Camera Tenders

Camera Tenders

National Institutes Of Health Tender

Laboratory Equipment and Services
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Fedbizops Synopsis document Type: Combined Synopsis/solicitation solicitation Number: Rfq-niaid-25--2252181 posted Date: January 16, 2025 response Date: January 27, 2025 set Aside: No naics Code: 334516 classification Code: 6640 contracting Office Address: department Of Health And Human Services, National Institutes Of Health, National Institute Of Allergy & Infectious Diseases/amob, 5601 Fishers Lane, Rockville Md 20852 title: Brand Name Or Equal For The Chameleon® Cryo-em Sample Prep Instrument, Accessories, And Installation primary Point Of Contact: Leah.hinson@nih.gov description: this Notice Is A Combined Synopsis/solicitation For Commercial Items Using Simplified Acquisition Procedures. This Acquisition Will Be Made In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items,” As Applicable, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation (a Written Solicitation Will Not Be Issued) And Quotes Are Being Requested. The Solicitation Number Is Rfq-niaid-25-2252181 And The Solicitation Is Issued As A Request For Quotes (rfq). this Acquisition Will Be Processed Under Far Part 13 Simplified Acquisition Procedures (sap). The Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 November 12, 2024. the North American Industry Classification System (naics) Code For This Procurement Is 334516, Analytical Laboratory Instrument Manufacturing, With A Size Standard Of 1000 Employees. The Requirement Is Being Competed With A Brand Name Restriction, And Without A Small Business Set-aside. project Description: the Structural Biology Core (sbc), Virology Laboratory (vl), Vaccine Research Center (vrc), National Institute Of Allergy And Infectious Diseases (niaid), National Institutes Of Health (nih) Uses A Structure-based Approach For Developing Antibody Therapeutics And Vaccines For Infectious Diseases, Including But Not Limited To Covid-19, Hiv-1, Malaria, Flu, And Rsv. The Structural Analysis Of Pathogen Proteins, Antibodies, And Vaccines Is Essential To Current And Future Sbc Research. It Requires High-resolution Cryo-em Data Attainable Only With High-quality Samples. The Choice Of The Available Equipment On The Market Is Limited By A Niche Nature Of Cryo-em Equipment Manufacturing. The Chameleon Cryo-em Sample Preparation Instrument Is A Unique Tool That Employs Blot-free Technology For Sample preparation. Its Self-wicking Grids Enable Rapid, On-the-fly Sample Dispensing, Minimizing The Adverse Effects Of Protein Exposure To The Air-water Interface. This Approach Effectively Addresses Issues Such As Preferred Orientation, Aggregation, And Denaturation. The Instrument Offers Several Key Advantages, Including The Ability To Dispense Nanomolar Sample Volumes, Automated Grid Handling, Camera-assisted Screening, Experimental Condition Tracking And Recording, And The Development Of Automated Workflows. Currently, No Alternative Equipment On The Market Utilizes Blot-free Technology. To Meet The Specialized Needs Of Sbc Vrc, We Propose The Acquisition Of The Chameleon Cryo-em Sample Preparation Instrument. niaid Has A Requirement For A Brand Name Or Equal Of The Chameleon-cryon-em Sample Prep Instrument Manufactured By Spt Labtech Ltd In The United Kingdom. the Brand Name And Part Numbers For The Products/services Are Provided In Full Detail Below. to Be Considered For Award, Vendors Quoting “equal” Product/services, Including “equal” Products/services Of The Brand-name Manufacturer, Must Meet The Following Minimum Requirements/specifications: description Of Need: 1.chameleon-cryon-em Sample Prep (see Quote)- Part # 3247-00001 Qty 1 Minimum Sample Volume: 5μl Minimum Dispense Volume: 6nl Batch Capacity: 8 Grids Sample Temperature Control: 4°c To 40°c Minimum Dispense-to-plunge Time: 54 Msec Liquid Nitrogen Level Monitoring Liquid Ethane Temperature Control Integrated Semi-automated Characterization And Plunge Speed Tuning Integrated Closed Loop Glow Discharge Module Integrated Post-dispense Qc System Session Tracking And Reporting Datapack Includes The Following Accessories: Chameleon® Cryogen Bowl Assembly -part #3247-70786, Qty1 Ethane Condensing Kit-part # 3247-70562, Qty 1 Chameleon® In-built Desktop Pc Controller (win 10) With Chameleon® Software, Qty 1 License & Comms Installed- Part# 3247-70799, Qty 1 Chameleon® Consumables Starter Pack- Part # 4150-40008, Qty 1 Installation- Part # Sla-ins-029, Qty 1 Vision Lite- Chameleon ® Applications Support Package- Part# Sla-tra-031, Qty 1 2. Shipping And Handling. Qty 1 delivery: 30 Days Aro place Of Performance: Nih, Vrc, Vl, Building 40, 40 Convent Dr, Bethesda, Md 20892, United States. Fob: Destination if Providing An Equal Product(s)/services(s), Please Supply Descriptive Data For Evaluation Purposes To Determine The Validity Of How It Is An Equal. The Following Far Provision Applies To This A Solicitation Far 52.211-6 Brand Name Or Equal (aug 1999): (a) If An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government’s Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must- (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By- (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c) The Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Provision) the Government Intends To Award A Firm Fixed Price Purchase Order To The Responsible Contractor As A Result Of This Rfq That Will Include The Terms And Conditions Set Forth Herein. The Award Will Be Based On The Following: Technical Capability To Meet The Requirements And Price. by Submitting A Quote In Response To This Solicitation, Vendor Is Accepting The Following Terms And Conditions: the Following Far Provisions Apply To This Acquisition: far 52.212-1 Instructions To Offerors Commercial Items (sep 2023) far 52.212-3 Offerors Representations And Certifications - Commercial Items (may 2024) far 52.204-7 System For Award Management (oct 2018) (offerors Must Complete Annual Representations And Certifications On-line At Http://www.sam.gov/ In Accordance With Far 52.212-3 Offerors Representations And Certifications- Commercial Items (please Ensure Far 52.209-2 -- Prohibition On Contracting With Inverted Domestic Corporations--representation. (nov 2015) Is Updated In Your Sam Record) far 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements – Representation (jan 2017) far 52.204–26 Covered Telecommunications Equipment Or Services-representation (oct 2020) *** Must Complete Representation If Attached To This Solicitation- See Attachment 52.204-26 the Following Far Contract Clauses Apply To This Acquisition: far 52-212-4 Contract Terms And Conditions Commercial Items (nov 2023) far 52-212.5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (may 2024) *the Applicable Subparagraphs Of Far52.212-5 Are Included In The Attachment To This Posting. far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015) 52.252-2 -- Clauses Incorporated By Reference. (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Http://farsite.hill.af.mil/vffara.htm by Submission Of An Offer, The Offeror Acknowledges The Requirement That A Prospective Awardee Shall Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation (www.sam.gov). copies Of The Above-referenced Provisions And Clauses Are Available From Http://www.acquisition.gov/far/loadmainre.html & Http: //www.hhs.gov/regulation/index.html Or, Upon Request, Either By Telephone Or Fax. submission Shall Be Received No Later Than January 27, 2025 @ 10:00 Am Est all Quotations And Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov. All Vendors Must Register In The Esass System To Submit A Quotation. Instructions On How To Register / Submit Quotes Are Included On The Website. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). All Responsible Sources May Submit An Offer That Will Be Considered By This Agency.

