Computer Tenders

Computer Tenders

NATIONAL COMPUTER AND FREEDOM COMMISSION Tender

France
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: NATIONAL COMPUTER AND FREEDOM COMMISSION | Carrying out monitoring of the written press and audiovisual media (radio & TV) and daily and weekly overviews

Adela Serra Ty Memorial Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 10.4 Million (USD 179.3 K)
Details: Description Invitation To Bid For The Procurement Of Immuno-serology Reagents (tie-up Basis) And Supplies With Ib No. 2025-02-04 (07) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Ten Million Four Hundred Forty Eight Thousand Pesos Only [php 10,448,000.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Immuno-serology Reagents (tie-up Basis) And Supplies. Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 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). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos Only [php 25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 10:00 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga 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 10:00 Am; February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:01 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center 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. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot / Item Number Description Quantity Unit Unit Cost Total Delivered, Weeks/ Months Lot 1 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Immunology Analyzer For Free Of Use."if It's Not Brand New Machine, It Must Have Been Used For Not More Than Five Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage >a Floor Type Machine > Must Provide At Least 3 Consecutive Excellent Neqas Result For The Past 3 Years. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down. >failure Of Machine's Effective Functionality And Supplier's Performance (ex. No Consumables Available) Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier. >meet Our Objective Which Is Our Turnaround Time (tat) To Release Our Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Analyzer Should Be Delivered Complete With Its Accessories (ups 6kva, Keyboard, Printer, Avr 6kva, Etc.) > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers In Mindanao. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. >must Provide And Free Of Charge (foc): - All Consumable Needed For The Machine To Function Like Calibrators, Controls, Cuvettes/sample Cups, Rv, Pre-trigger, Disposable Tips, Deionized / Distilled Water, Wash Buffer, System Cleaning Solution And Etc. - Computer Sets, Ups, Avr, Printer - Calibration And Preventive Maintenance - Any Parts Or Accessories Of The Machine > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: >analytical Principle/system Description: Electrochemiluminescence (eclia) Immunoassay Technology Or Chemiluminescence Immunoassay (clia) Only. > Throughput: At Least 75 Tests/hr > Test Mode: Routine/random, Batch > Stat Assay Turnaround Time: <15mins > Non-stat Assay Turnaround Time: <25mins > Sample Volume: 10-50ul Per Test > 2-point Calibration Per Reagent Lot > Sample-clot Detection > Liquid-level Detection > Sensitivity : >99% > Specificity : >99% > Accuracy :> 99% >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >on-board Reagent Integrity/stability Control >automatic Inventory Tracking And Updating As To Number Of Tests And Remaining Test Available >program For Calibration Tracker And Validity >machine Quality Assurance: Auto Calibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access >barcode Reader/scanner For Easy Samples And Reagents Identification And Tracking >lis Ready >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Built-in Water System Or Distilled Water Must Be Provided. >provide Computer/software System To Store Results For Accessibility And Result Management >floor-type T3 (100's/box) 4 Box 38,000.00 152,000.00 15 Calendar Days After Issuance Of A Call-off T4 (100's/box) 4 Box 38,000.00 152,000.00 15 Calendar Days After Issuance Of A Call-off Tsh (100's/box) 32 Box 38,000.00 1,216,000.00 15 Calendar Days After Issuance Of A Call-off Ft3 (100's/box) 16 Box 38,000.00 608,000.00 15 Calendar Days After Issuance Of A Call-off Ft4 (100's/box) 30 Box 38,000.00 1,140,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbs (100's/box) 14 Box 38,000.00 532,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbe (100's/box) 4 Box 32,000.00 128,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbc (100's/box) 6 Box 32,000.00 192,000.00 15 Calendar Days After Issuance Of A Call-off Hbsag Quantitative (100's/box) 6 Box 25,000.00 150,000.00 15 Calendar Days After Issuance Of A Call-off Hbeag (100's/box) 4 Box 40,000.00 160,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 4,430,000.00 Lot 2 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Immunology Analyzer For Free Of Use. “if It's Not Brand New Machine, It Must Have Been Used For Not More Than Five Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage > Must Provide At Least 3 Consecutive Excellent Neqas Result For The Past 3 Years. