Camera Tenders

Camera Tenders

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

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

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

University Of The Philippines Visayas Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 670.5 K (USD 11.5 K)
Details: Description Technological University Of The Philippines Visayas F-pro-04 Capt. Sabi St., City Of Talisay, Negros Occidental 1 Procurement Office 18 Jan 2024 Request For Quotation February 7, 2025 Business Name Date Please Quote Your Lowest Price On The Items Listed Below, Subject To General Conditions Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative. Engr. Ryan C. Reyes, Dt 1 Bac Chairperson Page 1 Of 4 Item No. Unit Item Description Qty Unit Cost Total Cost 1 Pc. Adapter, Universal Socket 1 2 Unit Adapter, Usb-c To Hdmi & Vga, 4-in-1 5 3 Unit Automatic Voltage Regulator, 2000w 1 4 Unit Automatic Voltage Regulator, 500w, 350va, 5a Fuse, 220v, 3-outlet 5 5 Unit Cable, Hdmi To Hdmi, 10m Min. 4 6 Unit Cable, Hdmi To Hdmi, 5m Min. 9 7 Unit Computer, Desktop, For Office Use 1 8 Unit Computer, Laptop, 14-core, 18-thread, 4.5ghz Max 3 - 4 Performance Cores, 8 Efficient Cores, 2 Low-power Efficient Cores - 16gb Ram, 512gb Ssd, Arc Graphics - 14.0" Oled Display, Fast-charging - W/ Windows 11 Home, Office For Home & Student 2021 9 Unit Flash Drive, Usb, 64gb Min. 6 10 Unit Hard Drive, External, 1tb 1 11 Set Ink Cartridge Set, For Printer, Authentic, 680, Black & Colored 1 12 Bot. Ink, For Printer, Authentic, 001, Black 9 13 Bot. Ink, For Printer, Authentic, 001, Cyan 7 14 Bot. Ink, For Printer, Authentic, 001, Magenta 7 15 Bot. Ink, For Printer, Authentic, 001, Yellow 7 16 Bot. Ink, For Printer, Authentic, 003, Black 27 17 Bot. Ink, For Printer, Authentic, 003, Cyan 11 18 Bot. Ink, For Printer, Authentic, 003, Magenta 10 19 Bot. Ink, For Printer, Authentic, 003, Yellow 11 20 Bot. Ink, For Printer, Authentic, 008, Black (100ml Min.) 11 21 Bot. Ink, For Printer, Authentic, 008, Cyan (100ml Min.) 7 22 Bot. Ink, For Printer, Authentic, 008, Magenta (100ml Min.) 8 23 Bot. Ink, For Printer, Authentic, 008, Yellow (100ml Min.) 7 24 Bot. Ink, For Printer, Authentic, Bt-5000-c, Cyan 12 25 Bot. Ink, For Printer, Authentic, Bt-5000-m, Magenta 12 26 Bot. Ink, For Printer, Authentic, Bt-5000-y, Yellow 12 27 Bot. Ink, For Printer, Authentic, Bt-d60bk, Black 14 28 Bot. Ink, For Printer, Authentic, Gi-71, Black 5 29 Bot. Ink, For Printer, Authentic, Gi-71, Cyan 3 30 Bot. Ink, For Printer, Authentic, Gi-71, Magenta 3 31 Bot. Ink, For Printer, Authentic, Gi-71, Yellow 3 32 Bot. Ink, For Printer, Authentic, Gi-790-bk, Black 9 33 Bot. Ink, For Printer, Authentic, Gi-790-c, Cyan 4 34 Bot. Ink, For Printer, Authentic, Gi-790-m, Magenta 5 35 Bot. Ink, For