Camera Tenders

Camera Tenders

Department Of Health Treatment And Rehabilitation Center Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Request For Quotation February 18, 2025 Request For Quotation No. 25-rfq-02-09 Philgeps Reference No. 11774828 The Manager: _______________________ _______________________ Dear Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below Subject To The General Conditions Stated Below. Definitely, No Cash On Delivery (cod) Payments Shall Be Allowed. Filled Out Canvass Form Should Be Returned To This Office In A.) In A Properly Sealed And Labeled Envelope B.) On Or Before The Closing Date Stated Below. (sgd) Sarah Malate-gorimbao, Rsw, Mha Bac Chairperson It Equipment-shopping Qty Unit Item Description Total Abc Unit Cost Total Cost 1 Piece Automatic Duplex, Wifi, Wifi Direct, Ethernet/print, Scan, Copy With Adf, Automatic Duplex Printing, Wifi, Wifi Direct & Ethernet; Print Speed Of Up To 25.0 Ipm (simplex); Ultra-high Page Yield Of Up To 7,500 Pages 42,720.00 Brand: ______________________ Model: _____________________ 1 Unit Ink Tank Printer With Adf, Precision Core Printhead, Print Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology), 2-sided Printing: Automatic, Copy Speed; 5.5 Ipm (color) & 11 Ipm (black), Copy Resoulution: 600 X 1200dpi, Scan Type: Flatbed Color Image Scanner, Scan Resolution: Optical: 1200 X 2400 Dpi, Fax Speed: 33.6kbps, Fax Resolution: 200 X 200 Dpi, Lcd Screen: 2.4"" Color Lcd Touch Panel. With At Least One (1) Year Warranty 23,988.00 Brand: ______________________ Model: _____________________ 2 Unit Laptop Computer, Specifications:processor: At Least Intel I5 13th Gen Or Ryzen 5, Operating System: Windows 11 Pro Or Home, Memory: At Least 16gb Ddr4 Ram Or Higher, Storage: At Least 512gb Nvme Ssd Or Higher, Graphics: Iris Xe Or Higher, Screen Size: At Least 14 Inches Or Higher, Display: Full Hd 1920 X 1080 Resolution, Pre-bundled Software: Licensed Microsoft Office 2019/2021, With At Least One (1) Year Warranty 99,998.00 Brand: ______________________ Model: _____________________ 2 Unit Laptop Computer, Lightweight, Specifications: Processor: At Least Intel I5 13th Gen Or Ryzen 5, Operating System: Windows 11 Pro, Memory: At Least 16gb Ddr4 Ram Or Higher, Storage: At Least 512gb Nvme Ssd Or Higher, Graphics: Iris Xe Or Higher, Screen Size: At Least 14 Inches Or Higher, Display: Full Hd 1920 X 1080 Resolution, Pre-bundled Software: Licensed Microsoft Office 2019/2021, With At Least One (1) Year Warranty 99,980.00 Brand: ______________________ Model: _____________________ 2 Unit Laptop Computer, Lightweight/processor: Total No Of Cores-10, Total No. Of Threads: 12, Turbo Frequency:4.7 Ghz, Newest Or One (1) Series/generation Earlier, Ram: 16gb Ddr4, Onboard, Total Solid State Drive: 1tb, Front Camera: 720p (1080 X 720 Pixels), Weight: 1.5 Kg(including Battery), Display Screen: Type-led; Size-13.3"-14", Resolution: 1920 X 1080 Pixels, Graphics/ Video Processor: 4gb Integrated, Network Interface: Lan- Gigabit Ethernet, Wireless Lan: 802.11 Ax/wifi, Bluetooth: 5.0 Wireless Technology, Color: Silver, Gray, Black, Battery: Lithium Ion Battery-at Least 6 Hours Of Runtime, Operating System: Latest Proprietary Operating System, Accessories: One Laptop Bag, One Power Cord, One Ac Wall Plug, One Power Adaptor, One Wireless Optical Mouse (same Brand As Laptop), Warranty: At Least Three (3) Years Warranty On Both Parts And Labor From Authorized Service Center With Global Repair Coverage; At Least One (1) Year On Batteries. 99,980.00 Brand: ______________________ Model: _____________________ Rfq No. 25-rfq-02-09 Page 2 Of 2 Qty Unit Item Description Total Abc Unit Cost Total Cost 1 Unit Multi-function Inkjet Printer, Compact And Durable Ecological Design; Replaceable Maintenance Box; High Yield Ink Bottles; Ultra-high Page Yield Of 7,300 Pages (colour); Borderless Printing (up To 4r; With Fax Function And Adf) 17,000.00 Brand: ______________________ Model: _____________________ 1 Unit Office Printer, Ecotank, A4 Wi-fi Duplex All-in-one Ink Tank Printer With Adf; Print, Scan, Copy' Auto-duplex Printing Print, Scan, Copy; Compact Integrated Tank Design; Print Speeds Up To15.5ipm For Black And 8.5ipm For Colour; Auto-duplex Printing; Adf Capability; Ethernet & Wi-fi Direct Panel; Borderless Printing Up To A4 Size; Spill-free Ink Refilling; Warranty Of 2years Of 50,000 Pages Whichever Comes First 18,500.00 Brand: ______________________ Model: _____________________ 2 Unit Printer, Laser, Monochrome/print Speed: Normal (a4) Up To 38ppm, Monthly Duty Cycle: 80000pages, Print Resolution:1200 X 1200 Dpi, Casette/paper Tray Capacity: 250 Sheets, Multi-purpose Tray Capacity: 100 Sheets, Media Sizes Standard: A4, A5, A6, Letter, Legal, Memory Standard: 256mb, Connectivity: High-speed Usb 2.0, Ethernet 10/100/1000 Base-tx, Wifi 802.11 B/g/n, Software Compatibility: Windows, Windows Server, Mac Os, Linux Os, Features: Automatic 2-sided/duplex Printing, Warranty: At Least One (1) Year On Parts And Services. 6,328.54 Brand: ______________________ Model: _____________________ Subject To The Following Conditions: 1. Subject To Witholding Tax 2. Supplier Shall Consider/anticipate The Fluctuation Of The Item's/service's Prices In The Market As The Qouted Price Shall Be Fixed And Effective For Ninety (90) Calendar Days From The Date Of The Opening Of Bids Until The Issuance Of Notice To Proceed/completion Of Delivery/services. 3. Supplier Shall Offer Items Of Good Quality, Of Reasonable Price And Within The Approved Budget For The Contract (abc). Quotation Exceeding The Abc Of The Item/ Lot Shall Not Be Considered For Award. 4. Supplier May Submit Together With The Rfq, The Items' Manufacturer’s Un-amended Sales Literature/ Unconditional Statements Of Specification And Compliance Issued By The Manufacturer/ Samples/ Brochures/ Independent Test Data Etc., As Maybe Deemed Appropriate. 5. Erasures, If Any, Should Be Countersigned By The Authorized Personnel 6. Specifying A Zero (0) Or A Dash (-) Shall Be Construed As An Offer For Free To The Government 7. The Duly Filled-up Request For Quotation (rfq) Shall Be Submitted On Or Before February 25, 2025 05:00pm At Doh-cstrc, Brgy. Pamukid, San Fernando, Camarines Sur. 8. Lowest Calculated Bidder (lcb) Shall Be Required To Submit The Following Documents Prior To Award A.) Three (3) Copies Of Current And Valid Mayor's Permit/business Permit B.) Three (3) Copies Of Philgeps Proof Of Registration (platinum Or Red Membership) C.) Three (3) Copies Of Duly Notarized Omnibus Sworn Statement (oss). For Corporations, The Oss Shall Be Accompanied By A Duly Notarized Secretary's Certificate Or Board Resolution 9. The Bids And Awards Committee, Upon Their Descretion/ In The Exercise Of Due Diligence/ To Determine Compliance, May Schedule For A Product Testing/ Require Presentation Of Evidence Or Documentation Of The Item's/ Products' Being Offered. 10. The Department Of Health - Camarines Sur Treatment And Rehabilitation Center Reserves The Right To A.) Request Any Additional Information That It Deems Necessary In Order To Make Any Decision For The Quotation B.) Accept Or Reject Any Bid, To Annul The Procurement Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Please Refer To Annex A And Other Attached Related Documents For The Other Terms And Conditions 12. For Inquiries And Clarifications, Please Contact Ann Catherine P. Rusiana (administrative Assistant Ii) At 0919-008-3048/ Dohtrc_camsur_bac@yahoo.com Pr No. 25-01-146;25-01-043;25-01-029;25-01-149;25-01-043;25-01-152;25-01-113 After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ____________________________ __________________________________________________________________ Name Of Establishment Signature Over Printed Name Of Manager/ Authorized Representative ___________________________________________ _____________________________ ______________________________ (kindly Indicate If Vat Or Non-vat Registered) Complete Mailing Address Contact No. And Email Address
Closing Date25 Feb 2025
Tender AmountPHP 408.4 K (USD 7 K)