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down. >failure Of Machine's Effective Functionality And Supplier's Performance (ex. No Consumables Available) Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier. >meet Our Objective Which Is Our Turnaround Time (tat) To Release Our Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Analyzer Should Be Delivered Complete With Its Accessories (ups 6kva, Keyboard, Printer, Avr 6kva, Etc.) > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. >must Provide And Free Of Charge (foc): - All Consumable Needed For The Machine To Function Like Calibrators, Controls, Cuvettes/sample Cups, Rv, Pre-trigger, Disposable Tips, Deionized / Distilled Water, Wash Buffer, System Cleaning Solution And Etc. - Computer Sets, Ups, Avr, Printer - Calibration And Preventive Maintenance - Any Parts Or Accessories Of The Machine > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: >analytical Principle/system Description: Electrochemiluminescence (eclia) Immunoassay Technology, Chemiluminescence Immunoassay (clia) Or Fluorescent Enzyme Immunoassay (feia). > Throughput: At Least 75 Tests/hr > Test Mode: Routine/random, Batch > Stat Assay Turnaround Time: <15mins > Non-stat Assay Turnaround Time: <25mins > Sample Volume: 10-50ul Per Test > 2-point Calibration Per Reagent Lot > Sample-clot Detection > Liquid-level Detection > Sensitivity : >99% > Specificity : >99% > Accuracy :> 99% >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >on-board Reagent Integrity/stability Control >automatic Inventory Tracking And Updating As To Number Of Tests And Remaining Test Available >program For Calibration Tracker And Validity >machine Quality Assurance: Autocalibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access >barcode Reader/scanner For Easy Samples And Reagents Identification And Tracking >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Buit-in Water System Or Distilled Water Must Be Provided >provide Computer/software System To Store Results For Accessibility And Result Management >floor-type/bench Type Ca-125 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ca-15-3 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ca-19-9 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Cea (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Afp (100's/box) 1 Box 50,000.00 50,000.00 15 Calendar Days After Issuance Of A Call-off Total Psa (100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Ana (anti-nuclear Antibody) (100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Cmv (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Toxo-igg (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ferritin (100's/box) 1 Box 80,000.00 80,000.00 15 Calendar Days After Issuance Of A Call-off Anti-dsdna (100's/box) 1 Box 75,000.00 75,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 565,000.00 Lot 3 Winning Bidder Responsibilities: > Winning Bidder Must Provide For Free An Iso-certified, Fully Automated Machine And Its Consumables, Calibrators And Controls. > Analytical Principle/system Description: Fluorescense Immunoassay (fia). > Provide Accessories For Effective And Uninterrupted Operation Like Ups, Avr, Computer Set And Printer. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down > Expenses Incurred For Send Out Of Tests Due To Failure Of The Machine And/or Poor Supplier Performance Shall Be Charged To The Winning Bidder. > Reagents Delivered Must Be At Least 18 Months From The Expiration Date. >lis Ready >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Buit-in Water System Or Distilled Water Must Be Provided > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 Troponin I (48's/box) 60 Box 40,000.00 2,400,000.00 15 Calendar Days After Issuance Of A Call-off C-reactive Protein (25's/box) 20 Box 15,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Procalcitonin (50's/box) 6 Box 15,000.00 90,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 2,790,000.00 Lot 4 Winning Bidder Responsibilities: > Winning Bidder Must Provide For Free An Iso-certified, Fully Automated Machine Bench Top And Its Consumables, Calibrators And Controls For The Analysis. > Analytical Principle/system Description: Fluorescense Immunoassay (fia) > Provide Accessories For Effective And Uninterrupted Operation Like Ups, Avr, Computer Set And Printer. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down > Expenses Incurred For Send Out Of Tests Due To Failure Of The Machine And/or Poor Supplier Performance Shall Be Charged To The Winning Bidder. > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Aso (anti-streptolysin O) Titer (100's/box) 2 Box 28,000.00 56,000.00 15 Calendar Days After Issuance Of A Call-off Pro-bnp (100's/box) 1 Box 120,000.00 120,000.00 15 Calendar Days After Issuance Of A Call-off Rheumatoid Factor (100's/box) 1 Box 24,000.00 24,000.00 15 Calendar Days After Issuance Of A Call-off D-dimer(100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 260,000.00 Technical Specs For Item No. 1 To 10 >sample Type: Serum, Plasma, Whole Blood > Sensitivity : >98% > Specificity : >98% > Accuracy: >98% 1 H. Pylori Ab Rt (20's/box) 20 Box 3,000.00 60,000.00 2 H. Pylori Ag Rt (20's/box) 2 Box 3,000.00 6,000.00 3 Typhidot Ab Duo Rt (25's/box) 40 Box 5,000.00 200,000.00 4 Leptospira Ab Rt (10's/box) 60 Box 9,000.00 540,000.00 5 Dengue Ns1 6000 Box 110.00 660,000.00 6 Dengue Rapid Test ( Igm, Igg) 6000 Box 60.00 360,000.00 7 Hcv Rt (100's/box) 4 Box 12,000.00 48,000.00 8 Hbsag Rt (30's/box) 120 Box 3,000.00 360,000.00 9 Hav Rt (25's/box) 8 Box 8,000.00 64,000.00 10 Syphilis Rt (100's/box) 15 Box 7,000.00 105,000.00 Subtotal 2,403,000.00 Total Amount 10,448,000.00 Purpose For Immuno-serology Section Use.