Department Of Education Division Of Ozamiz City Tender

Electronics Equipment...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 94.8 K (USD 1.6 K)
Details: Description Item No. Qty Unit Items And Description Abc 1 10 Pcs Air Freshener Gel, Min. 180g 93.75 2 1 Pcs Ballpen Pilot G-tec C3 0.3mm Tip Ball Pen Ball Pens Fine Point Pen 12 Pcs (black) 792.00 3 2 Pack Battery Aa Max Alkaline Heavy Duty 2s/pack 143.00 4 1 Pack Battery Aaa Max Alkaline Heavy Duty 2s/pack 462.00 5 10 Pack Battery Aaa Max Alkaline Heavy Duty 2s/pack 160.00 6 1 Pcs Binder Folder Long With 4 Ring 200.00 7 6 Pcs Binder Folder Long With 4 Ring Refill 195.00 8 2 Pcs Binding Duct Tape 3x25 Meters 240.00 9 3 Pcs Brother Bt D60 Black Ink 390.00 10 1 Pcs Brother Bt D60 Cyan Ink 390.00 11 1 Pcs Brother Bt D60 Magenta Ink 390.00 12 1 Pcs Brother Bt D60 Yellow Ink 390.00 13 1 Pcs Brother Bt-d60bk Ink Bottle (black) 390.00 14 2 Pcs Clear Book 20 Pockets Legal Size 40.00 15 9 Pcs Clear Book 60 Pockets Legal Size 198.00 16 1 Pcs Coffee Table 4,000.00 17 1 Pcs Data File Box/data Filer With Cover Chipboard Material (double Size 285mmx285mmx400mm 506.00 18 1 Pcs Data File Box/data Filer With Cover Chipboard Material (single Size 5"11x5x16") 506.00 19 1 Pcs Desktop Wifi Camera Connect To Cellphone With Voice Mini Wireless 500.00 20 2 Pcs Disinfectant Spray Kills 99.9% Bacteria, 340g (half Early Morning And Half Crisp Berry Lysol) 450.00 21 2 Pcs Documents File Box ((hard) 11x16x12” (wxlxh) 560.00 22 15 Pcs Envelope, Brown A4 4.00 23 15 Pcs Envelope, Brown Long 4.50 24 30 Pcs Envelope, Brown, Long 3.58 25 29 Pcs Envelope, Brown, Short 3.30 26 5 Pcs Envelope, Expanded, Long, Assorted Colors 15.00 27 7 Pcs Epson 003 Cyan 300.00 28 7 Pcs Epson 003 Magenta 300.00 29 19 Pcs Epson Ink 003 Black 295.00 30 8 Pcs Epson Ink 003 Yellow 300.00 31 56 Pcs Feeds Sacks 20.00 32 3 Pcs Flash Drive 128gb 650.00 33 1 Pcs Floor Marking Tape 220.00 34 21 Pcs Folder Long (white) 7.00 35 3 Pcs Glossy Photo Paper A4 Size Packs (20 Sheets Per Pack)-235gsm 302.50 36 1 Pcs Heavy Duty Stapler Hd 021 1,200.00 37 2 Pcs Hp Deskjet Gt 51 Black 105.00 38 2 Pcs Hp Deskjet Gt 52 Cyan 105.00 39 2 Pcs Hp Deskjet Gt 52 Magenta 105.00 40 2 Pcs Hp Deskjet Gt 52 Yellow 105.00 41 5 Pcs Ink Epson Original 003, Black 300.00 42 3 Pcs Ink Epson Original 003, Black 300.00 43 2 Pcs Ink Original Epson 003, Black 295.00 44 1 Pcs Ink Original Epson L1800 (t673) Black 610.50 45 1 Pcs Ink Original Epson L1800 (t673) Black 555.00 46 1 Pcs Ink Original Epson L1800 (t673) Cyan 588.50 47 1 Pcs Ink Original Epson L1800 (t673) Cyan 535.00 48 1 Pcs Ink Original Epson L1800 (t673) Light Cyan 588.50 49 1 Pcs Ink Original Epson L1800 (t673) Light Cyan 535.00 50 1 Pcs Ink Original Epson L1800 (t673) Light Magenta 588.50 51 2 Pcs Ink Original Epson L1800 (t673) Light Magenta 535.00 52 1 Pcs Ink Original Epson L1800 (t673) Magenta 588.50 53 1 Pcs Ink Original Epson L1800 (t673) Magenta 535.00 54 1 Pcs Ink Original Epson L1800 (t673) Yellow 588.50 55 1 Pcs Ink Original Epson L1800 (t673) Yellow 535.00 56 3 Pcs Ink Original Epson, 003 Black 330.00 57 4 Pcs Ink Original Epson, 003 Black 330.00 58 6 Pcs Ink Original Epson, 003 Black 330.00 59 3 Pcs Ink Original Epson, 003 Black 350.00 60 4 Pcs Ink Original Epson, 003 Black 300.00 61 5 Pcs Ink Original Epson, 003 Black 330.00 62 1 Pcs Ink Original Epson, 003 Cyan 330.00 63 2 Pcs Ink Original Epson, 003 Cyan 330.00 64 2 Pcs Ink Original Epson, 003 Cyan 330.00 65 1 Pcs Ink Original Epson, 003 Cyan 350.00 66 2 Pcs Ink Original Epson, 003 Cyan 330.00 67 1 Pcs Ink Original Epson, 003 Magenta 330.00 68 2 Pcs Ink Original Epson, 003 Magenta 330.00 69 2 Pcs Ink Original Epson, 003 Magenta 330.00 70 1 Pcs Ink Original Epson, 003 Magenta 350.00 71 2 Pcs Ink Original Epson, 003 Magenta 330.00 72 1 Pcs Ink Original Epson, 003 Yellow 330.00 73 2 Pcs Ink Original Epson, 003 Yellow 330.00 74 2 Pcs Ink Original Epson, 003 Yellow 330.00 75 1 Pcs Ink Original Epson, 003 Yellow 350.00 76 2 Pcs Ink Original Epson, 003 Yellow 330.00 77 12 Pcs Jrt Tissue Roll Big 2 Ply 120.00 78 10 Pcs Jrt, 200m, 2 Ply 210.00 79 1 Pcs Metal Fastener 94.00 80 30 Pcs Mineral Water Natures Spring 375ml 35.00 81 2 Pcs Mouse, Optical Wireless, Branded With Battery 440.00 82 2 Pcs Paper Fastener Coated (plastic) 42.00 83 5 Pcs Pencil No. 2 8.50 84 10 Pcs Permanent Marker, Fine Tip, Black 50.00 85 10 Pcs Permanent Marker, Fine Tip, Black 50.00 86 1 Pcs Plastic Fastener 50 Pcs 150.00 87 1 Pcs Printer Ecotank 3 In 1 9,300.00 88 1 Pcs Pvc Binding Cover A4 100 Pcs/pack 250.00 89 1 Pcs Ring Binder Comb 12mm 259.89 90 6 Pcs Sign Pen, Medium Tip, Green 31.90 91 3 Pcs Specialty Paper 90gsm Long 28.00 92 3 Pcs Staple Wire, No. 35 Standard 26/6 43.00 93 3 Pcs Sticky Notes 3"x3" 40.00 94 10 Pcs Trashbag, Medium 40.00 95 5 Pcs Trashbag, Small 24.00 96 2 Pcs Usb Flash Drive 3.0, 32gb 440.00 97 2 Pcs White Glue. 250 Grams 70.00 98 5 Pcs White Plastic Eraser (soft And Latex Free) 20.00 99 1 Pcs Wireless Powerpoint Presenter Clicker And Pointer With Laser Ppt Presentation Remote Control 500.00 100 2 Pcs Wood File Cabinet 6,000.00 *** Nothing Follows *** Total 94,839.39