Printer, Authentic, Gi-790-y, Yellow 5 36 Bot. Ink, For Printer, Authentic, T6641, Black 36 37 Bot. Ink, For Printer, Authentic, T6642, Cyan 16 38 Bot. Ink, For Printer, Authentic, T6643, Magenta 16 39 Bot. Ink, For Printer, Authentic, T6644, Yellow 16 40 Unit Keyboard, Usb Type 3 41 Unit Laser Presenter, Wireless, Rechargeable, 2.4ghz 6 42 Unit Monitor, For Computer, 24" 1 43 Unit Mouse, Usb Type 7 44 Pc. Mousepad, 70" X 30" 2 45 Unit Multi-port Hub, Usb-c To Hdmi/vga/card Reader/etc., At Least 10-in-1 2 46 Unit Printer, Monochrome 1 47 Unit Printer, Print/copy/scan, Ciss, W/ Adf 1 48 Unit Printer, Print/copy/scan, Ciss 1 49 Unit Printer, Print/copy/scan/fax, Automatic Duplex, Ciss, W/ Adf 1 - 1200 X 2400 Dpi Optical Reso., 216mm X 356 Max. Scan Area 50 Unit Projector, 3-lcd, 3-chip Technology 4 - Native Reso: 1024 X 768, Xga - Color/white Brightness: 3300 Lumens 51 Unit Projector, Business Grade, Wifi, W/ Whitescreen & Stand 2 - Resolution: Xga/wxga/1080p - Contrast Ratio: 15000:1 - Brightness Range: 2000 Lumens 52 Unit Router, For Wifi, Wireless, 300mbps 1 53 Unit Scanner, High-speed 1 54 Set Sensor Kit, For Micro-controller, 37-in-1 1 55 Unit Speakerphone, Conference Type, Portable, Wireless 1 56 Cartridge Toner, For Brother Mfc-l8340cdw, Authentic, Black 1 57 Cartridge Toner, For Brother Mfc-l8340cdw, Authentic, Magenta 1 58 Cartridge Toner, For Brother Mfc-l8340cdw, Authentic, Yellow 1 59 Cartridge Toner, For Canon Lbp-2900, Authentic 2 60 Unit Uninterruptible Power Supply, 1000va, 220vac, 4-outlet, W/ Avr Function 4 61 Unit Uninterruptible Power Supply, 650va, 360w, 4-outlet, Min. 1.2m Cord 2 62 Unit Web Camera, W/ Built-in Microphone 1 After Having Carefully Read And Accepted Your General Conditions, I/we Quote You The Item At The Prices Noted Above. Note: Please Submit This Quotation Together With Other Pertinent Documents For Non-accredited Tup Visayas Suppliers/contractors. You May Contact Procurement_tupvisayas@tup.edu.ph And (034) 445-2177. Printed Name / Signature Address 101 Q1-its Contact No. / Email Address Mode/s Of Procurement: Shopping 52.1b (for Posting) Pr #/s: 0006, 0043, 0070, 0014, 0016, 0017, 0018, 0019, 0020, 0024, 0025, 0026, 0027, 0028, 0029, 0030, 0031, 0033, 0034, 0036, 0038, 0039, 0041, 0042, 0046, 0047, 0049, 0055, 0056, 0057, 0058, 0059, 0061, 0062, 0063, 0064, 0072, 0073, 0074, 0075, 0076, 0077, 0079 Date Quoted End User/s: Espinosa, P. Ii; Gaitan, E.; Gamboa, W.; Pabalinas, R.; Antonio, Az.; Betron, Ir.; Radan, L.; Escobar, Sm.; Bolo, R.; Bergola, J. Ii; Quintanilla, Jj.; Romero, R.; Siason, Mf.; Bernadas, D.; Hautea, S.; Obstaculo, S.; Deldo, R.; Repe, H.; Asuncion, F.; Golingay, J.; Radan, L. Ii; Visitacion, M.; Vasquez, M.; Dejaresco, L.; Sumugat, J.; Delumpa, Cg.; Ferrer, Mcg.; Castociano, J.; Ang, C.

