Camera Tenders

Camera Tenders

Province Of Cagayan Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Republic Of The Philippines Province Of Cagayan Tuguegarao City Provincial Disaster Risk Reduction And Management Office Request For Quotation Company Name: Quotation No. Address: Date: February 07, 2025 Tin Number: Pr No.: 2025-025 Tel/fax: Mode Of Procurement: Small Value Procurement (sec. 53.9) E-mail Address: Philgeps Reg. No.: """manufacturers, Suppliers, Distributors, Contractors, And/or Consultants Are Mandated To Register In The Philgeps And Provide A Philgeps Registration Number As A Condition For The Award Of Contract."" Please See Gppb Resolution No. 30-2013 Dated 25 October 2013 " Instructions/note To Bidders: 1.please Indicate The Following Information In Your Bid: A) Company Name, Address, Tel/fax Nos.; B) Philgeps Registration Certificate No. And Date Of Validity; C) Bidder’s Offer (technical Specifications/brand Per Item; D) Unit And Total Price; E) Name Of Bidder’s Authorized Representative; And F) Signature And Date 2. Download This Open Canvass Form From The Philgeps Website Before The Closing Date. 3.bids/quotations May Be Submitted Thru Fax, Email Or Directly To The Bac Secretariat Office On Or Before The Deadline Of Submission Of Bids And Requirements. 4. Suppliers Are Required To Submit The Following Prior To The Notification By The Bac Of The Award: A) Valid And Current Mayor’s/business Permit; B) Professional License/curriculum Vitae (consulting Services); C) Valid And Current Philgeps Registration Certificate/number; D) Philippine Contractor’s Accreditation Board License (infra); E) Income/business Tax Return (for Abc’s Above Php500,000.00); And F) Omnibus Sworn Statement (for Abcs Above Php50,000.00). 5. Bids Should Be Valid For 45 Days Upon The Deadline Of Submission. 6. Delivery Period: ______________________ Upon Receipt Of Purchase Order. 7. Term Of Payment: Charged Account, Unless Specified. 8. The Total Price Quoted Below Is Subject To Withholding Tax And Payable Check. 9. The Approved Budget Of The Contract Is Inclusive Of Delivery Fee. Deadline Of Submission: Three (3) Days Upon Receipt Hereof Or On/before The Closing Date In The Philgeps. Late Quotation Shall Not Be Accepted. Item No. Total Abc Item And Description Unit Qty 1 200,000.00 Ledwall, Light & Sounds System Rental For 2 Days Package 1 Indoor Setup: Sound System: 1 Audio Digital Mixer With Ipad 8 Active Speakers Rc Line Array Italy Speaker (main House) 8 Active Speakers Side Fill Left & Right 2 Front Fill Active Speaker 4 Active Monitor Speaker (qm3 Australian Speaker) 2 Active Delay Speaker 6 Super Subwoofer 12 Wireless Microphones 6 Crank Stand 1 Box Cables & Wires 1 Avr 1 Laptop 1 Soundman Lights: 8 Par Led Lights Frontal (200 Watts With Zooming) 8 White Amber 6 Stormy 8 Rgbw Led Par 2 Light Stand 8 Moving Heads 1 Mini Pearl 1024 Lights Controller 1 Follow Spotlight 350 Watts Led 1 Light Designer Led Wall: 1 Set 4x8 Hydro 3 Led Wall Center With Raiser 2 Laptop 4 Set Scaffolding 4 Cement Block 3 Processor 3 Sender Box 1 Tech 2 Crew Stage Runner Comset: 6 Channel Waero Wireless Live Feed Camera Trusses: 1 Set U Truss 10 Crew By The Authority Of The Procurement Office: (sgd.) Atty. Rogelio R. Taliping Jr. Bac Chairman- Goods And Services

Caraga State University Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 105.3 K (USD 1.7 K)
Details: Description 1 Lot Procurement | Total Cost: 105,300.00 Item No. Item Description Quantity Unit Unit Cost Total Cost 1. "microphone" *dual Channel *handheld Type *wireless *with Warranty" 1 Unit 19,800.00 19,800.00 2. "microphone" *wireless Microphone Dual Channel Wireless Microphone System; Series Iv 2.4ghz Digital Transmission, 128-bit Encryption €“ *crystal-clear Audio At Up To 200m (line Of Sight); 3.5mm Trs Analog Output, Usb-c And Ios Digital Output €“ Universal *compatibility With Cameras, Mobile Devices And Computers; On-board Recording €“ Over 40 Hours Of Internal Memory" 2 Set 30,000.00 60,000.00 3. "microphone" *dynamic Polar Pattern, Supercardioid, Frequency Range 40hz-19khz Output Impedence 300 Ohms, Sensitivity 2.0m Mvpa(54db) Color: Black ,connector :ylr , Dimention :7.24''x 2.12'', Weight :0.64lbs, Include Acc. Mic Clip Adapter Carrying Pouch." 2 Unit 8,500.00 17,000.00 4. "microphone" *wired Microphone Dynamic 40 To 15,000 Hz Centroid ’56.0 Dbv/pa (at 1,000 Hz) Three-pin Professional Audio Connector (male Xlr Type) 1 Piece 8,500.00 8,500.00 *note: All Units Shall Have A Warranty Of At Least One (1) Year. In Case Of A Defect, The Seller/supplier Is Obliged To Replace (within 30 Days) Or Repair Equipment Under This Warranty." 1 Piece 8,500.00 8,500.00 Note: Delivery Period: Within Thirty (30) Calendar Days Partial Bid Is Not Allowed Download And Use The Official Canvass Form In The Associated Components Please Fill In The Savings/current Account Name & Account Number