Servicio Navarro De Salud Osasunbidea Tender

Spain
Closing Date9 Jan 2025
Tender AmountEUR 1.5 Million (USD 1.6 Million)
Spain-pamplona: Laboratory Reagents

Development Academy Of The Philippines Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 400 K (USD 6.8 K)
Details: Description 1 Lot Lights, Sound System With Teleprompter And Led Walls Rental. Audio System: 1 Yamaha Dm7 Digital Mixer 8 D&b V12 Line Array Speaker 4 D&b V8 Line Array Speaker 6 D&b B22 Subwoofer 8 D&b M4 Floor Monitor Speaker 15 Sennheiser Wireless Microphone 4 Sennheiser Gooseneck Microphone 10 Sennheiser Condenser Microphone 2 La Audio Direct Box 1 D&b Amplifier 16 Hollyland Wireless Communication Set 20 Microphone Stand 20 Music Stand With Lights Video System: 1 Leyard P2.9 Led Led Wall (12ft X 26ft) 1 Mctrl600 Led Display Controller 1 Barco E2 Event Processor With Barco Ec210 Controller 1 Led Wall Platform (3ft) 3 Panasonic Ptz Camera 2 Panasonic Handheld Camera 1 Panasonic Ptz Camera Controller 5 Sony 55 Inches Led Tv With With Slant Stand 1 Black Magic Web Presenter 1 Desktop Computer With Vmix And Live Streaming Software 1 Video Cables And Connectors Lighting System: 18 Clay Paky Sharpy Plus 18 Clay Paky K10 Wash 8 Molefay 4 Bulbs Led Blinder 1 Avolites Pearl Arena Lighting Controller 2 Haze Machine 1 Vertical Truss 1 Motor Hoist 1 Followspot Generator Set: 1 Denyo 150kva Silent Type Generator Set 1 Inclusive Of Fuel 1 Power Box And Cable Ramps Terms Of Reference For Purchase Request On Lights, Sound System With Teleprompter, And Led Walls (rentals) 1. Project Overview 1. This Provides A Terms Of Reference For The Lights, Sound System With Teleprompter, And Led Walls Rental Services For The Upcoming One Dap Graduation On 31, January 2025. The Venue Is At The Philippine International Convention Center Plenary Hall, From 08:00 Am To 05:00 Pm With A Pre-event Installation And Preparation On 31 January 2025, From 12:00 Am To 6:00 Am. 2. The Supplier Shall Provide The Following: 1. Lighting System: 1. Comprehensive Lighting Package To Illuminate The Stage, Audience Area, And Venue (as Needed); 2. Variety Of Lighting Fixtures (e.g., Moving Beams, Par Lights, Mini Bee Eye Head); 3. Dimmer Control System; And 4. All Other Items/requirements Mentioned In The Purchase Request. 2. Sound System: 1. High-quality Sound System With Ample Coverage For The Venue; 2. Mixing Console And At Least 15 Wireless Microphones, 10 Wired/condenser Microphones, And 4 Gooseneck Microphones; 3. Speakers And Subwoofers; 4. Five (5) Led Tv Teleprompter; And 5. All Other Items/requirements Mentioned In The Purchase Request. 3. Led Wall: 1. Three High-resolution Led Walls With Appropriate Size For The Venue And Viewing Distance; And 2. Media Player And Control System (video Switch, Video Camera For Live Feed). 3. Deliverables 1. All Lights And Sounds Effect For The Event; 2. Stage Set-up; And 3. Technical Operators Of The Supplier. 4. Lights, Sound System And Led Walls Rental Provider Requirements: 1. Proven Experience In Events And In Operating Of Sounds And Lights Effect; 2. Professional-grade Equipment; 3. Provision Of Own Electric Wire Extensions (extension Cords) For Lights And Sounds Equipment Usage; 4. Back-up Power, As Needed; 5. Ensured Compatibility Of Equipment With Picc’s Venue Set-up; And 6. Familiarity With Floor/ Stage Operation. 5. Additional Considerations 1. Music For The Events Should Be Royalty-free. 2. Equipment Should Be Compatible With Picc. 3. Permit/certification To Operate At Picc. 4. Travel, Accommodation, And Meals Costs For The Team Shall Be Shouldered By The Supplier.