Philippine Statistical Research And Training Institute Tender

Security and Emergency Services...+1Manpower Supply
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 981.7 K (USD 16.7 K)
Details: Description Item No. Qty Unit Item/description Unit Price Total Amount Procurement Of 2025 Security Services (apri 1 – December 31, 2025) 1 Lot Terms Of Reference For Security Services 1.the Security Agency Is A Duly Licensed And Bonded Security Agency Operating Under The Provisions Of Republic Act No. 5487, As Amended. 2.the Guards Are To: I)maintain Peace And Order; Ii)watch, Safeguard, And Protect The Property Of The Psrti From Theft, Robbery, Arson, And Destruction Or Damage; Iii)protect Employees And Guests Of The Psrti From Assault, Harassment, Threat Or Intimidation, And Iv)enforce And Implement Rules, Policies, And Regulations Of The Psrti To Maintain Security And Safety. 3.duties Of Security Guard, With Observance To The General Orders Prescribed By The Implementing Rules And Regulations Of R.a. 5487, As Amended With Major Functions: 1.reports And Records All Activities Within His Area Of Responsibility; 2.respond Quickly In The Occurrence Of Any Untoward Incident, And 3.endorse Properly All Duties And Responsibilities To The Incoming Guard Who Will Perform The Same Functions. Service Requirements 4 Licensed Security Guards (2 Males And 2 Females) To Be Deployed On Two (2) Floors, The 15th And 16th Floor The Upper-class Tower, Quezon Avenue, Corner Scout Reyes, Paligsahan, District 4, Quezon City: Working Schedule: 6:00 Am To 2:00 Pm And 2:00 Pm To 10:00 Pm, Mondays To Sundays Security Guard’s Basic Functions: 1.providing Security Services To The Entire Premises That The Psrti Is Renting And Occupying; 2.patrolling Of The Entire Premises Before The End Of Each Shift; 3.enforcing I.d. System To All Psrti Employees And Csws, Janitorial Staff, And Other Visitors; 4.maintaining Control Of Keys And Locks Of Various Psrti Offices; 5.prevent Losses Of Properties Of Psrti; 6.checking Of Bags And Other Personal Belongings Of Psrti Staff, Joes, Utility Workers, Clients, And Other Persons Before Entering And Leaving The Psrti Premises; 7.follow And Strictly Implement The Safety And Health Protocol Issued By Psrti In Compliance With The Requirements Of Doh-iatf On Covid-19; 8.monitor And Provide At Least Two (2) Weeks Duration Of Security Footage From Cctv Cameras To Psrti; And 9.perform Other Security-related Functions As May Be Needed In The Operations Of The Agency. Qualifications Of Guards 1.good Moral Character And Reputation, Courteous, Alert, And Without Criminal Or 2.with No Police Record; 3.physically And Mentally Fit; 4.duly Licensed And Properly Screened And Cleared By The Pnp, Nbi Other Government Offices Issuing Clearances For Employment, And 5.in Possession Of Such Other Qualifications Required By The Republic Act No. 5487 As Amended. Mode Of Payment For And In Consideration Of The Above Services, The Security Agency Shall Be Paid Within Thirty (30) Days After Receipt Of The Billing Statement. The Security Agency Shall Be Entitled To An Adjustment Of The Stipulated Contract Price If The Minimum Wage Is Increased Or If Increased Fringe Benefits In Favor Of The Employees Are Promulgated By Law, Executive Order, Decree, Or Wage Order After The Execution Of This Contract. Said Adjustment Shall Be Equivalent To The Amount Of Increase In The Minimum Wage Or The Amount Of Increase In Fringe Benefits Promulgated Or Both As The Case May Be. Supervision And Control The Security Agency Shall Exercise Discipline, Supervision, Control, And Administration Over Its Guard’s By-laws, Ordinances, And Pertinent Governmental Rules And Regulations As Well As The Rules And Policies Laid Down By The Psrti On The Matter. Equipment And Uniform For Security Personnel The Security Agency Shall Also Provide And Equip The Assigned Guards With The Following Paraphernalia Which Includes But Is Not Limited To: 1.complete The Set Of Security Guard Uniforms; 2.two (2) Units Duly Licensed Pistol With Ammunition; 3.two (2) Flashlights; 4.two (2) Search/nightstick; 5.provision For Mobile Phones With Load; And 6.first Aid Kits. 7.provision Of At Least Seven (7) Cctv In Key Areas With Live Monitors At Each Guard Station, With The Capacity To Hold A Copy Of The Footage Of At Least Two (2) Weeks. The Video Recorder Must Be Located At Identified Areas At Each Floor By Psrti. 981,750.24 981,750.24 ---nothing Follows--- Note: Please Attach Philgeps Accreditation, Mayor’s Permit, Bir 2303 Certificate Of Registration, Omnibus Sworn Statement Total 981,750.24