DEPT OF THE NAVY USA Tender

Education And Training Services
United States
Description: The Due Date For Responses To This Sources Sought Notice And Submission Of Requests To Meet One-on-one With The Government Is 16:00pm Est On Friday, 10 January 2024. one-on-one Meetings With The Government Will Be Scheduled In The Time Slots Listed On Page 6/7 Of This Sources Sought Notice (second-to-last Paragraph) On Wednesday, 15 January 2025 And Thursday, 16 January 2025 (all Times Are Eastern). disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. purpose this Sources Sought Is Not A Request For Proposal. the Purpose Of This Sources Sought Is To Determine The Interest And Capability Of Potential Offerors To Provide The Required Products And To Assist Determining The Appropriate Acquisition Strategy. responses To This Sources Sought Will Be Utilized To Determine If Any Small Business Set-aside Opportunities Exist. All Small Business Set-aside Categories Will Be Considered. After The Assessment Of The Responses And Any Other Market Research Data, Should This Requirement Not Be Set Aside For Small Business, The Government Intends To Establish A Small Business Participation Goal. introduction the Naval Air Warfare Center Training Systems Division (nawctsd) Is Providing This Sources Sought To Conduct Market Research For The Rrl Fy26 Performance Support Video Factory Effort To Support Sailor Learning At The Point Of Need (pon). anticipated Timeline: estimated Final Request For Proposal (rfp) Release: 3rd Quarter Fy2025 estimated Award: 2nd Quarter Fy2026 estimated Value Is $100 Million Over 5 Years projected Delivery Schedule Will Vary Depending On The Length Of The Performance Support (ps) Requirement. place Of Performance the Anticipated Place Of Performance Is The Contractor’s Facility With Some Travel To Various Government Facilities To Capture Video And Images Of The Subject For The Proposed Performance Support Video. eligibility: the Anticipated Product Service Code (psc) For This Requirement Is 6910. The Anticipated North American Industry Classification System (naics) Code For This Acquisition Is 512110 Which Is For Motion Picture And Video Production, Which Carries A Small Business Size Standard Of $40m. acquisition Approach the Government Anticipates Awarding, On A Competitive Basis In Accordance With Far Part 15 Procedures, A Single Award, Firm, Fixed-price Indefinite Delivery Indefinite Quantity (idiq) Contract To The Offeror Submitting An Acceptable Proposal That Represents The Best Value To The Government All Factors Considered. program Background sailor 2025 Is A Navy-wide Program To Improve And Modernize Personnel Management And Training Systems To More Effectively Recruit, Develop, Manage, Reward And Retain The Force Of Tomorrow. The Focus Is On Empowering Sailors; Updating Policies, Procedures, And Operating Systems; And Providing The Right Training At The Right Time In The Right Way To Ensure Sailors Are Ready For The Fleet. Recruiting, Developing, And Retaining The Right Number Of Sailors With The Right Skills To Man The Force Demands Innovation Built On A Framework Of Three Pillars. They Are: 1) Personnel System Modernization 2) Career Readiness And 3) Ready Relevant Learning. Nawctsd Focuses On The Third Pillar Ready Relevant Learning (rrl). rrl Is A Transformational Navy Training Initiative That Will Accelerate The Learning Of Every Sailor For Faster Response To Our Rapidly Changing Warfighting Requirements. One Goal Of This Initiative Is To Achieve Higher Performance By Coupling The Timing Of Training Delivery With Every Sailor’s Actual On-the-job Need. Rrl Will Ensure Every Sailor Receives Modernized Training Closer To The Pon. in Response To The Rrl Mission, The United States Fleet Forces Command (usffc) Career Long Learning Continuum (cllc) Process Has Generated Courses Of Action (coas) To Close Training Gaps, Enhance Sailor Performance, And Increase Fleet Readiness For Enlisted Ratings, With Eighty Percent Of The Coas Earmarked As Performance Support (ps). rrl Ps Focuses On Enhancing The Sailor’s Ability To Complete A Task And Meet Fleet Objectives. Ps Is Broken Out Into Four Phases: Phase I Consists Of Scoping, Analysis, And Design; Phase Ii Covers The Actual Ps Development. Once The Content Developer Submits Verified/validated Ps Content, Phase Iii Begins – Hosting And Distribution; Phase Iv, Entitled Consumption And Automate Metrics, Occurs Once Sailors Begin Accessing The Ps Content And Generating Automated Metrics About The User Experience. the First Phase Of Ps Content Is Primarily Intended For Individual Enlisted Sailors In Any Operational Environment To Support Performing Job Tasks. The Concept Of Ps Videos That Are Digitally Linked To Program Of Record (por) Sources Is A Relatively New Endeavor For America’s Navy. requirment Description: this Sources Sought Notice Is Related To A New Acquisition For The Ps Video Factory Effort. There Is No Incumbent Contract Or Contractor. the Fy26 Performance Support Video Factory Effort Will Focus On Ps Phases I And Ii. This Effort Will Bring Video Instruction To The Pon In The Fleet, Allowing Sailors To Reference The Correct Procedures For Review Anytime Necessary. This Is The Rrl Philosophy Of “right Place, Right Time, And Right Means.” interested Parties Should Demonstrate Verifiable Success Focusing On All Aspects Of Creating Instructional Videos From Script Writing, Camera And Sound Usage To Provide The Appropriate Effect And Angle For Scenes And Cutting And Editing The Media To Present The Final Package With A Successful Project Management Plan That Include: Compliance With A Tight Program Schedule, And Hiring And Retention Of Personnel And Risk Management. this Effort Is Intended To Procure The Following Ps Content Types: video: Live-action Video Created By Recording A Subtask Or Steps In A Procedures Using Physical Systems Or Equipment In A Lab Or Operational Environment. 