National Irrigation Administration Tender

Software and IT Solutions
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 630 K (USD 10.7 K)
Details: Description Request For Quotation Supply & Delivery Of Ict Equipments Quotation No. Niar9-auditingservices-023 (svp) Company Name Pr No.: 2025-10-0006 Philgeps Ref. No.: Address Purpose: For The Use Of Coa Atl & Members Location: Balintawak, Pagadian City Date 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 Together With Your Eligibility/legal Documents To Procurement Section, Regional Center, Balintawak, Pagadian City Not Later Than The Bid Submission Deadline On January 15, 2025 @ 9:00 Am. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. Rex L. Armentia Bac Chairperson Supervising Engr. A Total Approved Budget For The Contract: Php 630,000.00 No. Qty Unit Agency's Specification Bidder's Specification Unit Price Total Bid Price 1 1 Unit Laptop Specifications: Processor: Intel® Core Ultra 7 258v, 8c (4p + 4lpe) / 8t, Max Turbo Up To 4.8ghz, 12mb Ai Pc Category Copilot+ Pc Npu: Integrated Intel® Ai Boost, Up To 47 Tops Graphics: Integrated Intel® Arc Graphics 140v Chipset: Intel® Soc Platform Memory: 32gb Soldered Lpddr5x-8533, Mop Memory Memory Slots: Memory Soldered To Systemboard, No Slots, Dual-channel Max Memory: 32gb Soldered Memory, Not Upgradable Storage: 1tb Ssd M.2 2242 Pcie® 4.0x4 Nvme® Storage Support: One Drive, Up To 1tb M.2 2242 Ssd Storage Slot: One M.2 2242 Pcie® 4.0 X4 Slot Card Reader: None Optical: None Audio Chip: Sound Wire, Cirrus Logic Cs42l43 Codec Speakers: 4 Stereo Speakers, 2w X2 (woofers), 2w X2 (tweeters), Optimized With Dolby Atmos, Smart Amplifier Camera: Fhd 1080p + Ir With E-shutter, Tof Sensor Microphone: 4x, Array Battery: Integrated 70wh Power Adapter: 65w Usb-c® (3-pin) Design Display: 15.3inch 2.8k Wqxga+ (2880x1800) Ips 500nits Glossy / Anti-fingerprint, 100% Dci-p3 2 3 Unit Tablet Computer Specifications: Dimensions: 247.6 X 178.5 X 6.1 Mm (9.75 X 7.03 X 0.24 In) Weight: 462 G (1.02 Lb) Build: Glass Front, Aluminum Back, Aluminum Frame Sim: Esim Stylus Support Type: Liquid Retina Ips Lcd, 500 Nits (typ) Size: 11.0 Inches, 357.6 Cm2 (~80.9% Screen-to-body Ratio Resolution: 1640 X 2360 Pixels (~264 Ppi Density) Protection: Scratch-resistant Glass, Oleophobic Coating Os: Os 17.4, Upgradable To Os 18.2 Cpu: Octa-core (4 Performance Cores And 4 Efficiency Cores Memory Internal: 128gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e, Dual-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.1 Gen2, Displayport, Magnetic Connector Features Sensors: Fingerprint (top-mounted), Accelerometer, Gyro, Compass, Barometer Battery Type: Li-po 7606 Mah (28.93 Wh) 3 4 Unit Smartphone Specifications: Dimensions: 163 X 77.6 X 8.3 Mm (6.42 X 3.06 X 0.33 In) Weight: 227 G (8.01 Oz) Build: Glass Front (corning-made Glass), Glass Back (corning-made Glass), Titanium Frame (grade 5) "sim: Nano-sim + Esim + Esim (max 2 At A Time; International) Esim + Esim (8 Or More, Max 2 At A Time; Usa) Nano-sim + Nano-sim (china)" Ip68 Dust/water Resistant (up To 6m For 30 Min) Display Type: Ltpo Super Retina Xdr Oled, 120hz, Hdr10, Dolby Vision, 1000 Nits (typ), 2000 Nits (hbm) Size: 6.9 Inches, 115.6 Cm2 (~91.4% Screen-to-body Ratio) Resolution: 1320 X 2868 Pixels, 19.5:9 Ratio (~460 Ppi Density) Protection: Ceramic Shield Glass Cpu: Hexa-core (2x4.05 Ghz + 4x2.42 Ghz) Gpu: 6-core Graphics Memory Internal: 256gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e/7, Tri-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.2 Gen 2, Displayport Features Sensors: Face Id, Accelerometer, Gyro, Proximity, Compass, Barometer "ultra Wideband (uwb) Support (gen2 Chip) Emergency Sos, Messages And Find My Via Satellite" Battery Type: Li-ion 4685 Mah "charging: Wired, Pd2.0, 50% In 30 Min (advertised) 25w Wireless (magsafe), 15w Wireless (china Only) 15w Wireless (qi2) 4.5w Reverse Wired" Xxxxx Nothing Follows Xxxxx Total Amount: Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 After Having Carefully Read And Accepted The Attached General Conditions, I/we Quote You On The Items At The Prices Noted Above. Company Name Printed Name/signature/date Accomplished Contact/telephone Number Terms And Conditions 1 All Entries Must Be Printed Or Typed Written Using The Nia Prescribed Form (rfq). Any Modification In The Terms Of The Rfq Shall Constitute To Disqualification. 2 The Total Approved Budget For The Contract (abc) Is Php 630,000.00. All Bids In Excess Of The Abc Shall Be Automatically Rejected. 3 Delivery Period Is Within 30 Calendar Day(s) From Receipt Of Purchase Order (po). 4 Price Validity Shall Be For A Period Of 90 Calendar Day(s) From The Date Of Bid Opening. 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 Inspection & Acceptance Report (iar) By The Authorized National Irrigation Administration's Representative If Applicable. Bidders Shall Submit Only One (1) Copy Of Bid/request For Quotation (rfq) Together With The Following Licenses And Legal Documents Also In One (1) Copy Placed In One (1) Sealed. Mayor's Business Permit Professional License / Curriculum Vitae (consulting Services) Printed Copy Of Philgeps Registration Number Pcab License (infra) Income / Business Tax Return (for Abcs Above P500k) Omnibus Sworn Statement (for Abcs Above P50k) 7 If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) With In 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 Order Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Item(s) 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 Procurement Section, Regional Center, Balintawak, Pagadian City, Zamboanga Del Sur, Or Email At Niaregion9bac@gmail.com. 2 Please Make Certain 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.

Department Of Tourism Tender

Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189

Bureau Of Plant Industry Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 166 K (USD 2.8 K)
Details: Description Rfq No. 0016 Pr No. 0020-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Equipment Rental To Be Used During The Bpi 95th Anniversary Celebration Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 13, 2025 (9:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: January 21-22 2025 At Bureau Of Plant Industry, Malate, Manila. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry 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. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 166,000.00 End User: Ics Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 1 Set "party Sound & Light Package With Led Wall 35 Panels (p3 9' X 12') Hd Cameras For Video Recording And Streaming (raw File Recording) Delivery/date Of Use: January 21, 2025 (1:00pm-6:00pm) January 22, 2025 (8:00am-12:00pm)" 166,000.00 "specifications: Digital Audio Mixer, D.i. Box, (4) Wireless Microphone, (2) Wired Microphone, (6) Microphone Stand, (2) Laptop With Virtual Player And Streaming App (i.e Obs), Moving Head, Lyric Stand, (2) Subwoofer Speaker, Rcf Speaker Monitor, Rcf Dual Speaker, (4) Powered Speaker, (4) Amber Lights, Smoke Machine" "others: -cables, Connectors/laptops/ Switcher/ Riser -livestream Production Operator Staff Meals Included Venue-bpi Multipurpose Hall, Malate Manila" Grand Total 166,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________