Department Of Agriculture Tender

Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 270 K (USD 4.6 K)
Details: Description Request For Expression Of Interest (reoi) Hiring Of Consultancy/technical Services (individual Consultant/technical) Solicitation No. Da7-01-2025-prdp-isupport-005 Epc: Php 270,000.00 1.the Government Of The Philippines Has Been Granted A Loan From The World Bank Towards The Cost Of The Philippine Rural Development Program (prdp) And Intends To Apply Part Of The Proceeds Of This Loan To Payment For The Cost Of Hiring An Institutional Development Officer (ido) For I-support Component. 2.the Prdprpco 7, Hereunder Referred To As The “end User” Now Request Interested Applicants To Submit Expressions Of Interest For The Hiring Of Individual Consultant/technical Namely: Item Description (prdp-isupport-005): Institutional Development Officer (ido) For I-support Component Quantity/unit: 1 Person Unit Price Php: 54,000.00/month 3. Terms Of Reference (tor) For Institutional Development Officer (ido) Duties And Responsibilities: Under The Direct Supervision Of The Rpco Institutional Development Unit Head, The Institutional Development Officer (ido) Perform The Following Tasks: 1. Assist The Institutional Development Unit Head In The Execution Of His/her Duties And Responsibilities. 2. Assist And Provide Technical Support In The Implementation Of Idu Activities. 3. Assist In The Preparation Of Idu Work And Financial Plans, Activity Reports, Progress Reports, Documentation Reports And Other Prdp Related Reports. 4. Serve As Idu Focal Person On Coordinating Mis-related Activities With The Rpco Components/units; 5. Assist In The Preparation/leg Working Of Regional Idu Coordination Meetings And Any Activities Related To The Integration Of Prdp Key Innovations; 6. Assist In Facilitating Meetings, Trainings And Workshop. 7. Perform Other Tasks That May Be Assigned By The Immediate Supervisor. Required Education And Qualification: A. Education And Relevant Experiences: 1. Bachelor’s Degree In Social Science Courses; 2. Minimum Of One (1) Year Experience In Institutional Development Work; 3. Operational Experience In Preparing Activity Or Training Design And Facilitate The Conduct Of Approved Designs; 4. Must Have At Least Six (6) Months Experience In Working With Ngas, Lgus, Stakeholders And Communities; And 5. Must Have Relevant Knowledge And Experience Working In The Agriculture And Fishery Sector At Least Six (6) Months. B. Skills And Qualification 1. Good Technical Writing And Oral Communication Skill; 2. Strong Capacity To Prepare Process Documentation Of Activities Conducted As Well As Reports In Administering Programs; 3. Competent In Basic Computer Operations, E.g. Word Processing, Excel And Powerpoint 4. Strong Analytical And Research Skill; 5. Workshop/meeting Facilitation Skill 6. Must Be A Team Player But Can Work Independently. Official Work Station: Prdp Rpco 7, Da-rfo 7 Complex, Highway Maguikay, Mandaue City. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The World Bank Guidelines And Taking Into Consideration The Rated Provisions In The Project Loan Agreement And Guidelines In The Procurement Under The Ibrd Loans And Ida Credits. The Individual Consultants Will Be Selected In Accordance With The Procedure Set Out In The World Bank’s Guidelines: Selection And Employment Of Consultants By World Bank Borrowers, May 2011. 5. All Expressions Of Interest (eois) Together With Curriculum Vitae And All Necessary Documents Must Be Delivered In Hard Copies Placed In A Sealed Enveloped Marked: ”hiring Of Consultancy/technical Services (institutional Development Officer (ido))” (solicitation No. Da7-01-2025-prdp-isupport-005). 6. Expression Of Interest (eoi) Must Be Delivered At The Address Below Not Later Than 12: 00 P.m. Of January 30, 2025. Sbac Secretariat Office Department Of Agriculture-philippine Rural Development Project - Regional Project Coordination Office Vii (da¬prdp-rpco 7) Complex, Highway Maguikay, Mandaue City. 7. The Prdprpco 7 Reserves The Right To Accept Or Reject Any Bid And To Annul The Selection Of Individual Consultants (sic) Process Of Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. (sgd.) Elvin J. Milleza Chairperson Special Bids And Awards Committee