3d Models: Animated Videos Created By Rendering The Actions Of A Subtask Or Steps In A Procedure Using A Virtual Model Of Systems Or Equipment In A Simulated Environment. interactive Schematics: Scalable Vector-based Diagrams Of System Elements And Their Operation (e.g., Power, Water, Signal, Electric Flows) Created Based On Por Technical Sources. Such Diagrams May Be Animated As The User Interacts With Them. ps Will Be Delivered In The Form Of A Video In Html5. Each Ps Video Will Be No Longer Than 5-minutes. A Literature Review Of Industry Use And Application Of Ps Yielded That The Optimal Duration Of An Individual Ps Video Is 2-3 Minutes. Ps Will Not Include Any Proprietary Software To Be Viewed, Operated And/or Sustained On Desktop, Laptop Or Mobile Devices. Additional Details Regarding The Requirements Are Available Upon Request. If You Would Like To Receive Copies Of The Ps Developer's Guide And The Ps Technical Compliance Check List, Please Email The Contract Specialist, Ms. Audrey Rolland At Audrey.l.rolland.civ@us.navy.mil And Include Your Company Cage. Upon Verification That Your Company Is A Department Of Defense Contractor, The Files Will Be Provided. special Requirements any Resulting Contract Is Anticipated To Have A Security Classification Level Of Secret. Vendors Shall Have A Facility Clearance Capability And Safeguarding Level Up To The Secret Level. In Phase I The Video Will Be Produced In The Unclassified Environment. submission Details (capabilities Statement) firms That Believe They Can Demonstrate The Capabilities Required To Be Considered For This Opportunity Are Invited To Submit An Electronic Response To The Contract Specialist, Ms. Audrey Rolland At Audrey.l.rolland.civ@us.navy.mil No Later Than 16:00 Est, Friday, 10 January 2025. Electronic Responses Shall Include A Reference To “[enter Your Company’s Name] Response To Fy25 Performance Support Sources Sought Notice” Within The Subject Line Of The E-mail. Please Use This Subject Line Format For Ease Of Internal Configuration Control. Carbon Copy Shall Be Provided To The Procuring Contracting Officer (pco), Mr. David Kors, At David.a.kors.civ@us.navy.mil. No Alternative Submittal Methods Are Requested. Information And Materials Submitted In Response To This Notice Will Not Be Returned. Classified Material Shall Not Be Submitted. The Response Shall Consist Of The Following: a Brief Capabilities Statement Package In Microsoft Word Format (no More Than 15) 8.5x11 Inch Pages (inclusive Of A Cover Page) And Times New Roman Font, No Less Than 10 Point) Shall Be Submitted. The Response To The Questions Listed In Paragraph 4 Below Shall Be Included Within This 15-page Limit. Brevity Of Extraneous Information Is Desired. Responses Should Clearly Describe The Potential Offerors’ Capabilities To Satisfy Requirements And Should Describe Current Capabilities In The Area Of Capabilities-based Video Production, Animation Of 3d Models And/or Interactive Schematics Of The Curricula It Supports With A Successful Project Management Plan That Include: Compliance With A Tight Program Schedule, Cost Containment, And Hiring And Retention Of Personnel And Risk Management. If Available, Please Provide A Copy Or Screenshot(s) Of A Previous Video That Your Company Has Completed. Additionally, Describe Work You Have Done With 3d Modeling Animations That Would Be Similar To Creating An Animation By Rendering The Actions Of A Subtask Or Steps In A Procedure Using A Virtual Model Of Systems Or Equipment In A Simulated Environment. Summaries Shall Identify, At A Minimum, Company Name, Business Size And Small Business Category, Cage Code, And Naics. business Description: company Name, Company Address And Points-of-contact (poc) Including Full Name, Phone Number, Fax Number, And Email Address. company Business Size Under The Size Standard Associated With The Assigned Naics Code (512110, $40m). Respondents To This Notice Must Also Indicate Whether They Are A Large Business Or Qualify As A Small, Small Disadvantaged, Service-disabled Veteran-owned Small Business, Women-owned Small Business, 8(a), Or Hubzone Small Business Concern. Identify Any Certifications. If Your Company Is In The 8(a) Program, Provide Graduation Date. state Your Company’s Intention To Be A Prime Or Subcontractor For This Effort. for Small Businesses: If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That The Far 52.219-14 “limitations On Subcontracting” Class Deviation 2021-o0008, Revision 1, Is Now In Effect Which Includes The Definition Of “similarly Situated Entity” And Provides A Methodology For The 50% Calculation For Compliance With The Clause. Small Business Primes May Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of Class Deviation 2021-o0008, Revision 1 - Limitations On Subcontracting For Small Business, Dated 15 February 2023, At [https://www.acq.osd.mil/dpap/policy/policyvault/usa000277-23-dpc.pdf]. To Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government’s Capability Determination. for Firms Potentially Interested In Proposing To The Fy26 Performance Support Effort, Please Respond To The Following Questions. has Your Company Ever Performed As A Prime Contractor (or Subcontractor Of Dollar Value Close The Estimates Given Above) For A Video Production? if Answer To Question A Is Yes, Please Provide One Contract Reference Including The Contract Number, A Statement Of Work (sow), Number Of Subcontractors Managed, If Any, And Contract Document Indicating The Number Media Files That Were Developed So That Government Can Validate. Responses Should Address Required Capabilities Outlined Above. explain How Your Company Developed An Executable Schedule To Meet The Contract Requirements. did Your Company Experience Any Challenges And How Were They Resolved To Not Repeat Moving Forward On Future Contracts? describe Your Company’s Experience With Creating An Interactive Schematic – Scalable Vector-based Graphics Of System Elements And Their Operation (e.g., Power, Water, Signal, Electrical Flows) Created Based On Technical Source Material. Such Graphics May Be Animated As The User Interacts With Them. does Your Company Have Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located Where Required? Please Explain. has Your Company Ever Developed Courseware To Xapi Specification Compliance? If Yes, Explain How You Integrated Multiple Delivery Systems/environments To Meet Xapi Specification Compliance. describe Your Company’s Experience In Design, Development, And Delivery Of 3d Animations And Interactive Schematics Via Mobile Devices. how Quickly Can Your Company Hire The Appropriate Personnel Or Enter Into Teaming Arrangements Accordingly Shortly After Contract Award, And What Is The Average Turnover? the Government Is Interested In Conducting One-on-one Meetings With Interested Industry Partners Who Submit Timely Responses To This Sources Sought Notice. Interested Industry Partners Shall Indicate Their Interest In Meeting With The Government On The 15th Or 16th Of January 2025 To Audrey.l.rolland.civ@us.navy.mil With A Carbon Copy To David.a.kors.civ@us.navy.mil. In The Written Submission, Please Provide The Names And E-mail Addresses Of The Individuals Who Will Be Participating In The One-on-one Meetings So The Government Can Properly Distribute The Meeting Makers. one-on-one Meetings With The Government Will Be Scheduled In The Time Slots Listed Below On Wednesday, 15 January 2025 And Thursday, 16 January 2025 (all Times Are Eastern). Meetings Will Be Held Virtually, Via Microsoft Teams. Each Respondent Who Requests A One-on-one Meeting Shall Provide The Government With Three (3) Preferred Time Slots, And The Government Will Do Its Best To Accommodate One Of The Preferred Time Slots On A First-come, First-served Basis. wednesday, 15 January time Slot A: 9:00am – 9:30am time Slot B: 10:00am – 10:30am time Slot C: 11:00am – 11:30am time Slot D: 1:00pm – 1:30pm time Slot E: 2:00pm – 2:30pm time Slot F: 3:00pm – 3:30pm time Slot G: 4:00pm – 4:30pm thursday, 16 January time Slot H: 9:00am – 9:30am time Slot I: 10:00am – 10:30am time Slot J: 11:00am – 11:30am time Slot K: 12:00pm – 12:30pm time Slot L: 1:00pm – 1:30pm time Slot M 2:00pm – 2:30pm time Slot N 3:00pm – 3:30pm time Slot O: 4:00pm – 4:30pm
