of The Supplier’s Invoice Showing The Goods Description, Quantity, Unit Price And Total Price. B. Original And 4 Copies Of Delivery Receipts C. Original Statement Of Accounts D. Approved Purchase Order E. Warranty Certificate E. Instructions 1. Supplier Shall Be Responsible For The Source(s) Of Its Goods/equipment And Shall Make The Deliveries In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be A Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Shall Pick-up The Purchase Order Issued In Its Favor Within Three (3) Calendar Days From The Date Of Receipt Of Notice. A Telephone Call, Text Message, Email Or Use Of Messaging App Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchase Order Remains Unclaimed, The Purchase Shall Be Cancelled. 3. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Deped’s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under Ra 9184 And It’s Irr Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 5. All Duties, Excise Taxes And Revenue Charges Shall Be Paid By The Supplier. 6. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 7. All Pages Of The Request For Quotation Shall Be Initialed By The Bidder/supplier To Ensure That Terms And Conditions Were Read And To Protect The Bac From Any Insinuation Of Tampering With The Said Documents. F. Inspection To Confirm Their Conformity To The Technical Specifications All Deliveries By Supplier Shall Be Subject To Inspection And Acceptance By The Deped Inspectorate Team And The End-user. And, All Costs Of The Necessary Laboratory Tests Undertaken By Deped On The Goods Shall Be To The Account Of Suppliers. G. Liquidated Damages A Penalty Of One-tenth Of The Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Delay Of The Delivery Of The Purchased Goods. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, The Procuring Entity Concerned May Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. Warranty Warranty Shall Be For The Period Of Six (6) Months For Supplies And Materials And One Year In Case Of Equipment, Reckoned From Date Of Acceptance Of The Goods At Project Site. I. Payment One Hundred Percent (100%) Of The Contract Price Shall Be Paid To The Supplier After Acceptance Of The Goods At Project Site And Submission Of The Required Supporting Documents Provided Under Letter D. Delivery. The Bids And Awards Committee: After Having Carefully Read And Accepted Your Request For Quotation And Its Terms And Conditions, I/we Quote You On The Item/s At Price Noted In This Rfq. The Quotation Shall Be Binding Upon Us For Thirty (30) Calendar Days Reckoned From The Last Day Of Submission Indicated In The Submission Requirement. The Corresponding Award Or Purchase Order Shall Be Accepted By Us Within 3 Days From Notification By Deped Naga Bac. Approved Budget Of The Contract For This Project: P 70,000.00 Item No. Item Description Qty Unit Estimated Unit Price State Comply Or Not Comply Unit Price Total Price Procurement Of Equipment For Adolescent Reproductive Health Program Implementation In Schools. Allotment Availability: Ro-5-24-1452 1. Laptop 1 Unit 40,000.00 Intel Core I5-1335u 13th Generation Processor 8gb Lpddr5 Memory 512gb Pcie Nvme Ssd/ Intel Iris Xe Graphics 15.6" Fhd Ips Slimbezel Wifi/bluetooth/web Camera Laptop Bag Rechargeable Wireless Mouse 2. Laptop 1 Unit 30,000.00 Intel Core I5-13420h 8core (4p+4e) 13th Generation Processor P-core 2.1/ 4.6 Ghz, E-core 1.5/ 3.4ghz 8gb Lpddr5-4800 Memory/512 Gb M.2 2242 Pcie 4.0x4 Nvme Ssd Integrated Intel Uhd Graphics 15.6" Fhd Wifi/bluetooth/web Camera Laptop Bag Rechargeable Wireless Mouse Note: Any Interlineations, Alteration/ Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Supplier’s Company Name: _________________________________________________________________________________________ Philgeps Registration Number: _______________________________________________ Tin ______________________________ Address: ____________________________________________________________________________________________________________ Telephone/cellphone Number: __________________________ Email: _______________________________________________ Supplier Or Authorized Representative: _________________________________________________________________________ Signature Over Printed Name: _________________________________________________ Date: _____________________________ Note: A Special Power Of Attorney Is Required For The Authorized Representative *************