DEPT OF THE NAVY USA Tender

Telecommunication Services
Corrigendum : Closing Date Modified
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Description: Request For Quote telecom Supplies this Is A Request For Quote. This Is Not An Order. This Document Is Not Legally Binding And Does Not Commit The Us Government In Anyway. this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. this Solicitation Is A 100% Small Business Set Aside. Naics 517112 upon Completion Of This Quote, Please Email Your Response To Sgt Dario Gonzalez At Dario.gonzalez@usmc.mil. All Quotes Are Due To The Responsible Contracting Office No Later Than Mondayjanuary 27, 2025 @ 4:00 P.m. Eastern Standard Time Quotes May Not Be Accepted Past The Aforementioned Date & Time Specified. the U. S. Government Intends To Award A Firm Fixed Price Purchase Order To The Successful Offeror Of This Rfq. Award Will Be Made To The Responsible Offeror Whose Offer Conforming To The Request For Quote Will Be Most Advantageous And Provide The Best Value To The Government, Price And Other Factors Considered. All Quotes Must Comply As Follows: all Quotes Shall Be Evaluated On The Ability To Meet Required Saliant Characteristics, Delivery, And Cost. A Quote That Is So Lacking In Information, That A Proper Evaluation Would Require Elaborate Explanation, May Be Deemed Technically Unacceptable. quotes Must Confirm That The Offered Items And/or Services Are In Accordance With The Saliant Characteristics As Outlined Within This Rfq. the Offeror Shall Submit A Quotation That Includes All Prices For The Listed Items And The Delivery Dates For Each Item. the Basis Of Award For This Solicitation Will Be “price And Other Factors”. The Government Will Determine Best Value By Reviewing The Following Factors. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Approximately Equal To Cost Or Price.. price; past Performance other Factors (other Factors Include But Are Not Limited To Technical Acceptability, Delivery Time If All Offers Are Longer Than The Requested Rdd) to Be Eligible For Award Under This Rfq, Contractors Must Respond To This Rfq By The Closing Date And Time As Referenced Above. Failure To Submit The Required Information May Result In Your Quotation Being Considered Non-responsive. the Government Intends To Make One Aggregate Award Resulting From The Rfq But Reserves The Right To Make Multiple Awards Without Discussions. The Government Will Determine The Awardee Based On The Quote That Provides The Overall Best Value To The Government, Price And Other Factors Considered. To Be Found Technically Acceptable, Vendor Must Meet All The Requirements In The Solicitation. Quotes Shall Be Evaluated Based On Technical Acceptability, Price, Delivery, And Satisfactory Past Performance. 5. The Contractor Shall Quote The Requested Items As Detailed Below In Us Dollar, (usd). ********** Please Provide The Following Information ********** company Name: address: phone Number: point Of Contact: e-mail Address: ********system For Award Management (sam) Information******* uei: cage Code: authority Of Government Personnel notwithstanding Any Provision To The Contrary Contained Elsewhere In This Solicitation, The Contracting Officer Is The Only Person Authorized To Approve And Issue Amendments To This Solicitation. Any Amendment To This Solicitation, In Order To Be Effective, Shall Be Issued By The Contracting Officer. minimum Government Requirements the Referenced Brand Names Are Not Intended To Be Restrictive But Represent The Minimum Requirements Of The Government. It Is The Bidder’s Responsibility To Furnish Sufficient Information To The Government To Determine Acceptability Of The Offered "equal" Items. It Is The Governments Intent To Award One Aggregate Award But Reserves The Right To Make Multiple Awards. (quote) Total Amount: usd clin description u/i qty price detailed Description required Delivery Date 0001 unlocked Smart Phone ea 10 usd__________ see Attached Saliant Characteristics Sheet. 10 Days After Notice Of Award. 0002 unlocked Wifi Puckwith Ethernet Port ea 4 usd__________ see Attached Saliant Characteristics Sheet. 10 Days After Notice Of Award. 0003 integrated Services Router (isr) ea 4 usd__________ see Attached Saliant Characteristics Sheet. 10 Days After Notice Of Award. 0004 international Prepaid Phone Sim Cards (can Be Esim/esim voucher/physical Sim) ea 12 usd__________ see Attached Saliant Characteristics Sheet. 10 Days After Notice Of Award. 0005 international Prepaid Data Only Sim Cards (can Be Esim/esim voucher/physical Sim) ea 8 usd__________ see Attached Saliant Characteristics Sheet. 10 Days After Notice Of Award. clauses Incorporated By Full Text 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/ (end Of Provision) 52.252-2clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/ (end Of Clause) clauses Incorporated By Reference 52.204-7 system For Award Management oct 2016 52.204-13 system For Award Management Maintenance oct 2016 52.204-16 commercial And Government Entity Code Reporting jul 2016 52.204-18 commercial And Government Entity Code Maintenance jul 2016 52.204-21 basic Safeguarding Of Covered Contractor Information Systems jun 2016 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. aug 2019 52.204-25 prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. aug 2019 52.212-1 instructions To Offerors--commercial Items oct 2018 52.212-3 offeror Representations And Certifications--commercial Items (aug 2018) Alternate I oct 2014 52.212-4 contract Terms And Conditions – Commercial Items jan 2017 52.232-39 unenforceability Of Unauthorized Obligations jun 2013 52.232-40 providing Accelerated Payments To Small Business Subcontractors dec 2013 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities nov 2024 52.247-34 f.o.b. Destination nov 1991 252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011 252.204-7004 antiterrorism Awareness Training For Contractors feb 2019 252.204-7012 safeguarding Covered Defense Information And Cyber Incident Reporting oct 2016 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support may 2016 252.211-7003 item Unique Identification And Valuation mar 2016 252.223-7008 prohibition Of Hexavalent Chromium jun 2013 252.225-7040 contractor Personnel Supporting U.s. Armed Forces Deployed Outside The United States oct 2015 252.225-7043 antiterrorism/force Protection Policy For Defense Contractors Outside The United States jun 2015 252.225-7993 (dev) prohibition On Providing Funds To The Enemy (deviation 2015-o0016) sep 2015 252.232-7003 electronic Submission Of Payment Requests And Receiving Reports june 2012 252.232-7006 wide Area Workflow Payment Instructions. jan 2023 252.232-7010 levies On Contract Payments dec 2006 252.237-7010 prohibition On Interrogation Of Detainees By Contractor Personnel jun 2013 252.244-7000 subcontracts For Commercial Items jun 2013 252.246-7004 safety Of Facilities, Infrastructure, And Equipment For Military Operations oct 2010 252.247-7023 transportation Of Supplies By Sea apr 2014 clauses Incorporated By Full Text 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (dec 2023) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004s) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.] ___ (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). ___ (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). ___ (3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) ___ (4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community--see Far 3.900(a). x (5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note). ___ (6) [reserved] ___ (7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). ___ (8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). x (9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). ___ (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders--federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115-390, title Ii). ___ (11)(i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders--prohibition. (dec 2023) (pub. L. 115-390, Title Ii). ___ (ii) Alternate I (dec 2023) Of 52.204-30. x (12) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). ___ (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). ____ (14) [reserved] ____ (15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). ____ (16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). ____ (17) [reserved] ____ (18)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). ____ (ii) Alternate I (mar 2020) Of 52.219-6. ____ (19)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). ____ (ii) Alternate I (mar 2020) Of 52.219-7. ____ (20) 52.219-8, Utilization Of Small Business Concerns (sep 2023) (15 U.s.c. 637(d)(2) And (3)). ____ (21)(i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). ____ (ii) Alternate I (nov 2016) Of 52.219-9. ____ (iii) Alternate Ii (nov 2016) Of 52.219-9. ____ (iv) Alternate Iii (jun 2020) Of 52.219-9. ____ (v) Alternate Iv (sep 2023) Of 52.219-9. ____ (22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). ____ (ii) Alternate I (mar 2020) Of 52.219-13. ____ (23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). ____ (24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). ____ (25) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f). ____ (26) (i) 52.219-28, Post-award Small Business Program Rerepresentation (sep 2023) (15 U.s.c. 632(a)(2)). ____ (ii) Alternate I (mar 2020) Of 52.219-28. ____ (27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). ____ (28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). ____ (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). ____ (30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). x (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755). x (32) 52.222-19, Child Labor--cooperation With Authorities And Remedies (nov 2023) (e.o. 13126). ____ (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). ____ (34)(i) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). ____ (ii) Alternate I (feb 1999) Of 52.222-26. ____ (35)(i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). ____ (ii) Alternate I (jul 2014) Of 52.222-35. ____ (36)(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). ____ (ii) Alternate I (jul 2014) Of 52.222-36. ____ (37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). ____ (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). x (39)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). ____ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). ____ (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) ____ (41)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ____ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ____ (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). ____ (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). ____ (44)(i) 52.223-13, Acquisition Of Epeat® Registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). ____ (ii) Alternate I (oct 2015) Of 52.223-13. ____ (45)(i) 52.223-14, Acquisition Of Epeat® Registered Televisions (jun 2014) (e.o.s 13423 And 13514). ____ (ii) Alternate I (jun 2014) Of 52.223-14. ____ (46) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b). ____ (47)(i) 52.223-16, Acquisition Of Epeat®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). ____ (ii) Alternate I (jun 2014) Of 52.223-16. x (48) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). ____ (49) 52.223-20, Aerosols (jun 2016) (e.o. 13693). ____ (50) 52.223-21, Foams (jun 2016) (e.o. 13693). ____ (51)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). ____ (ii) Alternate I (jan 2017) Of 52.224-3. ____ (52) (i) 52.225-1, Buy American--supplies (oct 2022) (41 U.s.c. Chapter 83). ____ (ii) Alternate I (oct 2022) Of 52.225-1. ____ (53)(i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. ____ (ii) Alternate I [reserved]. ____ (iii) Alternate Ii (dec 2022) Of 52.225-3. ____ (iv) Alternate Iii (nov 2023) Of 52.225-3. ____ (v) Alternate