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Automobiles and Auto Parts
Philippines
Details: Description Invitation To Rebid For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) 1. The Department Of Agriculture-western Visayas, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Seven Million One Hundred Thousand Pesos (php7,100,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Various Machinery (by Lot) Rebid/ib No. 2025-012 (amv). Description Abc Lot 6 ₱2,600,000.00 Lot 7 ₱4,500,000.00 Total ₱7,100,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) With The Following Specifications: Lot 6 – 1 Unit Hauling Truck • Prime Mover: Brand New Type: Diesel Engine Engine Displacement: 3500-7,000 Cc • Performance/classification: Aspiration Method: Turbo-charged Intercooled Steering System: Power-assisted Steering Transmission System: 5-speed (min.), Manual No. Of Drive: 2, Minimum Emission Rating: Euro Iv, Minimum • Body: No. Of Wheels: (7) Including Spare Tire Must Be Manufactured Not Earlier Than October 2024 Payload: 4,000 Kg (min) Gross Vehicle Weight: 8,000 Kg, Minimum Front Cabin: Single Read Body Type: Open Cargo/dropside With Cab Aircon (complete Built-up From Country Of Origin) Dimension Of The Body: 8.3.1. Overall Length: 18 Feet (minimum) 8.3.2. Overall Width: 7 Feet (minimum) 8.3.3. Height From The Flooring: 5 Feet (minimum) • Other Features And Accessories: With Three (3) Years, Lto Registration With One (1) Year Comprehension Insurance Warranty: Chassis: Three (3) Years Unlimited Mileage Body: One (1) Year Only Engine: Three (3) Years Set Of Standard Tools For Maintenance And 10 Tons Hydraulic Jack With Tire Wrench Free Gas, Floor Matting And Tint (front Only) Early Warning Device (2 Pieces) With Bolted Railings Of Five (5) Feet Height Minimum From The Flooring With Provision Of Roofing With Heavy Duty Tarpaulin Attached (with Extra 1 Set Of Heavy-duty Tarpaulin) Dimension Of The Tarpaulin Shall Be In Accordance With Dimension Of The Rear Body Of The Offered Unit And Shall Cover In Full Load Capacity Tarpaulin Should Be Sewn On All Sides With Metal Ring For Every 2 Feet Distance And On The Corners Provided With Da-western Visayas Logo Supplier Must Have A Certificate Of 3s Dealership (sales, Service, Spare Parts) Of The Brand Being Offered Issued By The Manufacturer Of The Brand With Trained Mechanic Certified By The Manufacturer With Official Brochure And Technical Specifications Issued By The Manufacturer Of The Brand The Units Must Be Manufactured Not Earlier Than Year 2024 With Service Center In Region 6 With Certificate Of Conformity Issued By Denr-emb For The Offered Vehicle Type/model With Owner’s Manual And Warranty And Maintenance Booklet To Be Submitted During Delivery. Lot 7 – 3 Units Hauling Vehicle (utility Van Type) • Prime Mover: Engine Displacement: 2,400 Cc But Not Exceeding 4500cc Fuel Ignition/fuel: Diesel • Performance/classification: Aspiration Method: Turbo-charged Intercooled Steering System: Power/mechanical Steering Transmission System: 5 Speed-manual, Minimum Clutch System: Manual Brake Brake System: Hydraulic Drum Type/dual Circuit Vacuum Assist/hydraulic System No. Of Drive: 4x2, Minimum Emission Rating: Euro Iv, Minimum • Body: No. Of Wheels: 4-wheeler, Minimum (including One (1) Spare Tire Must Be Manufactured Not Earlier Than December 2024 Payload: 1000 Kg, Minimum Gross Vehicle Weight: 2900 Kg, Minimum Front Cabin: Single Rear Body Type: Closed Van Dimension Of The Body:  Overall Length: 4500 Mm (minimum)  Overall Width: 1600 Mm (minimum)  Overall Height: 1900 Mm (minimum) • Othe Features And Accessories: With Service Center Within Panay With Three (3) Years, Lto Registration With One (1) Year Comprehensive Insurance Warranty:  Chassis: Three (3) Years Or 100,000 Kms Whichever Comes First  Body: One (1) Year Only  Engine: Three (3) Years Set Of Standard Tools For Maintenance Free Gas, Floor Matting And Tint (front Only) Early Warning Device (2 Pieces) Provided With Da-western Visayas Logo Front And Rear Camera Installed Floor Matting And Tint Supplier Must Have A Certificate Of 3s Dealership (sales, Service, Spare Parts) Of The Brand Being Offered Issued By The Manufacturer Of The Brand With Trained Mechanic Certified By The Manufacturer With Official Brochure And Technical Specifications Issued By The Manufacturer Of The Brand The Units Must Be Manufactured Not Earlier Than Year 2024 With Service Center In Region 6 With Certificate Of Conformity Issued By Denr-emb For The Offered Vehicle Type/model With Owner’s Manual And Warranty And Maintenance Booklet To Be Submitted During Delivery Delivery Of The Goods Is Required Within 45 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At The Following Drop Off Points: Project Type Drop Off Point Quantity Hauling Truck Light Pototan, Iloilo 1 Unit Cabatuan, Iloilo 1 Unit Kabankalan, Negros Occidental 1 Unit Heavy San Rafael, Dumalag, Capiz 1 Unit Bidders Should Have Completed, Within Three (3) Years (2021-present) 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. 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. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount: Lot Cost Of Bidding Documents Lot 6 ₱5,000.00 Lot 7 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On January 16, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On January 28, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount: Lot Abc Bid Security Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit (2%) Form Of Surety Bond (5%) Lot 6 ₱2,600,000.00 ₱52,000.00 ₱130,000.00 Lot 7 ₱4,500,000.00 ₱90,000.00 ₱225,000.00 In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 28, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas 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. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms 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. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps January 8, 2025 Zarlina B. Cuello Bac Chairperson
Closing Date28 Jan 2025
Tender AmountPHP 7.1 Million (USD 121 K)