Department Of Agriculture Tender

Finance And Insurance Sectors
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 237.6 K (USD 4 K)
Details: Description Request For Expression Of Interest (reoi) Hiring Of Consultancy/technical Services (individual Consultant/technical) Solicitation No. Da7-01-2025-prdp-isupport-004 Epc: Php 237,600.00 1.the Government Of The Philippines Has Been Granted A Loan From The World Bank Towards The Cost Of The Philippine Rural Development Program (prdp) And Intends To Apply Part Of The Proceeds Of This Loan To Payment For The Cost Of Hiring An Budget Analyst I For I-support Component. 2.the Prdprpco 7, Hereunder Referred To As The “end User” Now Request Interested Applicants To Submit Expressions Of Interest For The Hiring Of Individual Consultant/technical Namely: Item Description (prdp-isupport-004): Budget Analyst I For I-support Component Quantity/unit: 1 Person Unit Price Php: 47,520.00/month 3. Terms Of Reference (tor) For Budget Analyst I Duties And Responsibilities: The Budget Analyst I Of The Prdp-rpco Shall Engaged To Provide Services, Inputs, Analysis And Support To The Programs Implementation And Capacity-strengthening Activities As Well As Financial Accountability Reports (fars) For The Prdp. The Budget Analyst I Will Be Reporting Directly To The I-support Budget Officer Prdp-rpco 7. 1. Process Obligation Requests/burs Chargeable Against Prdp Funds; 2. Earmark Purchase Requests And Obligate Mooe And Co For Each Transaction Of Prdp; 3. Monitor Monthly Disbursement As Against Obligations; 4. Update Daily Balances Of Mooe And Co Of Prdp 7; 5. Prepares Weekly, Monthly And Annual Status Of Fund Report And Other Related Reports Of The Rpco 7; 6. Coordinate/follow Up With Accounting All Prdp Unpaid Vouchers; 7. Assists And Coordinate With The Budget Unit Head In The Preparation Of Budget Proposals And Annual Physical And Financial Plan Of Rpco 7; 8. Coordinates With The Procurement Unit And Assists In The Preparation Of Project Procurement Management Plan; 9. Monitor Earmarked Prs With Funding As Against Those Awarded With Corresponding Pos Per Component; 10. Assist In Preparation Of Finance Presentation Materials During Meetings And Trainings; And 11. Perform Other Functions As May Be Directed By The Program Director And/or Supervisor From Time To Time. Required Education And Qualification: A. Education And Relevant Experiences: 1. Bachelor’s Degree Relevant To The Job; And 2. With Relevant Units In Accounting Of Finance. B. Knowledge, Competencies And Skills: 1. Familiarity With Prdp And Other Foreign Assisted Projects (faps) Within The Department Advantage; 2. Computer Literate (excel, Word & Powerpoint); 3. Team Player; 4. Able To Work Under Pressure; And 5. Experience In Government Financial & Budgeting Process Is An Advantage. Official Work Station: Prdp Rpco 7, Da-rfo 7 Complex, Highway Maguikay, Mandaue City. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The World Bank Guidelines And Taking Into Consideration The Rated Provisions In The Project Loan Agreement And Guidelines In The Procurement Under The Ibrd Loans And Ida Credits. The Individual Consultants Will Be Selected In Accordance With The Procedure Set Out In The World Bank’s Guidelines: Selection And Employment Of Consultants By World Bank Borrowers, May 2011. 5. All Expressions Of Interest (eois) Together With Curriculum Vitae And All Necessary Documents Must Be Delivered In Hard Copies Placed In A Sealed Enveloped Marked: ”hiring Of Consultancy/technical Services (budget Analyst I)” (solicitation No. Da7-01-2025-prdp-isupport-004). 6. Expression Of Interest (eoi) Must Be Delivered At The Address Below Not Later Than 12: 00 P.m. Of January 30, 2025. Sbac Secretariat Office Department Of Agriculture-philippine Rural Development Project - Regional Project Coordination Office Vii (da-prdp-rpco 7) Complex, Highway Maguikay, Mandaue City. 7. The Prdprpco 7 Reserves The Right To Accept Or Reject Any Bid And To Annul The Selection Of Individual Consultants (sic) Process Of Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. (sgd.) Elvin J. Milleza Chairperson Special Bids And Awards Committee