Iv (oct 2022) Of 52.225-3. ____ (54) 52.225-5, Trade Agreements (nov 2023) 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). x (55) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). ____ (56) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). ____ (57) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150 ____ (58) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). ____ (59) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). ____ (60) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). ____ (61) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). ____ (62) 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332). x (63) 52.232-34, Payment By Electronic Funds Transfer—other Than System For Award Management (jul 2013) (31 U.s.c. 3332). ____ (64) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). ____ (65) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). ____ (66) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). ____ (67)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). ____ (ii) Alternate I (apr 2003) Of 52.247-64. ____ (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.] _____ (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). _____ (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). _____ (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). _____ (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). _____ (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67). _____ (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67). _____ (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658). _____ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). _____ (9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records--negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause— (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). (vii)(a) 52.204-30, Federal Acquisition Supply Chain Security Act Orders--prohibition. (dec 2023) (pub. L. 115-390, Title Ii). (b) Alternate I (dec 2023) Of 52.204-30. (viii) 52.219-8, Utilization Of Small Business Concerns (sep 2023) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts to Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018), (41 U.s.c. Chapter 67). (xvi) _____ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). _____ (b) Alternate I (mar 2, 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67.) (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67) (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658). (xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii) (a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations. (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.247-64, Preference For Privately-owned U.s. Flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) saliant Characteristics required Delivery Date: 10 Days After The Company Has Received A Notice Of The Award. delivery Address: 1st Mlg, Hq, Ecp Bldg 140199 Ammunition Road Bay 3 Oceanside, Ca 92055-56 clin0001 - Unlocked Smart Phone - Quantity 10 saliant Characteristics: - Minimum Of 256gb Storage Space -minimum Of 8gb Memory - Must Be Unlocked For International Use (phone Must Not Be Carrier Locked) - Must Have The Capability To Dual-sim And Be Esim Compatible. - Network Capability (2g Gsm, 3g Umts, 4g Fdd Lte, 4g Tdd Lte,5g Fdd Sub6, 5g Tdd sub6, 5g Tdd Mmwave) -wifi 802.11 A/b/g/n/ac/ax 2.4g+5ghz+6ghz,he160, Mimo, 1024-qam - Must Have Hotspot Capability -minimum Of 4500 Mah Battery Capacity - Operating System:qualcomm Snapdragon 8 Gen 1 Or Similar - Cpu Type Octa-core Or Similar - Rear Camera Resolution 50.0 Mp + 12.0 Mp+ 8.0 Mp Or Similar - Front Camera Resolution 10mp - Display1080 X 2340 (fhd+) clin0002 - Unlocked Wifi Puckwith Ethernet Port - Quantity 4 saliant Characteristics: - Battery: Removable Li-ion Battery(5040 Mah); Up To 11 Hours Of Continuous Usage -wifi: Full Dual-band/dual-concurrent Wifi. Wifi802.11 B/g/n 2.4 Ghz. Wifi 802.11 a/n/ac 5 Ghz -technology/bands : Max 1 Gbps Download Speeds,and 150 Mbps Upload speeds. Lte Cat 16, 4-bandca And 4x4 Mimo. Up To 4x Carrier Aggregationand Support for Laa In Future Firmware Upgrades.lte/4g Bands: 1, 2, 3, 4, 5, 7, 12, 14, 29, 30, 66. 3g bands: 1 ,2, 5. Ipv6 Support - Must Be Unlocked For International Use (must Not Be Carrierlocked) - Must Have A Minimum Of 1 Sim Card Slot -must Have A Minimum Of 1 Ethernet Port clin0003 -integrated Services Router (isr) - Quantity 4 saliant Characteristics: - 8gb Memory - Must Be Able To Bus, Poe/poe+, Adr Gnss Slot, Ssd Slot -must Have 2 Wan Ports - Gige - Must Be Capable Of Operating At -40f 140 F Temperature - 4 X Input/ Output, Console: 1 X Usb 2.0 - Mini-usb Type A,lan: 4 X 1000base-x - Rj-45, serial: 1 X Rs-232 -rj-45, Serial: 1 X Rs-232/485 - Rj-45, Usb 2.0: 1x 4 Pin Usb Type A, wan: 1 X 1000base-t - Rj-45, Wan: 1 X 1000base-x - Sfp (mini-gbic) Or Similar -compliant With Dod Directives Like 8570 (personnelcertification) And 8551.1 (network securityguidelines) clin0004 - International Prepaid Phone Sim Cards (can Be Esim/esim voucher/physical Sim) - Quantity 12 salient Characteristics: - Sim Cards Must Be Compatible For Use With The Phones, Wifi Pucks And Isr Provided. - Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025 - 12 Of The Sim Cards Must Be Able To Each Provide A Minimum Of 300 Texts, 500 Minutes Of Talk (voice Calls), And 10 Gb Of Data Per Month From March 2025 To October 2025. - Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Talk Text And Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods. - Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia, cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan, thailand, Brunei, Timor Leste. clin0005 - International Prepaid Data Only Sim Cards (can Be Esim/esim voucher/physical Sim) - Quantity 8 salient Characteristics: - Sim Cards Must Be Compatible For Use With The Wifi Pucks And Isr - Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025 - Sim Cards Must Each Be Able To Provide A Minimum Of 20 Gb Of Data Per Month From March 2025 To October 2025. - Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods. - Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia, Cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan, thailand, Brunei, Timor Leste. (end Of Saliant Characteristics)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0242. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. the Sba Non-manufacturer Rule Is Applicable, And A Waiver Will Not Be Sought For This Potential Acquisition. See Required Documents/information Below For Statement Of Compliance For Nonmanufacturers. this Is A Solicitation For Nutrace Scanners. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective January 17, 2025. this Solicitation Is 100% Set-aside For Sdvosb. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113, With A Small Business Size Standard Of 800 Employees, And The Psc Is 6515. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Promedical Nutrace For The Following: equipment Needed: item # description/part Number* qty Price Extended Amount 1 nutrace R+ Scanner 5 2 ratero Cleaning Solution System: Includes 32 Electrochemical, Fabric Tips And 32 Zip Tie Holders ratero Solution 900ml Bottle ratero Electrical Pen 1 â  Subtotal (products) â  salient Characteristics must Be Able To Read Off Bright, Reflective, Matte, And Low Contract Surfaces must Be Powered By A Laserless Beam 2mp Camera With Led Lighting And A Usb Outlet Supply From A Computer Is Needed must Be Able To Read 2d Matrix As Small As .010 X .010mm (4 Mils) it Must Come With Five 2d Data Matrix Readers For Code Verification And Use With Censitrac. 2d Scanner Must Be Fast At Reading Barcodes, With No Need To Push A Trigger To Scan The Barcodes 2d Scanner Should Read Code In Under 1 Second Irrelevant Of Instrument Contrast, Material, Or Position Of The Code must Have On-board Decoding Audible Notification And Led Flash Indicating Successful Read must Be Fully Compliant With All Applicable Standards And Regulations Set Forth By The Fda, Cdc must Have Small Footprint With Stainless Steel Design For Disinfection must Have Fully Configurable Export Options Keyboard Wedge Emulator, Virtual Com must Be Able To Operate On A Windows-based 10 And 11 Operating Software additional Information Sought: warranty Please Describe The Offered Warranty 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The White City Va Medical Center Point Of Contact. place Of Delivery: white City Va Medical Center warehouse Bldg #225a 8495 Crater Lake Highway white City, Or 97503 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.225-2 buy American Certificate (oct 2022) (41 U.s.c. Chapter 83) 52.252-1 provisions Incorporated By Reference (feb 1998) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. (g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. 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 Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.203-17 contractor Employee Whistleblower Rights (nov 2023) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.219-33 nonmanufacture Rule (sep 2021) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.219-73 va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Business (jan 2023) 852.219-76 va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E. Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kapersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) Section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78) (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.204-27 prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 52.219-28 post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2)) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 equal Opportunity (sep 2016) (e.o. 11246) 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.225-1 buy American-supplies (oct 2022) (41 U.s.c. Chapter 83) 52.225-13 52.226-8 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.232-33 payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Maureen.sundstrom@va.gov And Received No Later Than 10:00 Am Pst On 02/10/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include The Completed Buy American Certificate 52.225-2, And If Not The Manufacturer, An Authorized Distributor Letter. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: buy American Certificate authorized Distributor Letter If Not The Manufacturer completed Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date if Not The Manufacturer, A Statement Indicating Whether Your Business Complies With The Following: Nonmanufacturers: (1) A Firm May Qualify As A Small Business Concern For A Requirement To Provide Manufactured Products Or Other Supply Items As A Nonmanufacturer If It: (i) Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At § 121.201, Footnote 18); (ii) Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied; (iii) Takes Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice; And (iv) Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Paragraph (b)(5) Of This Section. the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Maureen Sundstrom At Maureen.sundstrom@va.gov. a.1 52.225-2 Buy American Certificate (oct 2022) (a)(1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c) Of This Provision Contains A Critical Component. (2) The Offeror Shall List As Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No . (3) The Offeror Shall Separately List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105). (4) The Terms Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, And Foreign End Product Are Defined In The Clause Of This Solicitation Entitled Buy American Supplies. (b) Foreign End Products: line Item No. country Of Origin exceeds 55% Domestic Content (yes/no) [list As Necessary] (c) Domestic End Products Containing A Critical Component: line Item No. [list As Necessary] (d) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation. (end Of Provision)