Department Of Environment And Natural Res Penro Zambales Tender

Aerospace and Defence
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 900 K (USD 15.5 K)
Details: Description Drone Unit (aircraft, Flight Battery, 64gb Microsd Card, Gimbal Protector, Propellers, Usb-c Power Adapter, 100w Power Adapter Ac Cable, Usb-c Cable, Usb-c To Usb-c Cable, Protector Case) And Additional 3-pieces Battery Kit Aircraft • Weight (with Propellers, Without Accessories) – 915g • Max Takeoff Weight - 1,050 G • Dimensions - Folded (without Propellers): 221x96.3x90.3 Mm (lxwxh) Unfolded (w/ Out Propellers):347.5x283x107.7 Mm (lxwxh) • Diagonal Distance – 380.1 Mm • Max Ascent Speed – 6 M/s (normal Mode) And 8 M/s (sport Mode) • Max Descent Speed - 6 M/s (normal Mode) And 6 M/s (sport Mode) • Max Flight Speed (at Sea Level, No Wind) - 15 M/s (normal Mode) And 21 M/s (sport Mode) • Max Wind Speed Resistance – 12 M/s • Max Take-off Altitude Above Sea Level (without Payload) - 6000 M (without Payload) • Max Flight Time (no Wind) - 45 Mins • Max Hover Time (no Wind) - 38 Mins • Max Tilt Angle - 30o (normal Mode) And 30o (sport Mode) • Max Angular Velocity - 200o /s • Operating Temperature Range - -10o To 40o C (14o To 104o F) • Beacon - Built Into The Aircraft Wide Camera • Sensor - 4/3 Cmos, Effective Pixels: 20 Mp • Lens – Fov: 84°, Format Equivalent: 24 Mm Aperture: F/2.8-f/11, Focus: 1m To ∞ (with Autofocus) • Iso Range – 100-6400 • Shutter Speed – Electronic Shutter: 8-1/8000 S And Mechanical Shutter: 8-1/2000 S • Max Image Size - 5280x3956 • Still Photography Modes – Single: 20 Mp, Timed: 20mp, Jpeg: 0.7/1/2/3/5/7/10/15/20/30/60 S, Jpeg+raw: 3/5/7/10/15/20/30/60 S, Smart Low – Light Shooting: 20mp, Panorama: 20mp (raw Image;100 Mp (stitched Image) • Video Resolution – H.264, 4k: 3840x2160@30fps, Fhd: 1920x1080@ 30fps • Bitrate – 4k: 130 Mbps And Fhd: 70mbps • Supported File Formats – Exfat • Photo Format - Jpeg/dng (raw) • Video Format - Mp4 (mpeg-4 Avc/h.264) Tele Camera • Sensor - 1/2" Cmos, Effective Pixels: 12 Mp • Lens – Fov 15°, Format Equivalent: 162 Mm, Aperture: F/4.4, Focus: 3 M To ∞ • Iso Range – 100-400 • Shutter Speed - Electronic Shutter: 8-1/8000 S • Max Image Size - 4000x3000 • Still Photography Modes – Single: 12 Mp, Timed: 12 Mp, Jpeg: 0.7/1/2/3/5/7/10/15/20/30/60 S, Smart Low-light Shooting: 12 Mp • Video Resolution - H.264, 4k: 3840x2160@30fps, Fhd: 1920x1080@30fps • Bitrate - 4k: 130 Mbps, Fhd: 70 Mbps • Photo Format – Jpeg • Video Format - Mp4 (mpeg-4 Avc/h.264) • Digital Zoom - 8x (56x Hybrid Zoom) Gimbal • Stabilization - 3-axis (tilt, Roll, Pan) • Mechanical Range - Tilt: -135o To 100o , Roll: -45o To 45° , Pan: -27o To 27o • Controllable Range - Tilt: -90o To 35°, Pan: Not Controllable • Max Control Speed (tilt) - 100o/s • Angular Vibration Range - ±0.007o Sensing • Type - Omnidirectional Binocular Vision System, Supplemented With An Infrared Sensor At The Bottom Of The Aircraft. • Forward - Measurement Range: 0.5-20 M, Detection Range: 0.5-200 M, Effective Sensing Speed: Flight Speed ≤15 M/s, Fov: Horizontal 90o, Vertical 103o • Backward - Measurement Range: 0.5-16 M, Effective Sensing Speed: Flight Speed ≤12 M/s, Fov: Horizontal 90o, Vertical 103o • Lateral - Measurement Range: 0.5-25 M, Effective Sensing Speed: Flight Speed ≤15 M/s, Fov: Horizontal 90o, Vertical 85o • Upward - Measurement Range: 0.2-10 M, Effective Sensing Speed: Flight Speed ≤6 M/s, Fov: Front And Back 100o, Left And Right 90o • Downward - Measurement Range: 0.3-18 M, Effective Sensing Speed: Flight Speed ≤6 M/s, Fov: Front And Back 130o, Left And Right 160o • Operating Environment - Forward, Backward, Lateral And Upward: Surface With A Clear Pattern And Adequate Lighting (lux ˃15) Downward: Diffuse Reflective Surface With Diffuse Reflectivity ˃20% (e.g. Walls, Trees, People) And Adequate Lighting (lux ˃15) Video Transmission • Video Transmission System - Enterprise Transmission • Live View Quality - Remote Controller: 1080p/30fps • Operating Frequency - 2.400-2.4835 Ghz, 5.725-5.850 Ghz • Max Transmission Distance (unobstructed, Free Of Interference) - 15 Km (fcc), 8 Km (ce/srrc/mic) • Max Transmission Distance (obstructed) - Strong Interference (dense Buildings, Residential Areas, Etc.): 1.5-3 Km (fcc/ce/srrc/mic), Medium Interference (suburban Areas, City Parks, Etc.): 3-9 Km (fcc), 3-6 Km (ce/srrc/mic) Low Interference (open Spaces, Remote Areas, Etc.): 9-15 Km (fcc), 6-8 Km (ce/srrc/mic) • Max Download Speed - 15 Mb/s • Latency (depending On Environmental Conditions And Mobile Device) - Approx. 200 Ms • Antenna - 4 Antennas, 2t4r Battery • Capacity - 5000 Mah • Standard Voltage - 15.4 V • Max Charging Voltage - 17.6 V • Type - Lipo 4s • Chemical System - Licoo2 • Energy - 77 Wh • Weight - 335.5 G • Charging Temperature - 5o To 40o C (41o To 104o F) Charger • Input - 100-240 V Ac, 50-60 Hz, 2.5 A • Output Power - 100 W • Output - Max. 100 W (total) When Both Ports Are Used, The Maximum Output Of One Of The Ports Is 82 W. The Charger Will Dynamically Allocate The Output Power Of The Two Ports According To The Load Power. Notes: Inclusion • Battery Kit (three Batteries And One Battery Charging Hub (100w) • Procurement Of The Above Items Is Inclusive Of Resource Person As Well As Draft Training Design, Training And Capacity Building, Conduct Of Pre-test/s And Post-test/s To The Attendees And Certificates Of Completion (travel Expenses Of The Resource Person Shall Be Covered By The Winning Bidder/supplier), Delivery Cost, Applicable Taxes And Deductibles Under Government Laws, Rules And Regulations.