DEPT OF THE ARMY USA Tender

Others...+1Consultancy Services
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: The Us Army Corps Of Engineers, Honolulu District Is Contemplating The Award Of An Indefinite-delivery Architect-engineer Services Contract (geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping And Land Parcel Mapping) For Design Of Miscellaneous Projects In The U.s. Army Corps Of Engineers (usace), Honolulu District (poh) Area Of Responsibility (aor). The Idc Will Consist Of A Base Period Of Five (5) Years With No Option Periods. The Amount Will Not Exceed A Cumulative Total Of $9,900,000 For All Contracts Awarded Under The Solicitation, Over The Five (5) Year Period. Work Is Subject To The Availability Of Funds. Each Task Order Issued Shall Be Firm-fixed Price (as Negotiated). Funding Shall Be Cited On Individual Task Orders. Only Firm(s) Considered Highly Qualified Will Be Awarded A Contract. Work Under This Contract Will Be Subject To Satisfactory Negotiation Of Individual Task Orders. Selection Of A-e Firm(s) Is Not Based Upon Competitive Bidding Procedures, But Rather Upon The Professional Qualifications Necessary For The Performance Of The Required Services. project Scope: the Firm Must Have Primary Capability In Either Geotechnical Engineering Or Land Surveying. The Firm And/or Its Consultants Must Have Capability In Disciplines That Include Geotechnical Engineering, Land Surveying, Environmental Engineering, Cost Estimating, And Specification Writing. This Includes Design And Engineering Services For Structure Foundations, Sub-grades For Roadways, Pavement Design, Soil Improvements, Site Grading, Retaining Structures, Embankments, Dams, And Soil Erosion Control. Land Surveying Work Includes Cadastral And Land Parcel Mapping; Topographic Mapping; Control Surveys; And Digital Terrain Modeling. Aerial Photography, Lidar, And Hydrographic Surveys May Occasionally Be Required. Specific Computer-aided Drafting (cad) Equipment, Format Of Cad Products, And Compliance With A/e/c Standards Will Be Required. Metric System Will Be A Requirement On Selected Projects. the Prime Contractor Must Have Capability In Either Geotechnical Engineering Or Land Surveying. Collectively As A Team, The Prime Contractor And/or Its Sub-consultants Must Have Capability In The Following Disciplines geotechnical Engineering engineering Geology topographic Surveying aerial (photography/lidar) Surveying orthophotography / Photogrammetry cadastral Mapping land Parcel Mapping hydrographic Surveying environmental Engineering civil Engineering cost Engineering background: professional Services Are Being Procured In Accordance With Pl 92-582 (brooks A-e Act) And Far Part 36, As Required For Design Support Primarily For Projects Within The Poh Aor. Work Primarily Includes But Is Not Limited To A Range Of Minor To Major Repair, Modification, Rehabilitation, Alternatives And New Construction Projects Primarily In Support Of The Department Of Defense And Associated Agencies. The Work And Type Of Services Will Consist Primarily Of Preparation Of Design Analyses And Reports; Facility Condition Studies; Plans And Specifications For The Site Designs Of Predominantly Vertical Construction Projects; Horizontal Construction Projects May Also Be In The Variety Of Work Assigned. All Design And Other Engineering-related Services Must Be Performed By Or Under The Direct Supervision Of Licensed Professional Engineers. response Information: only Interested Prime Architect-engineers Should Submit A Narrative Demonstrating Experience In The Project Scope. Please Indicate If The Firm Is A Small Business Contractor Or A Contractor That Qualifies Under A Small Business Program (i.e. 8(a), Hubzone, Service-disabled Veteran-owned Small Business, Women-owned Small Business). size Standard. The North American Industrial Classification Code (naics) For This Procurement Is 541370. This Announcement Is Open To All Businesses Regardless Of Size. information Is Limited To 5 Single Sided Pages. this Notice Is Not A Request For Proposals. This Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. Please Note It Is Required That Interested Contractors Be Registered In System For Award Management (sam). Please See Www.sam.gov For Additional Information. In Addition, This Sources Sought Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. Information Shall Be Submitted Electronically To Brett Watanabe At Brett.j.watanabe@usace.army.mil And Colin Waki At Colin.k.waki@usace.army.mil By January 21, 2025, 2:00 P.m. Hawaii Standard Time. please Note: At This Time, The Honolulu District Is Only Interested In Responses From Prime Contractors.