Philippine Fiber Industry Development Authority Tender

Software and IT Solutions
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.4 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding Project Identification No. Pb-011-2024-r The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For The “supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding” With Project Identification No. Pb-011-2024-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160,000.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500,000.00 Total Abc: Php2,660,000.00 The Philippine Fiber Industry Development Authority Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By And Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, 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). 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. Prospective Bidders May Obtain Further Information From Philfida And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents Can Be Accessed Online Starting December 26, 2024 (thursday) And The Hard Copy Can Be Purchased By Interested Bidders Starting January 3, 2025 (friday) From The Given Address And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500.00 Total Bid Doc Price: Php2,660.00 The Philfida Will Hold A Pre-bid Conference On January 7, 2025 (tuesday) At 9:30 A.m. Through Video Conferencing Via Microsoft Office 365 Teams Which Shall Be Open To Prospective Bidders. Bidder/s Should Submit A Valid Email Address One (1) Day Before The Pre-bid Conference. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Philfida’s Fiber Processing And Utilization Laboratory, Bai Compound, Visayas Ave., Diliman, Quezon City On Or Before January 21, 2025 (tuesday) At 9:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 21, 2025 (tuesday) At 9:30 A.m. At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City To Be Streamed Live Via Ms Office 365 Teams, The Link Of Which Is Available By Request. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders May Opt To Attend Virtually. The Bidders Shall Drop Three (3) Copies Of Their Duly Accomplished Eligibility Requirement, Technical And Financial Proposals In Two (2) Separate Sealed Envelopes In The Bid Box Located At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City. Interested Bidders Are Requested To Contact The Bac Secretariat At Cellular Phone Nos.: 09189402419 And 09274003482 Before Submitting The Bidding Documents. Technical Specifications: Lot 1 Supply And Delivery Of Branded And Brand New Laptop Computer Technical Specifications: 1. 2 Units 2. 14-inch Fhd+ / Ips-level Display (at Least 1920 X 1200 Resolution) 3. Monitor Panel Refresh Rate Of At Least 144hz With At Least 100% Srgb Color Coverage 4. At Least 14 Total Cores And 18 Total Threads (combination Of Performance And Efficient Cores), With At Least 3.3ghz Performance Clock Base Speed 5. At Least 6gb Of Gddr6 Dedicated Graphical Unit, With Raytracing Capability 6. At Least 16 Gb Ddr5 Ram 7. With At Least 512gb M.2 Ssd 8. With Webcam 9. With Backlit Keyboard 10. With At Least Wifi7 Technology 11. With At Least 1x Thunderbolt™ 4 (displayport™/ Power Delivery 3.1); 1x Type-c (usb3.2 Gen2 / Displayport™/ Power Delivery 3.0); 1x Type-a Usb3.2 Gen2; 1x Hdmi™ 2.1 (8k @ 60hz / 4k @ 120hz); 1x Rj45 12. With At Least Windows 11 Pro/home Os Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City Lot 2 Supply, Delivery, Installation And Orientation Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis Technical Specifications: Workstation I: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. Dual (2) Gpu Setup Connected Through 2-way Low Profile Bridges B. Each Gpu Should Have At Least 300w Max Power Consumption C. Each Gpu Should Have At Least 48 Gb Gddr6 D. With And Compatible With Pci Express Generation 4 X 16 Graphics Bus E. Vr/raytracing Compatible F. With At Least 4 Display Ports G. Ampere Architecture-based Gpu H. With At Least 10,700 Cuda Cores, And At Least 300 Tensor Cores For A.i Generation And Modelling 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Workstation Ii: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. With At Least 4 Gb Gddr6 Memory B. At Least 350 Cuda Cores C. With At Least Pci Express Gen 3 Bus D. Turing Gpu Architecture 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Peripherals, Software And Warranty: 1. Monitors: A. Two (2) Ips Panel Monitors With At Least 27 Inch Diagonal Size B. Full Hd (1920x1080) Resolution C. Height, Tilt, Swivel And Pivot Adjustable D. Supports Hdmi, Usb 3.2, Rj45 Connection 2. Keyboard And Mouse: A. 2 Pairs Of Qwerty Full Keyboard, And 2 Optical Mouse For The Workstations 3. Four (4) Support Laptops: A. With At Least 16 Cores, 22 Threads And 24 Mb Cache B. With A Turbo Clockspeed Of At Least 4.8 Ghz C. With A Dedicated Graphical Processing Unit With At Least 4gb Gddr6 Memory, Ray-tracing Compatible D. With At Least 32 Gb Ddr5 Memory, With Speed Of At Least 5600 Mt/s E. With At Least 2 Tb M.2 Nvme Ssd Storage F. At Least 15.6" Display Screen With Resolution Of At Least 1920x1080 Fhd G. With Built-in Microphone, Camera, Backlit Keyboard, Wifi 6/6e H. Inclusion Of Wireless Optical Mouse And Backpack I. With Windows 11 Pro (english) Operating System 4. Services And Warranty: A. At Least 3 Years Warranty Support For All Equipment B. At Least 3 Years On-site Services For Workstations C. At Least 1 Year On-site Services For Laptops D. At Least 1 Year Warranty On Laptop Batteries Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City