Baao Water District Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 893.9 K (USD 15.2 K)
Details: Description Rfq No.: 2025-01-008 Date: January 22, 2024 Pr No.: 2024-01-018 To All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, For More Information Please Call 09694179074 Or Email Baaowdbac@gmail.com. Open Quotation Duly Signed By Your Representative May Be Submitted By Mail To Baao Water District, La Medalla, Baao, Camarines Sur Or Email At Baaowdbac@gmail.com. Not Later Than 9:00 A.m Of January 28, 2025. Pr 2025-01-018 Supply And Delivery Of Ict Equipment And Accessories For H1 2025 - 1 Lot Please See Page 2, And 4-10 For Item Descriptions Abc Php 893,926.44 Terms Of Payment: Within Thirty (30) Calendar Days From Date Of Delivery Of Goods Please Sign All Pages Box Maintenance Box (epson L6190) 5 Piece Flash Drive (min: 16gb) 5 Unit Keyboard, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Keyboard, Usb Wired 3 Piece Mouse, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Mouse, Usb Wired 3 Unit Uninterruptible Power Supply (ups), (min: 2000va) 1 Unit Uninterruptible Power Supply (ups), (min: 1000va/600w) 5 Unit Document Scanner (see Attached Technical Specification) 2 Unit External Hdd (min: 1tb) 5 Unit Printer, Ink Tank (see Attached Technical Specification) 16 Unit Laptop, Lightweight (see Attached Technical Specification) 3 Unit Laptop, Mid-range (see Attached Technical Specification) 4 Unit Ms Office (min: Home & Business 2021) 7 Unit Ms Windows (min: 11 Professional 64bit) 1 Unit Printer, Impact Dot Matrix, 24 Pins (see Attached Technical Specification) 3 Pack Security And Protection Software (min: 3 Device 1 Year) 5 Unit Desktop, Mid-range Minimum Requirement: Intel Core I3-14100, Intel B760 Motherboard, 8gb Ddr5 Ram, 512gb M.2 Ssd, Windows 11 Home, Ms Office Home And Student 2021, Tower Desktop With Monitor, Usb Kb And Mouse 1 Terms And Conditions A. Submission Of Requirements Open Quotations And Other Requirements Stated Below Shall Be Submitted To Baao Water District, La Medalla, Baao, Camarines Sur Not Later Than 9:00 A.m Of January 28, 2025. 1. Supplier Shall Fill-in All The Necessary Information. 2. Supplier Should Indicate The Brand Name Of The Product Being Offered. 3. Supplier Shall Submit The Following Documentary Requirements: A. This Request For Quotation Form Duly Signed. Prices Shall Be Quoted In Philippine Peso. B. Philgeps Certificate/registration Number C. Mayor’s Permit/ Business Permit D. Bir Tax Registration Certificate (for Abcs Below 500k)/bir Income/business Tax Return (for Abcs Above 500k) E. Brochure For Technical Specifications Of The Product Being Offered (for Items That Needs Technical Specifications) F. Duly Notarized Omnibus Sworn Statement (for Abcs Above 50k) B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Technical Specifications 3. Price Bwd Reserves The Right To Post-qualify Any Supplier And/or To Reject Any Or All Submitted Quotations C. Award The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation. D. Delivery And Installation 1. Delivery Of Services Shall Be Made Within Fifteen (15) Calendar Days During Office Hours 9:00 Am- 4:00 Pm From Date Of Receipt Of Purchase Order. 2. Deliverables Shall Be Delivered To Baao Water District, La Medalla, Baao, Camarines Sur, Hereto Defined As Project Site, Costs To The Account Of Supplier. E. Instructions 1. Supplier Shall Be Responsible For The Source Of Its Goods/equipment, And Shall Make The Deliveries In Accordance With The Schedule, And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Bwd Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And It’s Irr-a Against The Supplier. 3. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 4. All Duties, Excise, And Other Taxes, And Revenue Charges Shall Be Paid By The Supplier. 5. All Transactions Are Subject To Withholding Of Credible Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 6. Tie-breaking Method In The Form Of “draw Lots” Will Use In Case Of Two Or More Suppliers Submitted/offer An Equal Or Same Bid Amount. F. Packaging The Supplier Shall Provide Such Packing Of The Goods Appropriate To Prevent Their Damage Or Deterioration During Transit To The Project Site. G. Inspection 1. All Deliveries By Suppliers Shall Be Subject To Inspection, And Acceptance By The Bwd Inspection Team And The End-user. H. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods. I. Warranty Warranty Shall Be A Period Of Six (6) Months For Supplies And Materials, And One (1) Year In Case Of Equipment Reckoned From Date Of Acceptance Of The Goods At Project Site. J. Payment Contract Price Shall Be Paid To The Supplier Within Thirty (30) Calendar Days From Date Of Delivery Of Goods At Project Site. All Payments Shall Be For Pick-up By The Supplier At The Bwd Office, Provided However, That If The Supplier Opts To Have The Said Payments Deposited To Its Bank Account, An Original Copy Of The Authority To Deposit Signed By The Authorized Signatory, Including An Instruction That Any Bank Charges Shall Be Automatically Deducted From Its Bank Account Must Be Provided To The Bwd. The Winning Supplier Shall Shoulder The Bank Charges Incurred For Bank-to-bank Transaction In The Release Of Payments For The Goods. Technical Requirement For Document Scanner Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Type: Sheet-fed Document Scanner • Color Depth: 24-bit Color, 8-bit Grayscale Scanning Performance • Single-sided Scanning Speed: Up To 26 Pages Per Minute (ppm) • Duplex Scanning Speed: Up To 52 Images Per Minute (ipm) • Daily Duty Cycle: Up To 3,000 Sheets • Optical Resolution: Up To 600 X 600 Dpi • Interpolated Resolution: Up To 1200 X 1200 Dpi Paper Handling • Automatic Document Feeder (adf): 50 Sheets • Media Sizes Supported: • Standard Sizes: A4, Letter, Legal • Other Sizes: Business Cards, Receipts, And Various Custom Sizes • Media Weight Supported: 27 To 413 G/m² Connectivity • Interface: Usb 3.0 • Operating System Compatibility: O Windows (various Versions) Software • File Formats Supported: Pdf, Jpeg, Tiff, And Other Common Formats Physical Specifications • Weight (min): Approximately 4.0 Lbs (1.8 Kg) • Power Consumption: 12 W (operating), 0.4 W (sleep Mode) Environmental Conditions • Operating Temperature: 10 To 35°c (50 To 95°f) • Operating Humidity: 20 To 80% (non-condensing) Power Supply • Type: Ac Adapter • Voltage: 100-240 V, 50-60 Hz Warranty • Limited Warranty: 1 Year Package Contents • Accessories: Ac Adapter, Software Driver (if Any), Operating Manual • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card   Technical Requirement For Printer, Ink Tank Product Specifications Ink System • Single-function Printer • Offered Brand Must Be Globally Renowned. • Ink Tank System With High-capacity Refillable Tanks • Compatible Ink Types: Dye-based • Ink Bottle Colors: Black, Cyan, Magenta, Yellow Print Quality • Maximum Print Resolution (min): Up To 720 X 720 Dpi • Print Speed (iso) (min.): Up To 8.5 Pages Per Minute (ppm) In Black, 4.5 Ppm In Color Media Handling • Supported Paper Sizes (min): A4, A5, A6, B5, Legal, Letter, 4"x6" (photo) • Paper Capacity (min): Up To 50 Sheets (a4 Plain Paper) • Supported Paper Types: Plain Paper, Epson Glossy Photo Paper, Matte Paper Connectivity • Standard Interface: Usb 2.0 Power Consumption • Printing: Approximately 10w • Standby Mode: Approximately 0.6w Warranty • 2 Years Or 20,000 Pages, Whichever Comes First Operating Requirements • Compatible Operating Systems: Windows (various Versions), Macos • Temperature: 10-35°c Operating, 5-40°c Storage • Humidity: 20-80% (no Condensation) Other Features • Compact And Lightweight Design Suitable For Home Or Small Office • Low-cost Per Page, Eco-friendly With Efficient Ink Usage Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Set Of Initial Ink Bottles (black, Cyan, Magenta, Yellow) • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card   Technical Requirement For Laptop, Lightweight Product Specifications • Processor: O Total No. Of Cores (min.): 10 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 16 Gb Ddr4 Upgradable • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd • Front Camera (min.): 720p (hd Camera); With Privacy Shutter • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 16.0” Viewable Size O Resolution (min.): 1920 X 1200 (16:10 Aspect Ratio) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.1 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb 3.2 Type A O One (1) Usb 3.2 Type C O One (1) Headphone Jack O One (1) Hdmi 1.4 • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer  Processor: • Turbo Frequency (min.):4.6 Ghz  Random Access Memory (min.): 16 Gb Ddr4 Upgradable  Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd  Front Camera (min.): 720p (hd Camera); With Privacy Shutter  Graphics/video Processor (min.): 4 Gb, Integrated  Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.1 Wireless Technology  Standard I/o Ports (min.): • One (1) Usb 3.2 Type A • One (1) Usb 3.2 Type C • One (1) Headphone Jack • One (1) Hdmi 1.4  Color: Silver, Grey Or Black  Battery: • Lithium Ion Battery • At Least Six (6) Hours Of Runtime  Operating System: Latest Proprietary Operating System  Products Should Be Compliant With Energy Stay Version 6.1 (computers)  Security Software: Additional Security Features That Can Defend Malicious Software And The Like Upon Beginning Of The Boot Process. O Warranty  One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage.  Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum):  One (1) Laptop Bag  One (1) Power Cord  One (1) Power Adaptor (manufacturer’s Standard) O Run Cpu-z And Validate The Following:  Processor: (see “cpu” Tab) • No. Of Cores (min.): 10 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”)  Memory: (see “memory” Tab) • Size (min.): 16gb (see “size”) • Type: Ddr4 (see “type”)  Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen:  Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape.  Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item.   Technical Requirement For Laptop, Mid-range Product Specifications • Processor: O Total No. Of Cores (min.): 6 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 8 Gb Ddr4 • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme • Front Camera (min.): 720p (hd) • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 15.6” Viewable Size O Resolution (min.): 1920 X 1200 (full Hd) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.0 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb Type C O One (1) Usb 3.2 Type A O One (1) Headphone Jack O One (1) Hdmi • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard) • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer  Processor: • Turbo Frequency (min.):4.6 Ghz  Random Access Memory (min.): 8 Gb Ddr4  Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme  Front Camera (min.): 720p (hd)  Graphics/video Processor (min.): 4 Gb, Integrated  Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.0 Wireless Technology  Standard I/o Ports (min.): • One (1) Usb 3.2 Type C • One (1) Usb 3.2 Type A • One (1) Headphone Jack • One (1) Hdmi  Color: Silver, Grey Or Black  Battery: • Lithium Ion Battery  Operating System: Latest Proprietary Operating System  Products Should Be Compliant With Energy Stay Version 6.1 (computers) O Warranty  One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage.  Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum):  One (1) Laptop Bag  One (1) Power Cord  One (1) Power Adaptor (manufacturer’s Standard O Run Cpu-z And Validate The Following:  Processor: (see “cpu” Tab) • No. Of Cores (min.): 6 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”)  Memory: (see “memory” Tab) • Size (min.): 8gb (see “size”) • Type: Ddr4 (see “type”)  Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen:  Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape.  Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item.   Technical Requirement For Printer, Impact Dot Matrix, 24 Pins Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Printing Technology: 24-pin Dot Matrix Impact Printer • Printing Method: Impact Dot Matrix, 9-pin Wide Format Performance • Print Speed: O High-speed Draft: Up To 347 Characters Per Second (cps) At 10 Cpi O Draft: 260 Cps At 10 Cpi O Letter Quality: 65 Cps At 10 Cpi • Resolution: Up To 240 X 144 Dpi • Copy Capability: Original + 3 Copies (total Of 4 Layers) • Print Head Life: Approx. 400 Million Strokes Per Wire Paper Handling • Paper Feed: Friction Feed (front, Rear, Or Top), Push Tractor Feed (rear), Pull Tractor Feed (front Or Rear) • Paper Types: Continuous Paper, Single-sheet, Multipart Forms • Paper Width: O Continuous Paper: 101.6 Mm To 254 Mm O Single Sheets: 100 Mm To 257 Mm • Maximum Paper Thickness: 0.52 Mm Connectivity • Interfaces: Usb 2.0, Parallel, Serial Memory • Input Buffer: 128 Kb Reliability • Mtbf (mean Time Between Failures): Approx. 10,000 Power-on Hours • Ribbon Life: Approx. 2.5 Million Characters Power • Power Supply: Ac 220-240 V • Power Consumption: Approx. 27w (during Operation) Warranty • Limited Warranty: 1 Year Environmental Compliance • Noise Level: Approx. 53 Db(a) During Operation Features • Compatibility: Esc/p, Ibm Ppds • Emulations: Epson Esc/p, Ibm Ppds Emulation Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Ribbon Cartridge • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box