Department Of Tourism Tender

Others
Philippines
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
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)

Bureau Of Plant Industry Tender

Others
Corrigendum : Closing Date Modified
Philippines
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:_______________________________________________________________
Closing Date17 Jan 2025
Tender AmountPHP 166 K (USD 2.8 K)

Municipality Of San Marcelino, Zambales Tender

Healthcare and Medicine
Philippines
Details: Description 1. The Lgu Of San Marcelino, Zambales Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Ninety-nine Thousand Five Hundred Seventy One Pesos (php1,299,571.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The “supply And Delivery Of Medical, Dental And Laboratory Supplies And Reagents”, Project Id No. Goods-2025-010. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Marcelino Now Invites Bids For The “supply And Delivery Of Medical, Dental And Laboratory Supplies And Reagents”: Product Id Product Id No. Goods-2025-010 Item No. Qty Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1. 1 Liter Acetone 1l 570.00 570.00 2. 1 Set Acid Fast Stain Set (medic) 4,890.00 4,890.00 3. 12 Pack Cottonballs 300s 350.00 4,200.00 4. 1 Box Dengue Ns1 Kits 11,750.00 11,750.00 5. 10 Box Examination Gloves (medium) Panamed 750.00 7,500.00 6. 10 Box Facemasks With Earloop 3ply Indoplas 140.00 1,400.00 7. 3 Roll Gauze 24x28 1,800.00 5,400.00 8. 1 Set Gram Stain Set (medic) 4,890.00 4,890.00 9. 200 Piece Hav Igm Rapid Cassette Kits (right Sign) 305.00 61,000.00 10. 1 Set Hemaquick Stain Set (medic) 8,000.00 8,000.00 11. 4 Gal Isoprophyl Alcohol 70% Greencross 1,215.00 4,860.00 12. 2 Box Lens Paper (kimtech) 2,670.00 5,340.00 13. 12 Bottle Lysol Disinfectant Liquid 900ml 550.00 6,600.00 14. 8 Bottle Lysol Disinfectant Spray Big 1,265.00 10,120.00 15. 1 Bottle Lugol's Iodine 250ml (medic) 2,000.00 2,000.00 16. 3 Box Micropore 1inch (3m) 12s 1,250.00 3,750.00 17. 1 Unit Microscope : Olympus Cx23 Binocular Microscope 135,000.00 135,000.00 18. 12 Box Microscope Slides With Frosted Ends 215.00 2,580.00 19. 1 Bottle Nss 0.85% 50ml (medic) 490.00 490.00 20. 6 Box One Touch Ultra Strips For Blood Glucose 3,550.00 21,300.00 21. 6 Sachet Powdered Soap 19.00 114.00 22. 2 Box Pregnancy Test Kits 100s 1,670.00 3,340.00 23. 6 Box Safeguard Handsoap 145.00 870.00 24. 6 Bottle Safeguard Liquid Handwash 200.00 1,200.00 25. 2 Piece Sealing Clay 560.00 1,120.00 26. 200 Piece Specimen Cups With Cover 40ml 11.50 2,300.00 27. 2 Box Sterile Cotton Tipped Applicator Sticks 900.00 1,800.00 28. 12 Bottle Surgitech Urs-4 Sg Urine Strips 850.00 10,200.00 29. 4 Box Syphilis Rapid Cassette 40 Kits/box 5,800.00 23,200.00 30. 6 Box Terumo Disposable Syringe With Needle 3cc 1,515.00 9,090.00 31. 2 Box Terumo Disposable Syringe With Needle 5cc 2,000.00 4,000.00 32. 2 Piece Testtube Brush Small 70.00 140.00 33. 6 Tray Vacutte Tubes Purple Top 2ml 1,100.00 6,600.00 34. 1 Bottle Wbc Diluting Fluid 500cc (medic) 575.00 575.00 35. 3 Gal Zonrox Colorsafe 580.00 1,740.00 36. 10 Bxs Non Sterile Gloves-small 500.00 5,000.00 37. 10 Bxs Non Sterile Gloves-meduim 800.00 8,000.00 38. 10 Bxs Non Sterile Gloves-large 800.00 8,000.00 39. 6 Pack Oxalic Powder, Kilos 380.00 2,280.00 40. 6 Sets Doppler 2,780.00 16,680.00 41. 3 Pieces Nebulizer (portable)omron 4,670.00 14,010.00 42. 200 Rolls Tissue 2 Ply 11.00 2,200.00 43. 40 Pack Wet Wipes Hypo Allergenic 178.00 7,120.00 44. 20 Bottle Joy Diswashing Liquid 500 Ml 265.00 5,300.00 45. 15 Boxes Band Aid 75.00 1,125.00 46. 5 Boxes Chomic 3/0 Absorbable With Needle Round 750.00 3,750.00 47. 5 Boxes Silk 2/0 750.00 3,750.00 48. 20 Pieces Disposable Blue Flat Sheet 85.00 1,700.00 49. 2 Pieces Cutter (heavy Duty) 656.00 1,312.00 50. 4 Pieces Flor Mop (heavy Duty) 670.00 2,680.00 51. 10 Gallon Alcohol Green Cross 1,215.00 12,150.00 52. 600 Pieces Plastic Garbage Bag 11 X 11 Black 7.00 4,200.00 53. 600 Pieces Plastic Garbage Bag 11 X 11 Yellow 7.00 4,200.00 54. 