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: The Department Of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Co 80111-5152 Is Soliciting Quotations For Service-disabled Veteran Owned Small Businesses (sdvosbs) Total Set-aside For The Veterans Health Administration Member Services (vha-ms) Topeka, Ks And Fort Riley, Ks Ccure Pacs License And Cctv Systems Maintenance Services Iaw The Performance Work Statement (pws). please Review All Attachments For This Requirement To Include The Amendment Documents. all Quotations And Supporting Documents Shall Be Sent Via Email To John Cheng, Contracting Officer, E-mail: John.cheng2@va.gov. Submission Shall Be Received Not Later Than 12:00pm Mdt On January 27, 2025.  late Submissions Will Not Be Accepted.â  Only E-mailed Quotes Will Be Accepted. It Is The Responsibility Of The Vendor To Ensure The Governments Timely Receipt Of Their Quote. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations And Technical Statements/documents Are Being Requested, And A Written Solicitation Document Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation.â  this Solicitation Is A Request For Quotations (rfq). The Government Anticipates Awarding A Firm Fixed Priced Base Plus 3 Option Years Service Contract. evaluation Of Quotes:â  basis Of Award. This Procurement Is Being Conducted Pursuant To Far Part 12.301(c) Procedures. The Government Intends To Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation And Limitations Of Subcontracting Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers Quote, Conforming To The Solicitation, Whose Quoted Price Does Not Exceed The Amount Of Funding Available For The Procurement, And Whose Quoted Price Is Found To Be Reasonable. Price Alone Is Not The Sole Evaluation Factor. In Addition To The General Standards Of Responsibility Found At Far 9.104-1, In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standard Of Responsibility Will Not Be Eligible To Receive Contract Award. sp1 Contractor Is An Authorized Dealer/distributor To The Ccure 9000 Oem: Software House. Offeror Must Be Able To Provide Proof From The Ccure 9000 Oem: Software House Confirming Authorized Dealer/distributor Letter For The Ccure 9000 System Software Licenses. sp2 Contractor S Technician Certifications. Offeror Must Be Able To Provide Proof From Their Designated Technician(s) S Training Certification Of Software House Istart Ultra Acss Panel, Technician(s) Training Certification In Ccure 9000, And Technician(s) Experienced In Installing, Maintaining, And Servicing Cctv Cameras And Security Systems. quotes Will Be Evaluated In The Following Manner. The Lowest-priced Quote Will Be Identified. The Lowest-priced Quote Will Be Evaluated To Determine If The Quoted Price Exceeds The Amount Of Funding Available For The Procurement. If The Quoted Price Does Not Exceed The Amount Of Funding Available For The Procurement, The Quoted Price Will Be Evaluated To Determine If It Is Reasonable. If The Quoted Price Is Found To Be Reasonable, The Contracting Officer Will Then Determine If The Offeror Is Responsible Using The General Standards Of Responsibility And The Special Standards Of Responsibilities (ssrs) Applicable To This Procurement. If Contract Award Cannot Be Made To The Offeror, The Contracting Officer Will Evaluate The Next Lowest-priced Quote Following The Procedures Described Above. This Process Will Continue Until A Contract Award Can Be Made, Or The Contracting Officer Determines That No Contract Award Can Be Made. The Contracting Officer May Likewise Find All Quotes, Not Acceptable And Cancel The Solicitation If The Quotes Under Evaluation Exceeds The Amount Of Funding Available And/or Technical Documents Do Not Meet The Sow And Ssrs For The Procurement. Technical Documents And Past Performance, When Combined, Are More Important Than Price, In Accordance With Far 15.304, The Relative Importance Of All Other Evaluation Factors. The Government Intends To Evaluate Quotes And Technical Documents To Award A Contract Without Discussions With Offerors. However, The Government Reserves The Right To Conduct Discussions At Any Time If Determined By The Contracting Officer To Be In The Government S Interest.

City Of Cagayan De Oro Tender

Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 9.1 Million (USD 156.1 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Installation Of Closed Circuit Television With Pedestal, Barangay 18; Sn 349a - 2024 1. The City Government Of Cagayan De Oro, Through Current Appropriation, Annual Budget Cy 2024 Of Non-office: Economic Services Sector - Infrastructure Projects And Program - Other Development Programs & Projects - Barangay Empowerment Program & Projects, Intends To Apply The Sum Of Nine Million One Hundred Thirty Thousand Nine Hundred Sixty Six And 87/100 (php9,130,966.87) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Closed Circuit Television With Pedestal, Barangay 18; Sn 349a - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: A) Removal Of Existing Concrete Pavement B) Footing Excavation C) Construction Of Pedestal; Including But Not Limited To Footing & Column D) Installation Of Steel Works: Brackets, Pipes, Steel Plates & Rectangular Tubing E) Installation Of Electrical Works: Pipe, Connector. Coupling, Condulet Body, Service Entrance Cap, Wires, Breaker, Clamp & Grounding Rod F) Installation Of Cctv System: Nvr, Monitor, Hdd, Cameras (bullet & Ptz), Fiber Optic, Twisted Pair, Power Wire, Switches & Utilities. Completion Of The Works Is Required Fifty Two (52) Calendar Days From The Effectivity Date Stipulated In The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below From Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 23 January 2025; 2:00 P.m At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 06 February 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 06 February 2025; 2:00 P.m At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd)atty. Joeffrey D. Namalata Bac Chairperson