BARANGAY FORTUNE, MARIKINA CITY Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 250 K (USD 4.3 K)
Details: Description Brgy Fortune-2025-005 Republic Of The Philippines City Of Marikina Barangay Fortune Bids And Awards Committee Invitation To Bid The Bids And Awards Committee (bac) Of The Barangay Fortune, Invites Interested Suppliers To Apply For Eligibility And To Bid For: Name Of Project : Repair & Maintenance - Property Equipment Brief Description: 1 Lot Repair Of 60 Channels Cctv Fiber Optic Cable Cameras Location Of Delivery Area : Fortune Barangay Council Office Approved Budget For The Contract : Php 250,000.00 Source Of Fund : Barangay Fund Delivery Period : 15 Days Upon Receipt Of Purchase Order & Notice Of Award The Schedule Of Bidding Services Are As Follows: Activity Date/s Issuance Of Bid Documents January 20 – February 13, 2025 Pre-bid Conference N/a Deadline For Submission Of Eligibility Requirements & Bids February 13, 2025 10:00 Am Opening Of Bids February 13, 2025 10:01 Am Bid Evaluation February 17, 2025 Post-qualification February 17, 2025 Notice Of Award February 17, 2025 Notice To Proceed February 17, 2025 Complete Sets Of Eligibility Requirements And Bid Documents May Be Obtained At The (fortune Bac Office) Fortune, Barangay Hall, Fortune, Marikina City. Duly Accomplished Eligibility Forms Shall Be Submitted In Sealed Envelope Address To The Bac Chairman C/o Bac Secretariat. Prospective Bidders Shall Signify Their Performance To The Bidding Terms And Condition As Required And Shall Ensure The Same Through Proper Submission/execution. The Criteria To Be Use By Bac In The Eligibility Check Of Prospective Bidders Shall Be On Non-discretionary “pass/fail” Basis. The Provisions Of Ra9184 And Its Implementing Rules And Regulations, Shall Govern All Particulars Relative To Eligibility Bond, Performance Bond, Bid Evaluation And Award Of Contract. The Bac Reserves The Right To Accept Or Reject All Bids Or Part Thereof, To Waive Formality Therein Or To Accept Such Bids Or To Award Any Work That Is Considered Most Advantageous To The City Of Marikina. Kgwd. Luis M. Buenaventura Chairman, Bids And Awards Committee