6 Sets Manual Bp With Stethoscope 3,335.00 20,010.00 55. 6 Sets Digital Bp Apparatus 3,500.00 21,000.00 56. 100 Pieces Batteries Aaa 53.00 5,300.00 57. 100 Pieces Batteries Aa 69.00 6,900.00 58. 40 Boxes 2 Ply Disposable Face Mask 150.00 6,000.00 59. 6 Boxes Kn 95 Facemask 50's/bx 1,000.00 6,000.00 60. 2 Bottle Delmonte Vinegar 430 Ml 327.00 654.00 61. 6 Pieces Pulse Oximeter (adult, ) 1,000.00 6,000.00 62. 3 Pieces Infrared (thermometer) 1,335.00 4,005.00 63. 10 Pieces Digital Thermometer 110.00 1,100.00 64. 2 Pieces Cab Web Duster 380.00 760.00 65. 30 Boxes Surgical Disposable Mask 140.00 4,200.00 66. 20 Boxes Kn 95 Disposable Facemask 50's/bx 1,000.00 20,000.00 67. 20 Boxes Disposable Clean Gloves - Meduim 800.00 16,000.00 68. 100 Pieces Medicine Cup 8.00 800.00 69. 300 Pieces Plastic Garbage Bag 11 X 11 Black 7.00 2,100.00 70. 300 Pieces Plastic Garbage Bag 11 X 11 Yellow 7.00 2,100.00 71. 200 Pieces Trash Bag - Small Black 7.00 1,400.00 72. 200 Pieces Trash Bag - Meduim Black 7.00 1,400.00 73. 8 Gal Alcohol 70% Isopropyl Greencross 1,215.00 9,720.00 74. 6 Gal Zonrox Bleach 500.00 3,000.00 75. 100 Pieces Sterile Specimen Cups 35.00 3,500.00 76. 30 Bts Handwash 500 Ml 335.00 10,050.00 77. 60 Packs Paper Towel 175 Pulls-femme 105.00 6,300.00 78. 2 Pieces Pulse Oximeter (pedia ) 1,200.00 2,400.00 79. 15 Boxes Cardinal Disp. Syringe 3ml G23 1" 1,100.00 16,500.00 80. 10 Boxes Cardinal Disp. Syringe 5ml G23 1" 1,100.00 11,000.00 81. 5 Boxes Auto Disable Syringe 0.5ml G.23 X 1" 2,000.00 10,000.00 82. 10 Boxes Terumo Insulin Syringe 1cc 1,535.00 15,350.00 83. 200 Pieces Medicine Cup 8.00 1,600.00 84. 3 Gals Povidone Iodine 10% Solution 2,700.00 8,100.00 85. 10 Bottle Hydrogen Peroxide 500ml 500.00 5,000.00 86. 3 Gallon Cidex 2,890.00 8,670.00 87. 8 Boxes Micropore Tape 1 Inch 1,200.00 9,600.00 88. 8 Boxes Micropore Tape 1/2 Inch 1,200.00 9,600.00 89. 10 Vial Sterile Water For Injection 100ml 160.00 1,600.00 90. 8 Vial Lidocaine 50 Ml 220.00 1,760.00 91. 20 Set Nebulizer Kit With Mask 180.00 3,600.00 92. 5 Pieces Oxygen Canula Pedia 150.00 750.00 93. 10 Pieces Oxygen Canula Adult 150.00 1,500.00 94. 20 Pieces Surgical Bandage 2 Inch 60.00 1,200.00 95. 20 Pieces Surgical Bandage 4 Inch 60.00 1,200.00 96. 10 Tube Lubricating Jelly 450.00 4,500.00 97. 20 Pack Cotton Balls, 300's 350.00 7,000.00 98. 6 Roll Cotton Rolls Big, 400 Grams 1,000.00 6,000.00 99. 10 Boxes 4 X 4 Sterile Gauze 1,000.00 10,000.00 100. 10 Roll Safeguard Bathsoap 110.00 1,100.00 101. 20 Bts Liquid Soap 500 Ml 335.00 6,700.00 102. 10 Gal Zonrox Original Scent 550.00 5,500.00 103. 10 Gal Zonrox Violet- Color Safe 585.00 5,850.00 104. 15 Bottle Baygon Spray 845.00 12,675.00 105. 8 Bottle Lysol Spray- Big 1,256.00 10,048.00 106. 8 Boxes Gloves Small (sterile) 1,556.00 12,448.00 107. 10 Boxes Gloves Medium (sterile) 1,556.00 15,560.00 108. 7 Boxes Gloves Large (sterile) 1,556.00 10,892.00 109. 3 Rolls Gauze Roll 24x28 1,800.00 5,400.00 110. 6 Boxes Lidocaine With Epinephrine 2% 1.8ml (50's) -glass Carpules 2,900.00 17,400.00 111. 1000 Pieces Fluoride Varnish (v-varnish Premium With 5% Sodium Fluoride, Tcp & Xylitol/bubble Gum) 115.00 115,000.00 112. 6 Pcs Topical Anesthesia Oral Gel 30 G 440.00 2,640.00 113. 2 Box Mouth Mirrors Head No. 5(12's) 910.00 1,820.00 114. 1 Set Surdent Germany Stainless Serrated Elevators 8's 16,670.00 16,670.00 115. 1 Set Surdent Root Fragment Forceps (upper And Lower Silver 3,335.00 3,335.00 116. 2 Set Surdent Power Periotome Kit (flex Curved, Screw Root Extractor , Spade Elevator Straight) 9,100.00 18,200.00 117. 1 Set Surdent Miller L & R Luxators 2,223.00 2,223.00 118. 1 Set Surdent Luxator Dual Edge (small And Big) 3,335.00 3,335.00 119. 1000 Sets Kids Dental Kit (tooth Brush & Toothpaste Sachet) 120.00 120,000.00 120. 400 Sets Adult Dental Kit (tooth Brush & Toothpaste Sachet) 130.00 52,000.00 121. 1 Set 17 Inches Monitor Intra Oral Camera System Lcd Hd 18000w Pixel Resolution 22,940.00 22,940.00 122. 