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: This Is Not A Solicitation Announcement. this Is A Request For Information Only. this Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. This Sources Sought Notice Is For Market Research Purposes Only And Shall Not Be Considered An Invitation For Bids, Request For Quotations, Or A Request For Proposal. Do Not Submit A Proposal Or Quote. This Market Research Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Source Sought Notice. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Sources Sought Notice. Any Contract That Might Be Awarded Based On Information Received Or Derived From This Market Research Will Be The Outcome Of A Competitive Process. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. department Of Veteran Affairs
statement Of Need
cori Surgical Robot And Software Brand Name Or Equal introduction: The Pittsburgh Va Medical Center (646) Located At University Drive C., Pittsburgh, Pa 15240, Has A Brand Name Or Equal Requirement For Two (2) Smith And Nephew Cori Surgical Robot System, And Instruments. background And Scope Of Work: We Are Requesting Brand Name Or Equal Purchase Of The Smith And Nephew Cori Surgical Robot System, And Instruments For The Operating Room (or) At Va Pittsburgh Healthcare System (vaphs). This System Is Upgraded Technology To Complement Conventional Procedures By Robotic-assisted Computer-aided Technology. the Cori System Is An Image-agnostic Registration And Real-time Gap Assessment Designed To Help Optimize Alignment And Balancing. A More Efficient System That Features An Ergonomic Handpiece With Burr Designs Delivering Twice The Cutting Volume (29% Faster Resection). The Advanced Tracking System Offers A 458% Faster Refresh Rate, And Enhanced Workflow Requires Fewer Steps Saving Time In The Operating Room. This System Is Designed To Be Portable With A Small Or Footprint, Using Real Intelligence Software To Offer Broad Capabilities And An Expanding Range Of Joint Reconstruction Indications. total And Partial Knee Surgery:
designed To Achieve Accuracy In Bone Resection And Alignment.
revision Knee Surgery:
the First System Indicated For Robotic-assisted Revision Knee Surgery In The Us. image-free Smart Mapping Eliminates Potential For Image Distortion Caused By In-situ Components, With 3d Joint Models Registering Anatomy And Bony Defects After Implant Extraction.
total Hip Surgery (software Only):
ri.hip Navigation Allows Surgeons To Assess Pelvic Tilt, Providing A Predicted View Of The Post-operative Anteroposterior (ap) X-ray In Surgery And Digital Measurement Of Leg Length/offset Changes. pittsburgh S Surgical Services Currently Has Four (4) Orthopedic Surgeons That Will Be Using The Cori Robot For Total Knee, And Total Hip Procedures. An Additional Two (2) Orthopedic Surgeons Will Be Joining Pittsburgh S Surgical Services, And Plan On Training/using The Cori Robot. The Cori Surgical System Was Agreed Upon By The Current Surgeons For Standardization Of One Platform For Compatibility With The Smith & Nephew Implants Used In Pittsburgh. This Robotic-assisted System Has Better Results In Lower Revision Rates, Patient Discharge Times, Improved Implant Positioning, Reduced Blood Loss, And Total Surgical Time Than Conventional Uka (unicompartmental Knee Arthroplasty) And Tka (total Knee Arthroplasty). characteristics Of The Cori Surgical System:
must Contain The Integration Of Robotics Into A Hand-held Solution.
must Be Fda-cleared For An Image-free Workflow; This Means It Is Not Dependent On Any Pre-operative Image. The Image Is Acquired Intra-operatively By Utilizing Smart Mapping Technology To Be Quick, Simple, And Highly Accurate.
should Be User Friendly With A Touch Screen Or Tablet, To Eliminate Outside Support To Operate The System.
current System Sits On A Surgical Endoscopy/video Tower. Must Have A Small Footprint Allows For A Very Simple And Easy Room-to-room Transition.