BATANGAS STATE UNIVERSITY PABLO BORBON Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 694.3 K (USD 12 K)
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Ict Equipment For Ict Services" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Ict Equipment For Ict Services" With An Approved Budget For The Contract (abc) Six Hundred Ninety-four Thousand Three Hundred Seventy-six Pesos Only (php 694,376.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 2 Unit 360 Camera In The Box: Insta360 One X2 Battery Charge Cable Protective Pouch Quickstart Guide Warranty Card Aperture: F2.0 35mm Equivalent Focal Length: 7.2mm Ev: ±4ev Iso: Auto, 100-3200 Wb: Auto, 2700k, 4000k, 5000k, 6500k, 7500k Photo Resolution: 360: 6080x3040 (2:1) Pano: 4320×1440 (3:1) Video Resolution: 360: 5.7k@30fps, 25fps, 24fps 4k@50fps, 30fps 3k@100fps Wide Angle (steady Cam Mode): 2560x1440@50fps, 30fps 1920x1080@50fps, 30fps Photo Format: Insp (can Be Exported Via Mobile App Or Desktop Studio), Raw (dng, Must Be Edited On Desktop) Video Format: Steady Cam: Mp4 360: Insv Photo Modes: Standard, Hdr, Burst, Interval, Night Shot, Pureshot, Instapano Video Modes: Standard, Hdr, Timelapse, Timeshift, Bullet Time, Steady Cam Exposure Modes: Photo Shoot Auto, Manual (shutter 1/8000s-120s, Iso 100-3200), Shutter Priority (1/8000s-1s), Iso Priority (100-3200), Isolated Exposure Video Shoot Auto, Manual (shutter 1/8000s-1/30s, Iso 100-3200), Shutter Priority (1/8000s-1/30s), Iso Priority (100-3200), Isolated Exposure Video Coding: H.264, H.265 Video Bitrate: 100mbps Gyroscope: 6-axis Gyroscope Audio: Wind Reduction, 360 Direction Focus Compatible Devices: Ios Devices: Compatible With Ios Mobile Devices With Chips A11 Or Above And Ios Version 10.0 Or Above , Including Iphone Se 2, Iphone 8, Iphone 8p, Iphone Xr, Iphone Xs, Iphone Xs Max, Iphone X, Iphone 11, Iphone 11 Pro, Iphone 11 Pro Max, Iphone 12, Iphone 12 Pro, Iphone 12 Pro Max, Iphone 12 Mini, Ipad Air(2020), Ipad Pro And Newer Ipad Models. Android Devices: Compatible With Android Mobile Devices That Meet The Following Capabilities, Including: • Android Devices With Kirin 980 And Above Chips, Including Huawei Mate 20, P30 Or Newer Models. • Android Devices With Snapdragon 845 And Above Chips, Including Samsung Galaxy S9, Xiaomi Mi 8 Or Newer Models. • Android Devices With Exynos 9810 And Above Chips, Including Samsung Galaxy S9, S9+, Note9 And Newer Models. Note: 1. Devices That Do Not Meet The Above Requirements Can Possibly Still Use The App To Control The Camera, However, Performance Of Some Processor-intensive And Aipowered Features May Be Sub-optimal. 2. After Testing, Phones Equipped With Qualcomm Sdm765 5g Chips Have Poor Hardware Decoding Capabilities And Are Not Supported For Use, Such As Oppo Reno 3 5g. 3. The Installation Of The App Requires A Mobile Phone With A 64-bit System, A 32-bit System Does Not Support The Installation Of The App. Bluetooth: Ble 4.2 Wi-fi: 802.11a/b/g/n/ac Usb : Type-c * Note: This Version Only Supports Wired Connection To Android Devices (via Microusb Or Type-c). It Does Not Support Wired Connection To Ios Devices. Full Wireless Support Is Available For Both Ios And Android. Micro Sd Card: Uhs-i V30 Speed Class, Exfat Format Sd Cards With A Max Storage Of 1tb Are Recommended. Battery Capacity: 1630mah Charging Method: Type-c Charging Time : 85 Minutes Use Environment: -4°f To 104°f (-20? To 40?) Weight: 149g (5.25oz) Dimensions: (w X H X D) 4.62 X 11.30 X 2.98 Cm (1.82 X 4.45 X 1.17in) Run Time: 5.7k@30fps – 80 Minutes Color Profiles: Vivid, Standard, Log 50,000.00 2. 1 Unit Document Scanner With Adf - Scan At Speeds Up To 65ppm/130ipm (one-pass Duplex) - Scan Up To A3 - Scan From 27gsm To 413gsm - 1.44" Colour Lcd - Paper Protection Function Scanner Type: A4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi *1 Output Resolution: 50 - 1,200 Dpi (in 1 Dpi Increments) Bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size: 50.8 X 50.8 Mm Max Document Size: 215.9 X 6,096 Mm Supported Paper Weight: 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) Adf Capacity: 100 Sheets (80g/m2) Daily Scan Volume: Up To 7,000 Pages / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0 48,000.00 3. 6 Lot Door Access Control - 4.3 Inch Glass Touch Screen With A Resolution Of 480 X 272 - 2-mp Wide-angel Dual-lens Camera With Ir Illumination And Dwdr - Support Visitor Qr Code With Dss Pro Platform - Recognized Face 0.3m To 1.5m Away Magnetic Lock , L & Z Bracket, Power Supply, Exit Button, Emergency Break Glass Dhi-dss Pro8 Door Base License (16 Door Max) Electrical Materials,and Other Accessories Utp Cables Labor Charge Mobilization, Transportation, Allowance, Board And Lodging Dhi-dsspro8 Add On Liscences 445,176.00 4. 1 Unit Id Card Printer General Features Single-side Print Module Color Sublimation, Monochrome Thermal Transfer Printing Resolution: 260 X 300 Dpi 2 Million Colors 16 Mb Of Memory (ram) Printable Area: Edge-to-edge Printing Speed Color (ymcko) : 38 S/card - 95 Cards/h Black : 11 S/card- 325 Cards/h Ports/connectivity Usb 2.0 (usb 1.1 And 3.0 Compatible) Security Space For Kensington® Security Lock Eco-design, Certifications And Declaration Of Conformity Extended Standby Mode And Reduced Electricity Consumption Ce, Ccc, Kcc, Vcci, Fcc, Ices, Bis, Eac Rohs Power Supply Power Supply Unit: 100-240 V Ac, 50-60 Hz, 1.7 A Printer: 24 Volts Dc, 2.71 A Management And Card Features Card Feeder Capacity: 25 Cards (0.76 Mm) To 40 Cards (0.50 Mm) Output Hopper Capacity: 25 Cards(0.76 Mm) To 40 Cards (0.50 Mm) Card Thickness: 0.50 To 0.76 Mm, Automatic Adjustment Of The Gauge Card Type: Pvc Cards Card Format: Iso Cr-80 – Iso 7810 (53.98 X 85.60 Mm) Included In The Solution: • Pack Of 100 Pvc Cards 0.7 Mm Printing Ribbons Included In The Solution: • 2 Ymcko: 100 Prints/ribbon • 2 Monochrome Black Ribbon:500 Prints/ribbon 51,200.00 5. 1 Bundle Rackmount Ups With Extended Battery Run (3kva) > Rackmount Ups: Ac Surge Joule Rating: 440 J Ratings (va/w): 3000/2700 Nominal Voltage: 230 Vac Range: 120-300 Vac Frequency: 40-70 Hz Waveform: Sine Wave Battery Type: 12v, 9 Ah Valve-regulated, Nonspillable, Lead Acid Operating Temperature, °c (°f): 0 To 40 (32 To 104) Storage Temperature, °c (°f): -20 To 50 (-4 To 122) Relative Humidity: Non-condensing Operating Elevation: Noise Leve: 55 Dba Max @ 1m What's In The Box: Ups, Quick Start Guide/user Manual, 2x Iec-320-c13 C14 Output Cable, Monitoring/shutdown Software(cd), Usb Cable, Tower Stand/support Base, Fixed Mounting Rails, Screws And Front Ears, Safety/warning Sheet Or Regulations, Input Power Cable (iec320 Schuko To Iec320 C19, 1.8m), Input Power Cable (bs1362 To Iec320 C19, 1.8m), Input Power Cable (aus To Iec320 C19, 1.8m) Warranty: 2 Years > External Battery: Battery Technology: Sealed Lead Acid (vrla) Supported Number Of Batteries/batteries: 2 Battery/battery Voltage: 12v Battery Capacity: 9 Ah Compatibility: Gxtrt-1000irt2uxl Storage Humidity: 10 - 90 Percent Operating Temperature (tt): 0 - 40 °c Storage Temperature: -20 - 50 °c Altitude, Operating: 0 - 2000 M Operating Relative Humidity (vv): 20 - 95 Percent What's In The Box: 1x Vertiv Liebert Gxtrtebc24vrt2u Ups, Battery Module, Dc/battery Cable, Rail Kit + Screws, Tower Stand/feet Warranty: 2 Year 100,000.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of February 17, 2025. E-mail : Procurement.pb.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Joseph D. Mendoza Head, Procurement Office 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City (043) 779-8400 To 8406 Loc 1830 / 0960-3380495