2 Packs Disposable Dental Intraoral Camera Protective Sheath Cover Sleeves 500's 1,505.00 3,010.00 123. 3 Bottles Antiseptic Mouthwash 500ml (bactidol) 1,555.00 4,665.00 124. 6 Boxes Micro Super Gloves Brand Nitrile (powder Free)- Small 470.00 2,820.00 125. 10 Boxes Disposable Face Mask With Earloop (3 Ply) 140.00 1,400.00 126. 2 Packs Dental Cotton Swab 100's 220.00 440.00 127. 10 Packs Cotton Balls 300's 360.00 3,600.00 128. 3 Gal Isoprophyl Alcohol 70% (green Cross) 1,390.00 4,170.00 129. 3 Gal Cidex 2,890.00 8,670.00 130. 10 Cans Lysol Disinfectant Spray 510g 980.00 9,800.00 131. 6 Packs Disposable Paper Cups 8 Oz ('50's) 200.00 1,200.00 132. 2 Packs Plastic 20x30 ('100's) 390.00 780.00 133. 6 Rolls Plastic Roll Bag 8" X 11" (200's) 115.00 690.00 134. 5 Packs Sando Bag (tiny) - Thick 100's 100.00 500.00 135. 3 Rolls Paper Towel 100.00 300.00 136. 10 Packs Interfolded Paper Towel 110.00 1,100.00 137. 3 Bottles Antibacterial Dishwashing Liquid (big) 570.00 1,710.00 138. 5 Rolls Dental Protective Film (transparent) 545.00 2,725.00 139. 3 Sets Dishwashing Sponges 3's 220.00 660.00 140. 5 Packs Tooth Shaped Milk Teeth Storage Box With String 50's 990.00 4,950.00 141. 5 Packs Tooth Pattern Pencil Gift/souvenir 50's 990.00 4,950.00 142. 1 Piece Tooth Shaped Handheld Mirror (white) 520.00 520.00 143. 3 Pieces Autoclavable Bib Clips Chain 130.00 390.00 144. 6 Pieces Glade Automatic Refill 175g (sakura And Waterlily Scent) 475.00 2,850.00 145. 6 Pieces Glade Scented Gel Air Freshener (sakura And Waterliliy Scent) 345.00 2,070.00 146. 10 Pieces Hand Towel (white) 150.00 1,500.00 147. 200 Piece Surgical Blade # 10 100's 10.00 2,000.00 148. 6 Boxes Sterile Single Use Dental Needle G 27 (short) 625.00 3,750.00 ------ -------- -------- Total Php1,299,571.00 Delivery Period 30 Calendar Days Delivery Of The Goods Is Required Immediately Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The Government Procurement Reform Act.” 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 Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders Should Be Enrolled In The Electronic Filing And Payment System (efps) Program Of The Bureau Of Internal Revenue (bir), Pursuant To Executive Order No. 398, Rr 3-2005, And Must Be Registered Under The Philippine Government Procurement System (philgeps). 4. Interested Bidders May Obtain Further Information From The Municipality Of San Marcelino, Zambales And Inspect The Bidding Documents At The Address Given Below From Monday To Friday 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting February 20 To March 11, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Of Five Thousand Pesos (php 5,000.00). 5. The Municipality Of San Marcelino Will Hold A Pre-bid Conference On February 26, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales Which Shall Be Open To All Interested Parties. 6. Bids Must Be Delivered To The Address Below On Or Before March 12, 2025, 2025, 8:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be March 12, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales. 7. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents Php 5,000.00 (non-refundable) Inspection/selling Period Of Bidding Documents February 20 To March 11, 2025 Bac Office San Marcelino, Zambales Pre-bid Conference February 26, 2025, 9:00 Am Bac Office San Marcelino, Zambales Deadline Of Submission Of Bids On Or Before March 12, 2025, 8:30 Am. Opening Of Bids March 12, 2025, 9:00 Am Bac Office San Marcelino, Zambales 8. The Municipality Of San Marcelino Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. In Case Pre-bid/bid Opening Falls On A Holiday Or If Conditions Do Not Permit The Holding Of A Bidding, It Will Be Held The Next Working Day. For Further Information, Please Refer To: Bids And Awards Committee Secretariat Municipal Hall Municipality Of San Marcelino Zambales 2207 (047)-602-2123 Engr. Armida Fabelinia Municipal Engineer Chairperson, Bids And Awards Committee
Closing Date27 Feb 2025
Tender AmountPHP 1.2 Million (USD 22.4 K)