camera Must Have 458% Faster Refresh Rate Than The Ndi Camera. This Allows For The Lowest Latency Rate On The Market And Increases Accuracy And Efficiency. deliverables: Must Provide Exact Or Similar Accessories item Number
item Description
quantity
rob10024
real Intelligence Cori
2
rob10025
real Intelligence Tracking Camera
2
rob10026
real Intelligence Foot Pedal
2
rob10027
real Intelligence Robotics Tablet
2
rob10002
real Intelligence Robotics Cart Column
2
rob100021
real Intelligence Robotics Cart Base 120
2
rob10003
real Intelligence 24 Touch Screen
2
rob20000
cori Robotics Usa
2
rob10001
real Intelligence Robotics Instruments
8
4240-7500
real Intelligence Robotics Instruments
8
4240-7501
ri.knee Tibia Fixation Base Left
8
4240-7502
ri.knee Tibia Fixation Base Right
8
4240-7503
ri.knee Tibia Cut Guide Left
8
4240-7504
ri.knee Tibia Cut Guide Right
8
4240-7505
ri.knee Tracker Adapter
8
4000-6070
ri.knee Adjustable Tibia Tray Insert
8
rob10090
universal Insert Lid C
8
rob00060
navio Tka Distal Femur Punch 38mm
8
rob10100
cori Knee Tensioner
8
rob10102
cori Knee Tensioner Tray Insert
8
rob10088
universal Insert Lid A
8
rob00061
navio Tka Distal Femur Punch - 45mm
8
rob20018
ri.hip Navigation On Cori Usa Latam Apac
2
52312
sterilization Tray Hip
6
52410a
reference Array T-geometry X-press
6
52429
bone Fixator 2-pin X-press
6
52400-01a
pinless Femur Reference Array
6
54916
manual Screwdriver Hex 2.5mm
6
54919
drill 2.5mm Ao-interface
6
52781-10
hip Pointer Gauge
6
52781a
hip Pointer
6
55085
starlock-array Adaptor
6
52876b
hip Caliper
6
52856b
cup Impactor Universal Offset
6
52855-34
bl Impactor Universal Thread 3/8 -16unc
6
52855-65
bl Impactor Universal Nose Radel
6
52858-01
straight Impactor Universal Shaft
6
52858-02
straight Impactor Universal Nav Interface
6
52855-34
bl Impactor Universal Thread 3/8 16unc
6
52855-65
bl Impactor Universal Nose Radel
6 delivery Requirement: Deliver All Line Items Specified Under Data/deliverables To:
vamc Pittsburgh Attn: Warehouse/biomed
university Drive C. Room 2a118
pittsburgh, Pa 15240 during Normal Operating Hours, M-f 8:00am 3:30pm reports/deliverables:
delivery Confirmation Of Equipment And Commodities Will Be Made Through The Logistics Department Of The Vamc Pittsburgh (646). This Will Include Documentation Of Receipt And Assignment Of A Facility Based Ee Number For Identification And Tracking Purposes. Delivery Confirmation Of Non-equipment/ Commodities Acquisitions Is The Responsibility Of The Receiving Facility And/ Or Service. request For Information Instructions: the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications Mentioned Above. responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Uei Number, Cage Code, Size Of Business Pursuant To North American Industrial Classification System (naics) 339112 (size Standard Of 1000 Employees). Please Answer The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? if Not, Can You Provide Additional Information Shown Below. This Is To Confirm Compliance With The Nonmanufacturer Rule Iaw 13 Cfr 121.406(b) Nonmanufacturers. Does Your Company Exceed 500 Employees; primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied; take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice; obtained An Individual Or Class Waiver?
if You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? if You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job. does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number.
if You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? general Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
please Submit Your Capabilities In Regard To The Salient Characteristics Detailed Above And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a. please Provide Your Uei Number. this Rfi Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Andrew.taylor@va.gov No Later Than, 4:00 Pm Eastern Time (et) On January 17, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. all Questions Will Be Addressed By The Contracting Specialist, Andrew Taylor. Questions Or Responses Will Include The Source Sought Number 36c24524q0208 In The Subject Line. All Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. any Interested Business Concern Must Submit A No Longer That 10-page Capability Statement Addressing Its Ability To Meet The Requirements Listed Above To Capability Statement Shall Include A Statement Regarding How The Business Concern Is Engaged In Wholesale Trade And Normally Sells The Item Being Supplied And How The Business Concern Will Take Ownership Of The Items Being Delivered. Vendors Shall Also Provide Certification, Evidence That They Are An Authorized Distributor Of The Original Equipment Manufacturer. provide Authorized Distributor Letter From Manufacture And Country The Surgical Robot Is Manufactured In. if A Solicitation Is Issued, Information Will Be Posted On The Sam Web Site For All Qualified Interested Parties At A Later Date And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information. Information Will Only Be Accepted In Writing By E-mail To Contracting Officer At Andrew.taylor3@va.gov Include 36c24425q0208 In The Subject Line. disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. end Of Document
3961-3970 of 4104 archived Tenders