Municipality Of San Isidro, Northern Samar Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.9 K)
Details: Description 1. Projector Wxga 3lcd Specification Projection System: 3lcd, 3-chip Technology Native Resolution: 1280 X 800 (wxga) Color Brightness: 4000 Lumens White Brightness: 4000 Lumens Function: Split Screen Function Inclusion: Complete Accessories And Rectractable Pull Down Projector Screen, 100-inch (branded) 2. Laptop, Core I3 Specification Processor: Intel® Core™ I3 Memory: 4gb Ram Os: Installed Genuine Windows 11 Home Sl (activated) Storage: 1tb Hdd Screen Display: 14" Or 15.6" 1080p Full Hd Add-ins: Installed Genuine Ms Office 2021 (activated) Installed Antivirus 2-year Subscription (activated) Freebies & Inclusions: Laptop Bag Wireless Mouse & Mouse Pad Adapter Plug (for Power Supply Cord) User Manual 3. Laptop, I3 (12th Gen) Specification Processor: Intel® Core™ I3 (12th Gen Or Higher) Memory: 8gb Ddr4 Ram Or Higher Keyboard: Full Keyboard W/ Numpad Os: Installed Genuine Windows 11 Home Sl (activated) Storage: 512gb Solid State Drive Screen Display: 15.6" 1080p Full Hd Add-ins: Installed Genuine Ms Office 2021 (activated) Installed Antivirus 2-year Subscription (activated) Freebies & Inclusions: Laptop Bag Wireless Mouse & Mouse Pad Adapter Plug (for Power Supply Cord) User Manual 4. Printer, 3-in-1 Specification Functions: Print, Copy, Scan With Adf Paper Size: A4, Short, Legal, Folio Printer Type: Inkjet Printer Adf Input Paper Tray Maximum Paper Capacity: Up To 20 Sheets Of 80 Gsm Plain Paper 5. Portable Speaker, 12hp 450w Features Max Power: 450 Watts Amplifier 12" 2-way Portable Pa System 34mm Titanium Diaphragm Tweeter Independence: 8ohms 2 Pcs Dual Uhf Wireless Mic (selectable Frequency) 12 Volts Dc Input Rechargeable Battery Usb / Fm / Bt Function 6. Wifi Dongle, 2-in-1 Wireless Wifi & Bluetooth Adapter, 150mbps 7.maintenance Box, For Printer Note: Compatibility Depends On The Supplier's Delivered Printer 8. Pc Periperals, Keyboard And Mouse, Wired 9. Pc Periperals, Mouse, Wireless, Rechargeable/battery Operated 10. Splitter, 4-port Hub Usb 3.0, (short/long Cord) 11. Storage, Dual Drive Otg, Usb Type-c, 128gb 12. Storage, External Hard Drive, 1tb (branded) 13. Storage, Solid State Drive, 1tb (branded) 14. Storage, Flash Drive, Usb 3.0, 32gb 15. Storage, Flash Drive, Usb 3.0, 64gb 16. Uninterrupted Power Supply, 1200va, 650watts Specification Input Power: 220v-240v Output Capacity: 1200va / 650w Output Connection Type: 4 + Universal Socket Cable Length: At Least 1.2m With Built-in Avr/surge Protection 17. Uninterrupted Power Supply, 2000va, 1200watts 18. Uninterrupted Power Supply, 650va, 455watts 19. Desktop All-in-one, Core I3 Specification Processor: Intel® Core™ I3 (12th Gen Or Higher) Memory: 8gb Ddr4 Ram Or Higher Os: Installed Genuine Windows 11 Home Sl (activated) Storage: 128gb/256gb Ssd + 1tb Hdd Graphics: Integrated Intel Uhd Graphics Add-ins: Installed Genuine Ms Office 2021 (activated) Installed Antivirus 2-year Subscription (activated) Monitor Screen Size: 23.8" Screen, 1920x1080 Resolution Freebies & Inclusions: Usb Type Keyboard And Mouse Mouse Pad Uninterruptible Power Supply 650va Adapter Plug (for Power Supply Cord) 4-port Hub Usb 3.0, Short Cord 20. Laptop, I5 (12th Gen) Specification Processor: Intel® Core™ I5 (12th Gen Or Higher) Memory: 8gb Ddr4 Ram Or Higher Keyboard: Full Keyboard W/ Numpad Os: Installed Genuine Windows 11 Home Sl(activated) Storage: 512gb Solid State Drive Screen Display: 15.6" 1080p Full Hd Add-ins: Installed Genuine Ms Office 2021 (activated) Installed Antivirus 2-year Subscription (activated) Freebies & Inclusions: Laptop Bag Wireless Mouse & Mouse Pad Adapter Plug (for Power Supply Cord) User Manual 21. Laptop, High-end Specification Screen Display: 16" 180hz Wuxga Ips 100% Srgb Color Memory: 16gb Ddr5 Ram (upgradable Upto 32gb) Os: Installed Genuine Windows 11/11 Pro (activated) Storage: 512gb Solid State Drive (upgradable Upto 1tb) Screen Display: 16" Display With Ips Graphics: Nvidia Geforce Rtx 4060 With 8gb Gddr6 Vram I/o Ports: Usb 2.0, Usb 3.2 Type-a, Usb 3.2 Type-c, Hdmi Keyboard: Rgb - Backlight With Numeric Keyboard Camera Resolution: 1280 X 720 Audio: Smart Amp Technology Network & Communication: Wi-fi 6e, Bluetooth Battery Capacity: 90wh Power Description: Power Supply 3-pin 330w Power Supply: 150w Ac Adapter Add-ins: Installed Genuine Office Home And Student 2021 Installed Antivirus 2-year Subscription (activated) Wireless Rechargeable Mouse & Mouse Pad Adapter Plug (for Power Supply Cord) Laptop Bag Warranty: 2 Years Warranty 22. Printer, Multi-functional A3 Duplex Specification Function: Print, Copy & Scan Max. Scan Paper Size: A3 Scan Type: Flatbed Colour Image Scanner Printing Techonology: Precisioncore Printhead Copy Speed (flatbed): Up To 23 Ppm (black & Colored) Copy Speed (adf): Up To 22.5 Ppm (black & Colored) Number Of Paper Trays: 3 (front 2, Rear 1) Paper Sizes: A6, A5, A4, A3, B6, B5, Letter, Legal Dimension: 515mm X 500mm X 350mm Weight: 20kg - 25kg Network: Ethernet, Wi-fi Direct, Wi-fi Inclusions: Avr (220v, 500w Or Higher) Invitation To Bid For Supply And Delivery Of It Supplies And Equipment 1. The Local Government Unit Of San Isidro, Northern Samar, Through The General Fund/trust Fund Intends To Apply The Sum Of One Million One Hundred Fifty Eight Thousand Five Hundred Thirty Pesos Only. (php1,158,530.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of It Supplies And Equipment . Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of San Isidro, Northern Samar Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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 Local Government Unit Of San Isidro, Northern Samar And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 To 12:00 In The Morning And 1:00 To 5:00 In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders During Office Hours From January 22, 2025 Until 9:00 A.m. Of February 11, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before Nine O’clock In The Morning (9:00 Am) Of February 11, 2025 At The Bids And Awards Committee, 2nd Floor, Municipal Building, Poblacion Sur, San Isidro, Northern Samar. All Bids Must Be Accompanied By The Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bidder’s Representative May Likewise Acquire The Bidding Documents Upon Presentation Of The Following Documents And Proof That The Bidder Have Ordered The Bidding Documents In The Philgeps (included In The Drl), To Wit: A. Duly Notarized Special Power Of Attorney/authorization Letter; B. Photocopy Of The Authorizing Officer’s Identification Card (id); C. Photocopy Of Representative’s Identification Card (id). 7. The Local Government Unit Of San Isidro, Northern Samar Will Hold A Pre- Bid Conference On January 30, 2025 At 2:00 O’clock In The Afternoon At 3rd Floor, Conference Room, Municipal Building, Poblacion Sur, San Isidro, Northern Samar, Which Shall Be Open To Prospective Bidders. 8. Bid Opening Shall Be On Nine O’clock In The Morning (9:00 Am) Of February 11, 2025 At 3rd Floor, Conference Room, Municipal Building, Poblacion Sur, San Isidro, Northern Samar. 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. 9. The Local Government Unit Of San Isidro, Northern Samar 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. 10. For Further Information, Please Refer To: Diana C. Balunan Bac Secretariat Bids And Awards Committee G/f Municipal Building, Poblacion Sur, 6409 San Isidro,northern Samar Contact No. 09533855113 Email Address: Bac.sanisidro@gmail.com 11. You May Visit The Following Websites: 12. For Downloading Of Bidding Documents: Https://philgeps.gov.ph Https://sanisidro-nsamar.gov.ph [january 22, 2025] John M. Puayap Mpdc/gso Designate/bac Chairperson