DEPT OF THE NAVY USA Tender

Telecommunication Services
Corrigendum : Closing Date Modified
United States
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)
Closing Date27 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
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)
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Philippine Fiber Industry Development Authority Tender

Software and IT Solutions
Philippines
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
Closing Date21 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.4 K)

Zweckverband Ostuckerm rkische Wasserversorgung und Abwasserbehandlung Tender

Electronics Equipment...+1Electrical and Electronics
Germany
Details: The Ostuckermärkische Water Supply and Wastewater Treatment Association (ZOWA) intends to award the contract for the "optical TV inspection of the wastewater canals" in the Niederlandin, Schwedt and Angermünde locations using a high-resolution pan-head camera, as well as the wastewater shafts using panoramic inspection technology (3D spherical image scanner). The planned tender will be issued to the selected bidders following the present ex ante announcement and will include 2 partial/area lots: Lot 1 Niederlandin and Ezg Apw 7 Schwedt approx. 6,000 m with 187 shafts Lot 2 Ezg Apw 4+5+6 Angermünde approx. 2,658 m with 69 shafts The planned execution is to take place between May - June 2025 (preferably May). Further information will be announced with the invitation to tender (due on 05.03.2025).
Closing Date28 Feb 2025
Tender AmountRefer Documents 
5221-5230 of 5270 archived Tenders