DEPT OF THE NAVY USA Tender

Software and IT Solutions...+1Telecommunication Services
United States
Closing Date26 Jan 2025
Tender AmountRefer Documents 
Details: Please See Attached Pws. sources Sought/request For Information (rfi) scope: this Is A Sources Sought/request For Information (rfi), As Defined In Federal Acquisition Regulation (far) 15.201(e). The Government Is Issuing This Rfi In An Effort To Understand Market Availability, Technical Characteristics, Cost, And Functionality Of Information Technology (it) Tools, Applications Or Products Capable Of Satisfying The Life-cycle Technical, Functional, Operational, And/or Capabilities Described In This Rfi. any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal, Request For Quotation, Or Invitation For Bid, Nor Does Its Issuance Obligate Or Restrict The Government To An Eventual Acquisition Approach. The Government Does Not Intend To Award A Contract On The Basis Of Responses From This Rfi Or Pay For The Preparation Of Any Information Submitted Or For The Use Of Such Information. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only. to The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. Responses To The Rfi Will Not Be Returned. background: the Navsup Fleet Logistics Center Sigonella (flcsi) Souda Bay Detachment, Souda Bay, Greece Is Conducting Market Research For Telecommunications Operations And Maintenance (o&m) Services At Nsa Souda Bay, Greece Area Of Operation As Described In The Attached Draft Performance Work Statement (pws). purpose: the Purpose Of This Rfi Is To Gather Information On Best Practices And Cost Estimates For Telecommunications Operations And Maintenance (o&m) Services. a Draft Copy Of The Performance Work Statement (pws) Is Attached. This Document Is Only A Draft And Is Not Considered A Final Document. Performance Is Anticipated In All Of The Following Countries: greece the Anticipated Clearances Are Secret. it Is Anticipated That The Contractor Will Be Responsible For Obtaining Any Necessary Technical Representative Status, Licenses, Permits, Country/theater Clearances, Visa And Entry Authorizations To Comply With Any Applicable U.s. And Host Nation Laws, Codes, And Regulations. additional Information Requested: provide The Following Business Information: company Name company Socio-economic Size email Address point Of Contact For Further Clarification Or Questions. uei/cage Code questions: questions With Regard To This Rfi Are Requested To Be Submitted By E-mail To: navsup Flcsi kelly Mcfarlin Kelly.n.mcfarlin.civ@us.navy.mil magdalini Schoulidou Magdalini.schoulidou.ln@us.navy.mil responses: interested Vendors Are Requested To Submit A Capabilities Statement In Response To This Rfi By E-mail To: navsup Flcsi kelly Mcfarlin Kelly.n.mcfarlin.civ@us.navy.mil magdalini Schoulidou Magdalini.schoulidou.ln@us.navy.mil the Deadline For Responses To This Request Is 1500 Hours, Eastern Standard Time, On Sunday 26 January 2025. response Should Be Single-spaced, Times New Roman, 12 Point Font, With One Inch Margins All Around, Compatible With Ms Office Word 2007, With A Total Page Count Not To Exceed 10 Pages. Response, Including Attachments, Shall Not Exceed 10 Mb. Each Page Of Your Package Shall Be Printable On 8 ½” X 11” Paper. Please Note That Some Email Systems May Block File Types Such As .zip Or Other Macro-enabled Extensions; Respondents Should Verify Receipt. any Response Submitted By Respondents To This Request Constitutes Consent For That Submission To Be Reviewed By Navsup Flcsi And Naval Computer And Telecommunication Area Master Station Atlantic (nctams Lant). The Responses May Be Forwarded To Other Government Entities In Consideration For Applicability To Other Programs. respondents Are Advised That The Government Is Under No Obligation To Provide Feedback With Respect To Any Information Submitted. All Submissions Become Government Property And Will Not Be Returned. this Rfi Is Issued Solely For Information Purposes. It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service In Any Manner. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense.