Department Of Science And Technology Car Tender

Machinery and Tools...+1Furnitures and Fixtures
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 892.5 K (USD 15.3 K)
Details: Description Request For Bids/quotation Sir/madam: This Is A Request For Quotation On Items Enumerated Hereunder. If You Are Interested To And In A Position To Furnish The Same, We Shall Be Glad To Have Your Best Prices, Terms And Conditions Of Delivery. Project Title: Procurement Of Various Merchandise To Be Used For The Deployment Of Taraki Kiosks To One Sscp Pilot Lgu Per Province, And To Be Deployed At The Dost-car Lobby And To Be Used During Exhibits.___________________________________________________________________________________ Project Location/: Dos-car Item No. Qty Unit Procuring Entities’ Specifications Unit Price 1. 7 Unit Kiosk Gi Square Tubes, Acrylic Panels, 25,000.00 Printed Vinyl And Acp 30 In X 41 In X 23 In With Vr Headset And Controller Mount 2. 7 Unit Desktop Pc Amd Ryzen 5 7500f Socket 48,000.00 Am5 3.7ghz Processor Mpk Gigabyte Ga A620m-s2h Socket Am5 Ddr5 Motherboard Asrock Rx 6600 8g Challenger D 8gb 128bit Gddr6 Gaming Videocard Kingston Fury Beast Kf560c40bbk2-32 32gb 2x16 6000mt/s Ddr5 Memory Black Crucial P3 Plus 500gb Pcie 4.0 Gen4 Nvme M.2 Ssd Rakk Dulus Gaming Pc Case Black Cougar Stc500 500watts 80 Plus White Non Modular W/apfc Power Supply Mouse And Keyboard Comb Warranty: 1-year Warranty 3. 7 Unit Vr Headset Compatible Systems: Meta 32,000.0 Screen: 2 X Lcd Resolution: 2064 X 2208 Per Eye Refresh Rate: 90 Hz Maximum Field Of View: 104° Processor: Qualcomm Snapdragon Xr2 Gen 2 Ram: 8 Gb Internal Storage: 128/512 Gb Ipd Distance: 2.3 To 2.8" / 58 To 71 Mm Tether Cable Inputs/outputs Usb-c Audio Input: None Audio Output: Integrated Headphones Wireless Wi-fi 6e (802.11ax) Bluetooth: None Maximum Battery Life: 2.2 Hours Battery Charging Time: 2.3 Hours Weight: 1.1 Lb / 515 G Controller Battery Type 1 X Aa Tracking System Tracking Type: 6-dof Inside/out Tracking Cameras: 2 X Front Facing With Pass- Through Package Weight 3.21 Lb Box Dimensions (lxwxh) 9 X 8.8 X 4.8" 4. 7 Unit Computer Monitor Screen Size (class): 27 10,000.00 Flat / Curved: Flat Active Display Size (hxv) (mm): 597.888 X 336.312 Aspect Ratio: 16:9 Panel Type: Ips Brightness (typical): 250 Cd/? Brightness (min): 200 Cd/? Contrast Ratio Static: 1000:1 (typical) Resolution: 1,920 X 1,080 Response Time: 4 (gtg) Viewing Angle (h/v): 178°/178° Colour Support: Max 16.7m Colour Gamut (ntsc 1976): 72% (cie 1931) Srgb Coverage: 0.95 Refresh Rate: Max 100hz Auto Source Switch: Yes Display Port: 1 Ea Display Port Version: 1.2 Hdcp Version (dp): 1.2 Display Port Out Version: No Hdmi: 1 Ea Hdmi Version: 1.4 Hdcp Version (hdmi): 1.4 Usb Hub Version: No Usb-c Charging Power: No Temperature: 0 ~ 40 ? Humidity: 10~80, Non Condensing Front Colour: Black Rear Colour: Black Stand Colour: Black Stand Type: Simple Tilt:-2.0°(±2.0°)~22.0°(±2.0°) Wall Mount: 75.0 X 75.0 Power Supply: Ac100~240v Power Consumption (max): 35w Type: External Adaptor Package Weight: 5.9 Kg Power Cable Length: 1.5 M Hdmi Cable: Yes 5. 7 Unit Ssd Sata Interface: Sata 6 Gbps Interface 7,000.00 Weight: 0.19 Lbs. Family Line: 870 Evo Sata 2.5" Ssd Compatibility: Windows10/windows 8/windows 7/windows Server 2003 (32 Bit And 64 Bit), Vista (sp1 And Above), Xp (sp2 And Above), Mac Osx And Linux Capacity: 1tb Dimension (wxhxd): 3.94" X 2.75 " X 0.27 Performance Speed: Read/write Speeds Of Up To 560/530 Mb/s Encryption: Class 0 (aes 256) Tcg/opal V2.0, Ms Edrive (ieee1667) Type Interface: Sata 6 Gb/s Interface, Compatible With Sata 3 Gb/s & Sata 1.5 Gb/s Interface Capacity: 1,000 Gb (1 Gb=1 Billion Byte By Idema) * Actual Usable Capacity May Be Less (due To Formatting, Partitioning, Operating System, Applications Or Otherwise) Key Features Sequential Read Speed Up To 560 Mb/s Sequential Read * Performance May Vary Based On System Hardware & Configuration Sequential Write Speed: Up To 530 Mb/s Sequential Write * Performance May Vary Based On System Hardware & Configuration ** Measured With Intelligent Turbowrite Technology Being Activated Cache Memory: Samsung 1 Gb Low Power Ddr4 Sdram Trim Support: Trim Supported S.m.a.r.t. Support: S.m.a.r.t Supported Gc (garbage Collection) Auto Garbage Collection Algorithm Wwn Support World Wide Name Supported Device Sleep Mode Support Yes General Average Power Consumption (system Level): Average: 2.5 W *maximum: 4.0 W (burst Mode)* Actual Power Consumption May Vary Depending On System Hardware & Configuration Power Consumption (idle): Max. 30 Mw * Actual Power Consumption May Vary Depending On System Hardware & Configuration Reliability (mtbf): 1.5 Million Hours Reliability (mtbf) Environmental Specs Shock: 1,500 G & 0.5 Ms (half Sine) Form Factor Product 2.5 Inch 6. 7 Unit Vr Software/subscription For 5,500.00 Disaster Simulation
4461-4470 of 4500 archived Tenders