National Irrigation Administration Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)
Details: Description Item Qnty. Unit Agency's Specifications No. 1 1 Set/s "1. Gnss Receiver Specifications 1.1 General • Multi-frequency Gnss Receiver For Static, Rtk, And Ppk Applications • 576 Channels • Ip68-rated For Durability • Oem Gnss Board: O Must Be Originally Designed, Made, And Manufactured By The Same Brand Offered O Must Be Searchable Online As A Gnss Board Manufacturer O Brochure Of The Gnss Board Must Be Submitted • Must Be An Exclusive Distributor • Certificate Of Registration Of The Instrument From Namria Must Be Provided 1.2 Display • Oled Digital Display (1.54-inch) For Easy Configuration 1.3 Tilt Functionality • Unlimited Pole Tilt (more Than 90 Degrees) • Walk And Tilt Functionality With No Calibration Needed • 1-3 Cm Error At 90 Degrees Tilt" "1.4 Performance • Satellite Correction • Convergence/time To First Fix: 3 Minutes • Accuracy: O Horizontal: 15 Mm O Vertical: 30 Mm • Satellite Tracking: Gps, Glonass, Beidou, Galileo, Qzss, Sbas 1.5 Specifications • Ram: 512mb • Network Protocols: Ntrip Client, Ntrip Server • High-precision Static (rms): O Horizontal: 2.5 Mm + 0.1 Ppm O Vertical: 3.5 Mm + 0.4 Ppm • Static & Fast Static (rms): O Horizontal: 2.5 Mm + 0.5 Ppm O Vertical: 5 Mm + 0.5 Ppm • Real-time Kinematic (rms): O Horizontal: 8 Mm + 1 Ppm O Vertical: 15 Mm + 1 Ppm • Post Processed Kinematic (rms): Specification Included " 1.6 Storage And Operating System • Internal Storage: 16gb • Operating System: Linux 4.1.15 1.7 Connectivity • Rtk Format: Cmr, Cmr+, Rtcm 2.x/3.x • Input Voltage: 9-28v Dc • Cellular: 4g Lte/td-scdma/wcdma/gprs/gsm • Wi-fi: 802.11b/g (firmware-ready Hardware) • Bluetooth: 4.1 (minimum Range Of 40m From Receiver To Controller) • Usb: Usb 2.0 X1 • Serial Port: Rs-232 X1 • Internal Radio: O Power: 2w Minimum O Range: At Least 10 Km (must Be Tested In Actual Conditions) • Frequency: 410 Mhz - 470 Mhz 1.8 Battery • Lithium Battery: 6400mah X2 (detachable, With Led Charge Status Indicators) • Battery Operation: 16 Hours (with Two Batteries)" "1.9 Physical And Environmental • Weight: Approximately 1.1kg (without Battery) • Operating Temperature: -40°c To +70°c • Storage Temperature: -55°c To +85°c • Relative Humidity: 100% (non-condensed) • Drop Resistance: 2m Onto Concrete 2. Controller Specifications 2.1 Hardware • Operating System: Android 8.1 • Display: 5-inch Sunlight-readable Hd Touchscreen • Processor: Octa-core 2.0ghz Cpu • Memory: 4gb Ram + 64gb Rom • Cameras: 5mp Front, 13mp Rear 2.2 Rugged Design • Ip68-certified (water, Shock, And Dustproof) • Operating Temperature: -10°c To +60°c • Storage Temperature: -30°c To +70°c " 2.3 Connectivity • Wi-fi, Bluetooth, Nfc, 4g, Usb Type-c 2.4 Sensors • G-sensor, Compass, Light-sensor, Gyroscope 2.5 Features • Gnss Support: Gps, Glonass, Beidou • Special Feature: Accurate Fixes Under Canopies (must Be Tested In Actual Conditions) • Free Internet Rtk Subscription (ntrip) 2.6 Battery • Capacity: 7000mah 2.7 Software • Controller Software Can Be Installed On Android Phones, Tablets, Or Other Android Gadgets • Software Includes Data Quality Control (e.g., Configuring Tolerable Error Thresholds) • Free Cad Stake-out Feature" "3. Aftersales Terms 3.1 Warranty • Duration: Minimum Of 1-3 Years For Hardware And Software • Coverage: Defects In Materials And Workmanship • Turnaround Time: Repairs Or Replacements Within 1-2 Weeks 3.2 Technical Support • Availability: 24/7 Or Extended Hours Via Phone, Email, Or Live Chat • Local Service Centers: Accessible For Quick Assistance • On-site Support: Provided For Complex Troubleshooting 3.3 Training And Onboarding • Free Initial Training For The Team, Including Software Features And Data Management • Comprehensive Documentation (user Manuals And Video Tutorials) 3.4 Service Contracts • Options To Extend Support And Warranty Beyond The Initial Period 3.5 Bundled Offers • Free Accessories (e.g., Carrying Cases, Tripods, Extra Batteries)"
4441-4450 of 4499 archived Tenders