AGRICULTURAL RESEARCH SERVICE USA Tender

Laboratory Equipment and Services
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items 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; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 12405b25q0039 Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code Is 334516 (analytical Laboratory Instrument Manufacturing). usda, Ars, Sea sea U.s. Horticultural Research Lab 2001 S Rock Road fort Pierce Fl 34945 is Looking For Led Microscope That Fits Into The Associated Specifications. the Government Anticipates Award Of A Firm Fixed Price Contract. each Offer Must Show A Breakdown Giving Price Of Each Element, Provide Descriptive Literature Or Information Showing That The Offered Service Meets All Parts Of The Specifications. vendors Responding To This Announcement Shall Submit Their Quote In Accordance With Far 52.212-1. Submission Of Quote Shall Include The Following: (1) Technical Specifications And (2) Price (to Include Shipping). electronic Submissions Are Preferred. Please Email All Quotes To Cecilia.mcnamee@usda.gov. All Solicitations Must Be Sent Using The Email Subject Title As The Solicitation Number. No Late Quotes Will Be Accepted. the Basis For Award Is Lowest Price Technically Acceptable. "lpta" Means The Expected Outcome Of The Acquisition That Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. Pursuant To Far 52.212-2, The Criteria For Evaluation Are: (1) Technical Specifications, (2) Price (to Include Shipping), And Must Also Have Satisfactory Past Performance. inspecton And Acceptance Terms: Supplies Will Be Inspected By Requiring Office's Technical Representative And Accepted At Destination. the Following Federal Acquisition Regulation (far) And The Department Of Agriculture Acquisition Regulation (agar) Provisions And Clauses Apply To This Acquisition: Far 52.202-1 Definitions; Far 52.203-5 Covenant Against Contingent Fees; Far 52.203-6 Restriction On Subcontractor Sales To The Government; Far 52.203-7 Anti-kickback Procedures; Far 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights; Far 52.204-7 Central Contractor Registration; Far 52.204-10 Reporting executive Compensation And First-tier Subcontract Awards; Far 52.204-16 Commercial And Government Entity Code Reporting; Far 204-17 Ownership Or Control Of Offeror; Far 52.204-18 Commercial And Government Entity Code Reporting; Agar 452.204-70 Inquiries; Far 204-19 Incorporation By Reference Of Representations And Certifications; Far 52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended Or Proposed For Debarment; Far 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations; Agar 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants; Far 52.212-1 Instructions To Offers-commercial Items; Far 52.212-2 Evaluation- Commercial Items (filled In As Follows: Technical Specifications And Price); Far 52.212-4 Contract Terms And Conditions-commercial Items; Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Of Executive Orders-commercial Items; Far 52.216-24 Limitation Of Government Liability; Far 216.25 Contract Definitization; Far 52.219-6 Notice Of Total Small Business Set-aside; Far 52.219-28 Post Award Small Business Program Re-representation; Agar 452.219-70 Size Standard And Naics Code Information; Far 52.222-3 Convict Labor; Far 52.222-17 Non-displacement Of Qualified Workers; Far 52.222-21 Prohibition Of Segregated Facilities; Far 52.222-26, Equal Opportunity Employment; Far 52.222-36 Affirmative Action For Workers With Disabilities; Far 52.222-50 Combating Trafficking In Persons; Far 52.223-18 Encouraging Contractor Policy To Ban Text Messaging While Driving; Far 52.225-13 Restrictions On Certain Foreign Purchases; Far 52.225-25 Prohibitions On Contracting With Entities Engaging In Certain Activities Or Transactions relating To Iran-reps And Certs; Far 52.232-1 Payments; Far 52.232-33 Payment By Electronic Funds Transfer-central Contractor Registration; Far 52.232-39 Unforceability Of Unauthorized Obligations; Far 52.233-2 Service Of Protest; Far 52.233-3 Protest After Award; Far 52.233-4 Applicable Law For Breach Of Contract; Far 52.244- 6 Subcontractors For Commercial Items; Far 52.252-1 Solicitations Provisions Incorporated By Reference; Far 52.252-2 Clauses Incorporated By Reference. to Be Eligible For An Award, All Contractors Must Be Registered In The System For Award Management (sam). A Contractor Can Contact Sam By Calling 1-866-606-8220 Or E-mail At Www.sam.gov. No Exceptions. A Duns (dun And Bradstreet) Number Is Required In Order To Register. All Invoices Shall Be Submitted And Paid Electronically. quotes Must Be Received No Later Than January 28, 2025 At 4:00pm Central Time. attach. 1 specification Document quantity: 1 leica Dm 1000 Led Microscope And Flexacam C3 Camera Specifications: long-life Led Illumination That Provides Near Daylight, Bright Illumination With Constant Color Temperature And Emits Less Heat And Is Energy Efficient. the Led Bulb Has A Long Product Life Of Approximately 100,000 Hours; Assuming Six Hours Of Use Per Day, The Bulb’s Service Life Is 50 Years. Low Power Consumption Of The Led Enables Even Battery Operation. the Unique, Patented, Height-adjustable Focus Knobs, Easy-to-change Stage Controls, And The Full Range Of Ergonomic Equipment Customize The Leica Dm1000 Led For Individual Users. focus Knobs For Dm1000 condenser Lens Cl Pol condenser Clp/ph 0.85 S1 ergostage With Ceramic Plate For Dm1000 slide Holder One Hand Slide Change xy-stage Control Standard eyepiece Hc Plan S 10x/22 Br. M tube Bdtp 25 100/50/0 With Fixed Port obj. N Plan 10x/0.25 obj. N Plan 20x/0.40 obj. N Plan 40x/0.75 polarizer In Mount, 32mm analyzer L Ict/p filter Holder F. 2 Filter 32mm lambda Plate In Holder analyzer Mount Tl L1/25, 60mm For Dm1000 flexacam C3 Camera h: 4,000; V: 3,000 (12 Mp) pixel Dimensions 1.55 μm × 1.55 μm rolling Shutter 100 μs – 120 Ms Exposure Range 4k / 60 Fps In Hdmi Mode Frames/sec optical Filter: 650 Nm Ir Cut Off Filter las X / Stand-alone Operating System c-mount Hc 0.55x hp E27k G5 27" Uhd standalone Kit For Flexacam C3

Municipality Of Naguilian, La Union Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 4 Million (USD 68.2 K)
Details: Description Event And Production Management Services "a. February 13, 2025 Opening Of Naguilian Cultural Village" Production Team 1 Production Manager 1 Overall Director 1 Assistant Director 1 Technical Director 1 Floor Director 1 Lighting Director 1 Stage Manager 1 Stage And Set Designer 1 Sound Engineer Technical Requirements Sound System: Line Array Speaker System (14 Units) Subwoofers (8 Units) Wedge Monitors (6 Units) Digital Mixer (32 Channels) Playback Laptop Wireless Microphones (4 Units) Lighting System: Par Led Spotlights (rgbw: 30 Units) Moving Head Lights (beam 230: 20 Units) Haze/smoke Machine (1 Unit) Light Controller (1 Unit) Multimedia Equipment: Panasonic Cameras With Wireless Cam (3 Sets) Blackmagic Hd Video Mixer (1 Unit) Led Wall Panels (4 Sets, 9ft X 12ft) Stage Monitors (2 Units) Stage And Canopy Setup: Stage Set Up And Design Stage With Scaffolding Premium Canopy (60ft X 160ft) Generator Set (150 Kva) Provision Of 2 Local Hosts Photo And Video Coverage Social Media Live Streaming, Live Feed And Recording "b. February 14, 2025 Grand Civic Parade (with Drum And Lyre) Drum And Lyre Exhibition Various Cultural Competition And Presentation (per District) Mr. Toda And Ms. Glad Pageant Sadiri Ti Naguilian Pammadayaw Piesta Ti Umili" Production Team: 1 Production Manager 1 Overall Director 1 Creative Director 1 Technical Director 1 Floor Director 1 Lighting Director 1 Stage Manager 1 Stage And Set Designer 1 Sound Engineer 2 Production Assistants 2 Visual/led Operators 1 Writer 2 Backstage Assistants 1 Talent Coordinator 5 Logistics Coordinators 2 Choreographer Back Up Dancers 2 Social Media Managers Technical Requirements: Sound System: Line Array Speaker System (14 Units) Subwoofers (8 Units) Wedge Monitors (6 Units) Digital Mixer (32 Channels) Playback Laptop Wireless Microphones (4 Units) Lighting System: Par Led Spotlights (rgbw: 30 Units) Moving Head Lights (beam 230: 20 Units) Haze/smoke Machine (1 Unit) Light Controller (1 Unit) Multimedia Equipment: Panasonic Cameras With Wireless Cam (3 Sets) Blackmagic Hd Video Mixer (1 Unit) Led Wall Panels (4 Sets, 9ft X 12ft) Stage Monitors (2 Units) Stage And Canopy Setup: Stage Set Up And Design Stage With Scaffolding Premium Canopy (60ft X 160ft) Generator Set (150 Kva) Provision Of 2 Local Hosts In The Morning, Afternoon And Evening Event Provision Of 5 Local Board Of Judges For Mr. Toda And Ms. Glad Provision Of Honorarium And Token For Judges For Mr. Toda And Ms. Glad Photo And Video Shoot Of Official Candidates Of Mr. Toda And Ms. Glad Provision Of Wardrobe And Other Pageant Requirements To Mr. Toda And Ms. Glad Candidates Provision Of Crown, Sash, Bouquet And Trophies To M. Toda And Ms. Glad Provision Of Male Celebrity Guest Performer Provision Of 2 Comedians For Comedy Show Performance Provision Of Orchestra Performer Photo And Video Coverage Social Media Live Streaming, Live Feed And Recording "c. February 15, 2025 Proud Naguilianon Cooking Showdown Various Cultural Competition And Presentation (youth) Naguilian Concert - Local And National Band Performance Rave Foam Party With Dj" Production Team 1 Overall Director 1 Creative Director 1 Technical Director 2 Stage Managers 2 Production Assistants 1 Sound Engineer 1 Lighting Technician 2 Visual/led Operators 2 Backstage Assistants 5 Logistics Coordinators 2 Crowd Control Staff 2 Social Media Managers 1 Graphics Artist Technical Requirements Sound System: Line Array Speaker System (14 Units) Subwoofers (8 Units) Wedge Monitors (6 Units) Digital Mixer (32 Channels) Playback Laptop Wireless Microphones (4 Units) Lighting System: Par Led Spotlights (rgbw: 50 Units) Moving Head Lights (beam 230: 34 Units) Follow Spotlights (2 Units) Audience Lights (4 Units) Haze/smoke Machine (1 Unit) Light Controller (1 Unit) Multimedia Equipment: Panasonic Cameras With Wireless Cam (3 Sets) Blackmagic Hd Video Mixer (1 Unit) Led Wall Panels (4 Sets, 9ft X 12ft) Stage Monitors (2 Units) Stage And Canopy Setup: Stage Set Up And Design Stage With Scaffolding Premium Canopy (60ft X 160ft) Generator Set (150 Kva) Party Foam Equipment Set Provision Of 2 Local Hosts In The Morning, Afternoon And Evening Event Photo And Video Coverage Social Media Live Streaming, Live Feed And Recording Provision Of Male Celebrity Guest Performer Provision Of Foam Party With A Dj Provision Of Local Band Performer Provision Of National Live Band Performer With 3 Front Acts Technical Rider Requirements: Signal Requirements Input 31 (left Foh) Input 32 (right Foh) Input 30 (submix) Matrix Outputs: Matrix 1: Left Foh Matrix 2: Right Foh Matrix 3: Front Fill Matrix 4: Center Fill Matrix 5: Side Fill Aux Subwoofer Outputs Kick Drum Snare Hi-hat Toms 1 & 2 Floor Tom Overhead Mics (left & Right) Backline Requirements Bass Amps Full Drum Kit Cymbals Heavy-duty Drum Throne Mic Stands Boom Type (6 Units) Stage Monitors Specifications: Front Monitors (4 Units) Drummer Area Monitors (2 Units) Stage Subwoofers (3 Units) Schedule Of Bidding Advertisement/posting- January 11-24, 2025 Issuance Of Bid Documents- January 11-30, 2025 Submission And Opening Of Bids- January 30, 2025, (thursday), 10:00am, Bac Office, Municipal Compound, National Road, Ortiz, Naguilian, La Union