DEFENSE HEALTH AGENCY DHA USA Tender

Software and IT Solutions...+1Finance And Insurance Sectors
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Request For Information (rfi) armed Forces Billing And Collection Utilization Solution general. this Is A Request For Information (rfi) Only. this Rfi Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Proposals Are Not Being Sought And Unsolicited Proposals Will Not Be Accepted. respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party's Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. background. the Defense Health Agency Contracting Activity (dhaca) On Behalf Of Program Executive Office Defense Healthcare Management Systems (peo Dhms) Is Seeking Information From Industry Regarding The Availability Of Software Solutions Similar To The Armed Forces Billing And Collection Utilization Solution (abacus). The Defense Healthcare Management Systems Program Executive Office Utilizes The Abacus Software, To Provide Services Uniform Business Offices (ubos) With An Industry Standard, Best Practice Means For Billing, Collection And Reporting Of Medical Services Provided By Dod Military Treatment Facilities (mtfs) Worldwide. purpose. the Purpose Of This Request For Information (rfi) Is To Identify Potential Sources That Can Provide An Interim Software Solution With Capabilities Similar To The Revenue Cycle Management Functions Available In Abacus. The Government Seeks To Understand The Market Availability, Technical Capabilities, And Potential Cost Structures Of Such Solutions. See Attached Draft Performance Work Statement (pws) For Details Regarding The Initiative. information Requested. participants Are Requested To Submit The Following Information In The Format Outlined Below. The Response Should Be Detailed But No More Than Four Pages And Address The Information Requested Below (title Pages, Cover Letter, Etc., Will Not Count Against The Page Limit). Respondents Are Highly Encouraged To Submit A Tailored Response Rather Than A Generic Capability Statement To Ensure The Needed Information Is Provided. Company Information: name Of The Company address point Of Contact (name, Phone Number, Email) duns Number And Cage Code business Size: The Naics For This Effort Is 541511, Custom Computer Programing Services. Based On This Naics, Identify Your Business Size As Small Or Large. If A Small Business, Identify If Any Of The Following Are Applicable: Hubzone, Service Disabled Veteran Owned, Veteran Owned, Small Disadvantaged Business, Woman Owned, Or Economically Disadvantaged Woman Owned. participants Are Also Encouraged To Recommend A More Suitable Naics That Accurately Reflects The Scope Of The Initiative. When Making Your Recommendation, Please Update Your Business Size Classification Based On The Proposed Naics And Provide A Concise Rationale Explaining How The Recommended Naics Aligns Effectively With The Initiative's Objectives. technical Capabilities: include Sufficient Details On How The Objectives Outlined In The Attached Pws Will Be Effectively Addressed, To Include The Following: description Of The Software Solution technical Specifications And Features compliance With Department Of Defense And Defense Health Agency Cybersecurity Requirements experience With Cloud-based Managed Service Offerings past Performance: relevant Past Performance Information, Including Previous Contracts With Dod Or Other Federal Agencies, To Include A Brief Description Of The Project, Contract Number, Period Of Performance, Prime Or Subcontractor Status, Dollar Value Of The Project. if There Is No Direct Performance Or Experience With The Stated Initiative, Please Explain How You Will Effectively Fulfil The Initiative Utilizing Proposed Teaming Arrangements And Other Arrangements. cost Information: rough Order Of Magnitude (rom) Cost Estimate For The Software Solution pricing Structure (e.g., Subscription-based, Perpetual License, Etc.) additional Information: any Other Relevant Information That May Assist The Government In Its Market Research submission Instructions. responses To This Rfi Should Be Submitted Electronically To Mr. Sharjeel J. Javaid: Sharjeel.j.javaid.civ@health.mil, No Later Than 28 January 2025, 1400 Est. Please Include “rfi Response - Abacus Software Solution” In The Subject Line Of The Email.

FEDERAL ACQUISITION SERVICE USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: General Services Administration (gsa) Assisted Acquisition Services (aas) Is Releasing This Request For Information (rfi) Notice On Behalf Of The U.s. Special Operations Command (ussocom). The Purpose Of This Rfi Notice Is To Ascertain Whether Multiple Vendors Can Provide The Requirements Outlined Within This Notice. This Is A Market Research Exercise. The Government Is Not Obligated To Release A Future Solicitation. this Rfi Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment, Implied Or Otherwise, By The Government That A Procurement Action Will Be Issued Or That A Specific Strategy Will Be Executed. Response To This Notice Is Not A Request To Be Added To A Bidders List Or To Receive A Copy Of A Solicitation. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of The Submission Of The Requested Information. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement And Any Follow Up Information Requests. Responses To This Rfi May Be Considered In The Future Determination Of An Appropriate Acquisition Strategy For The Program. The Government May Not Respond To Any Specific Questions Or Comments Submitted In Response To This Rfi Or Information Provided As A Result Of This Request. Any Information Submitted By Respondents As A Result Of This Notice Is Strictly Voluntary. previous Iterations Of This Requirement Facilitated The Effective Integration Of Specific Sensors On Existing Weapons Systems. Historically, Sensors That Were Installed On The Various Dod Systems Created An Obstacle For The Command, Control, Intelligence, Surveillance And Reconnaissance Transport (c2isr-t) Experts. To Maintain These Assets, The Government Has Acquired Engineering, Acquisition, Operation, And Sustainment Services To Operate These System Subcomponents To Enable Downlink, Process, Distribute, And Produce Sensor Data As A Necessary Mission/task Of The C2isr-t Infrastructure. ussocom Requires An Industry Partner That Will Provide A Host Of Services To Support, Maintain, And Upgrade Existing Systems Integrated Into Various Platforms And Locations Across The Globe. These Services Will Enable Applicable Common Data Link (cdl), Command Control, Communications, Computers, Intelligence Surveillance, And Reconnaissance (c4isr), And Rapid Sustainment Office (rso) Requirements By Focusing On The Utilization Of Existing And Future Architectures, Configurations And Resources To Support Data Relay Ingest, And Throughput At The Ground Stations And Other Customer Locations. These Services Are Anticipated To Expand Existing Data Link Capability Enabling Worldwide Operations And Provide Critical Intelligence Data To Users In Near Real Time.
6521-6530 of 6802 archived Tenders