DEPT OF THE ARMY USA Tender

Healthcare and Medicine
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Description: Sources Sought Notice #: W900kk-25-ssn-mioss2 introduction: the U.s. Army Contracting Command - Orlando (acc-orlando) Is Issuing This Sources Sought Notice (ssn) On Behalf Of The U.s. Army Program Executive Office For Simulation, Training, And Instrumentation (peo Stri), Product Lead, Live Individual And Collective Training (pdl Live), Project Lead, Training Aids Device Simulators And Simulation (tadss) Support Operations (pl Tso), As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest In Supporting The Requirements Of The Medical Simulation Training Center (mstc), Instructor, Operator Support Services (mioss) Acquisition. it Is The Usg Intent To Set-aside For Small Business. The Result Of This Market Research Will Confirm That At Least Two Small Businesses Are Capable Of Performing. In Addition, All Small Business Socio-economic Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions. disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. program Background: the Requirements Within Mioss Are Currently Being Satisfied By Peo Stri Through The Training Instructor Operator Support Services (trioss) Contract. The Anticipated Period Of Performance (pop) Is A Base Period Of Twelve (12) Months, With At Least Two (2) And Potentially Four (4) One-year Option Periods. the Mioss Effort Consists Of Credentialed Contractor-provided Instructor/operators (i/os) Providing Instructional Services Following The Guidance And Approval Of The Medical Proponent’s Programs Of Instruction (pois), Curriculum, And Training Support Packages. Instruction Is Facilitated Through The Operation Of Hi-fidelity Mannequins And Other Mstc Program-of-record (por) Tadss. Training Includes Medical Sustainment Training Of Combat Medics (68w), Medical Education And Demonstration Of Individual Competence (medic) (tc8-800 Tables), Tactical Combat Casualty Care (tccc Or Tc3), And National Registry Of Emergency Medical Technician (nremt) Training (all Levels). Additional Training Provided At The Mstc Includes Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel. Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tccc. The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform. the Medical Simulation Training Center (mstc) Program Is The Only Peo Stri Tadss-related I/o Support Services Program Currently Being Considered For The Mioss Acquisition. While Future Requirements Cannot Be Predicted, Please Use The Program Scope Provided Below In Answering The Questions Stipulated In Paragraph 4 Of This Notice. medical Simulation Training Centers (mstc) i. Description: Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tactical Combat Casualty Care (tccc). The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform. ii. Summary Of Requirements: The Contractor Shall Provide Instruction Of Tc 8-800 Medical Curriculums And Operation Of Fielded Army Medical Training Tadss Within 21-25 Us Army Mstcs Globally. iii. Training Foci: Mstc Training Will Primarily Focus On Providing Tactical Combat Casualty Care (tccc); Tc8 -800, Medical Education And Demonstration Of Individual Competence (medic); And Sustainment Training For The 68w Military Occupational Specialty (mos), And Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel. iv. Other Training: Other U.s. Army Medical Center Of Excellence (medcoe) Approved National Registry Emergency Medical Technician (nremt) And The Proponent Via The Medcoe Mstc Program Director Through The Mstc Director/alternate Contracting Officer Representative (acor) Or Their Authorized Representative Or Command Authority May Teach Miscellaneous Courses And Training Events On A Site-specific Basis After Approval. v. Place Of Performance/personnel Staffing: The Contractor Shall Staff Each Mstc Sufficiently To Ensure The Training Throughput Capability To Train At Least 2,500 Soldiers In 68w Recertification Tc 8-800 Requirements And/or Combat Lifesaver Skills (cls) Annually Using Only Contractor Instructor Personnel. The Contractor Shall Not Staff To A Lesser Throughput Capability Even If Scheduled Classes Differ, Or The Number Of Students Scheduled Is Lower Than The Aforementioned Requirements, Or If The Installation Provides Military Instructors. Currently The Conus Locations Include -ft Moore, Ga; Ft Bliss, Tx; Ft Liberty, Nc; Ft Campbell, Ky; Ft Carson, Co; Ft Drum, Ny; Ft Cabazos, Tx; Ft Indian Town Gap (fig), Pa ; Joint Base Lewis-mcchord, Wa; Ft Riley, Ks; Ft Stewart, Ga; Ft Dix, Nj ; Ft Mccoy, Wi; Camp Atterbury, In; Camp Dodge, Ia; Camp Shelby, Ms; Camp Ripley, Mn; Camp Williams, Ut And Oconus Locations In Ft Wainwright, Ak; Vilseck, Germany; Schofield Barracks, Hi; Camp Humphreys, Korea. Other Sites May Be Added Or Removed As Required By The Government. further Analysis Is Being Conducted To Determine An Accurate Potential Ceiling Value For This Effort; Therefore, The Government Is Not Releasing Any Dollar Values For This Requirement At This Time. acquisition Strategy - Planning Information: 1. Contract Vehicle: The Determination Of Contract Vehicle And Small Business Set Aside Or Full And Open Competition Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved. 2. North American Industry Classification System (naics): The Applicable Naics Code For This Requirement Is 541990, All Other Professional, Scientific, And Technical Services, With An Associated Size Standard Of $19.5 Million In Average Annual Receipts. *note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles In Order To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards. *note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years *note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months. 3. Contract Type: The Determination Of Contract Type Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved. submission Details: interested Businesses Shall Submit A Capability Statement (10 Pages Maximum) That Demonstrating Their Ability To Fulfill The Functions And Tasks Described Herein. your Response To This Sources Sought Notice Shall Be Electronically Submitted To The Contract Specialist Via Email, Usarmy.orlando.peo-stri.mbx.mioss@army.mil, No Later Than 4:00 P.m. (est) On 08 January 2025 And Reference Sam Notice Number And Title In The Subject Line Of The E-mail And On All Enclosed Documents. Responses Shall Either Use Microsoft Office 2013 Compatible (.xlsx, .docx Or .pptx) Or Adobe Acrobat 9 Pro (.pdf) Formats. Responses Shall Be In Sufficient Detail For The Government To Determine That Your Business Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Information And Materials Submitted In Response To This Request Will Not Be Returned. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. Do Not Submit Classified Material. written Responses To This Sources Sought Notice Should Consist Of The Following: a. Company Profile / Capabilities company Profile To Include Company Name, Office Location(s), Duns/cage Code Number, Email Address, And Small/large Business Status (i.e. - Certified 8(a), Service Disabled Veteran-owned (sdvosb), Woman-owned (wosb), Economically Disadvantaged Woman-owned (edwosb), Or Certified Hubzone). Large Businesses Are Permitted To Respond To This Notice. company Point Of Contact (poc) Name, Title, Office Address, Phone Number And Email Address. describe Briefly The Capabilities Of Your Organization And The Nature Of The Services You Provide. Include A Description Of Your Background And/or Your Staff Composition To Include Advanced Academic Degrees. Please Also Include Professional Experience Of Your Staff. The Focus Of This Description Of Capabilities Is To Determine If Your Organization Has A Deep Understanding Of Training Services Within The Defense Industry. include Information About Your Firm's Ability To Grow, Such As Available Letters Of Credit And Ability To Quickly Hire Qualified Personnel. prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Government Organization Supported Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein. organization's Ability To Have Personnel Located At Oconus Locations. Does Your Company Currently Have Employees Working Full-time, With The Appropriate Labor Law Approvals In Alaska, Germany, Hawaii, And/or Korea? If Not All Locations, Identify Where And How Many Employees Are At Each Location. b. Vendor Perspective (acquisition And Contracting Strategies) what Would Be Your Organization's Management Approach To Staffing This Effort With Qualified Personnel? what Is Your Company's Ability To Begin Performance Upon Contract Award, And/or Do You Have Any Recommendations As It Relates To A Transition Period. is Your Company Capable Of Providing A Team Composition That Can Support The Scope Of This Requirement, While Also Performing At Least 50 Percent Of The Work? Explain Which Portion Of The Scope You Would Perform And Which Portion You Would Utilize The Capabilities Of Teaming Partners? Please Consider The Language At Far 52.219-14 (c) (1) - Limitations On Subcontracting. are There Primary Risk Areas And/or Potential Issues Associated With An Acquisition Of This Type? How Do You Propose To Mitigate These Risk(s)? identify The Contract Type (e.g., Firm Fixed Price (ffp), Cost, Etc.) You Believe Is Appropriate For This Requirement As Well As Any Limitations To Your Organization's Ability To Propose A Ffp With Cost Provisions Contract. the Potential Contract Will Likely Include One (1) Base Year Pop, Plus At Least Two (2) Or As Many As Four (4) Option Years. Describe How The Government's Decision On Pop May Affect Your Organization's Ability To Execute This Requirement. c. A Statement Indicating If Your Firm Is A Large Or Small Business Under Naics Code 541990 (all Other Professional, Scientific, And Technical Services); If Small Business, Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb)]. *note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself. proprietary Data: All Submittals Containing Proprietary Data Must Be Appropriately Marked. It Is The Respondent's Responsibility To Clearly Define To The Government What Is Considered Proprietary Data. The Government Reserves The Right To Make Public Any Information That Would Provide Clarification On The Requirement For Industry In Preparing For Proposals. Responders Are Advised That Any Data Submitted To The Government In Response To This Notice May Be Released To Non-government Program Support Contractors For Review And Analysis. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. These Personnel Will Have A Non-disclosure Agreement In Place. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material. this Request For Information Is Published In Accordance With Far Part 15.201(e), And Is For Planning Purposes Only. It Does Not Constitute A Request For Proposal (rfp) Or A Commitment By The U.s. Government, Nor Should It Be Construed As Such. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; And The Government Assumes No Financial Responsibility For Any Costs Incurred. There Shall Be No Basis For Claims Against The Government As A Result Of Any Information Submitted In Response To This Sources Sought. respondents Are Advised That All Submissions Become Government Property And Will Not Be Returned. The Government Is Under No Obligation To Acknowledge Receipt Of Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted Under This Sources Sought Notice.

FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender

Automobiles and Auto Parts
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought For Knapheide (or Equal) Truck Body Purchase And Installation general Information: this Is A Sources Sought Synopsis. This Announcement Seeks Information From Industry, Which Will Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. the Purpose Of This Sources Sought Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry. the Naics Code For This Project Is 336211 Motor Vehicle Body Manufacturing synopsis: the United States Department Of Agriculture (usda) Farm Production And Conservation Business Center On Behalf Of Usda Natural Resources Conservation Service (nrcs) North Carolina State Office Requires The Purchase And Installation Of A Knapheide Closed Truck Body To Be Installed On Nrcs Vehicle A402884. scope Of Work: the Contractor Shall Provide And Install A Knapheide (or Equal) Closed Truck Body To Be Installed On Nrcs Vehicle A402884. nrcs Vehicle A402884 Description: 2024 Dodge 3500 Tradesmen Crew Cab 4x4 the Truck Body Package To Be Installed Will Include: muni 6108d54 Truck Body 1.00 Ea chev Oem Camera Install Service Bodies 1.00 Ea 7 Way Traler Plug Install 1.00 Ea tsr Install 1.00 Ea ladder Rack W/ Two Sets Ratchet straps Install 1.00 Ea 16k Receiver Hitch Install 1.00 Ea vise Bracket Install 1.00 Ea 2000w Inverter Install 1.00 Ea 12k Winch Install 1.00 Ea 6 Drawer Unit Install 1.00 Ea d Ring Install (4) 1.00 Ea 77000768 Master Locking System For 1.00 Ea all Compact, 80", 82', 96", 108" Service Body 107h Line Body 117" Combo Body information Sought: it Is Requested That Interested Parties Submit A Brief Capabilities Package (no More Than 5 Pages In Length) Demonstrating The Ability To Provide The Required Product And Installation. This Document Shall Address, At A Minimum, The Following: company Name, Address, Point Of Contact, Phone Number, And Email Address. Company Profile To Include Socio-economic Business Size, Office Location(s), And Unique Entity Id Number (if Registered In System For Award Management). credit Card Policy And Payment Terms interested Parties Who Wish To Respond To This Sources Sought Should Send Responses Via Email No Later Than 12 Feb 2025, At 1:00 Pm Est To Cary-ann.thomas@usda.gov And Shermeka.showers@usda.gov all Emails Must Include The Subject Line: North Carolina Knapheide Truck Body Purchase And Installation Sources Sought Response. this Sources Sought Is Not A Request For Proposal (rfp) And Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As A Proposal Now Will Any Award Be Made As Result Of This Synopsis. all Information Contained In This Sources Sought Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government. Far Provision 52.215-3, Request For Information Or Solicitation For Planning Purposes (oct 1997) Is Incorporated By Reference Into This Sources Sought. The Government Will Not Reimburse Companies For Any Costs Associated With The Submission Of Their Responses To This Sources Sought. This Sources Sought Is Issued Solely For Information And Planning Purposes. Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received In This Sources Sought That Is Marked “proprietary” Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned Nor Will Receipt Be Confirmed.
5931-5940 of 6185 archived Tenders