Computer Tenders

Computer Tenders

Caraga State University Tender

Software and IT Solutions
Philippines
Details: Description This Is A 1 Lot Procurement | Total: 69,500.00 Stock No. Item Description Quantity Unit Total Cost 1. Desktop Computer Mid-range | 1 | Unit | 42,500.00 System Unit: Processor: Mid-range Cpu, 11th Generation Or Equivalent Motherboard: Compatible With The Chosen Cpu, Featuring Essential Connectivity Ram: 8gb Ddr4 3200mhz Or Higher Storage: 512gb Nvme Ssd + 1tb Hdd Or Higher Graphics Card: Mid-range Gpu Suitable For Light Gaming And Multimedia Tasks (4gb, 1650 Or Higher) Power Supply: 500w 80+ Bronze Case: Compact Or Mid-tower With Decent Airflow Cooling: 1-2 120mm Case Fans Included: Mouse, Keyboard, & Monito" 2. Scanner | 1 | Unit | 27,000.00 *type: Document Scanner-sheet Fed (using Manual Feed Slot).*feeder Capacity: 30 Sheets.*up To 600 Dpi In Scanning Resolution.*recommended Daily Duty Cycle: 100 Pages.*bit Depth:48-bit.*control Panel : 2 Front-panel Buttons (cancel, Scan).*automatic Document Feeder Capacity: Standard, 1 Sheet (using Manual Feed Slot).*automatic Document Feeder Speed: Up To 5 Ppm/8 Ipm (b&w, Color, 300 Dpi).*scanning Options (adf): Single-pass Duplex.*scan Size (adf) Maximum : 216 X 356mm.*scan Size (adf) Minimum: 52 X 74mm.*mac Compatible: Yes.*connectivity, Standard: 1 Hi-speed Usb 2.0.*power: Usb Powered.*power Consumption: 2.5 Watts.*warranty: 1 Year On Parts And Services.*presence Of Service Centers Within Butuan City And Or Caraga. *note: All Equipment 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." Note: Delivery Period: Within Thirty (30) Calendar Days Upon Receipt Of P.o 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 Please Indicate Item Offer With Brand/s And Model/s Of The Specific Item
Closing Date3 Feb 2025
Tender AmountPHP 69.5 K (USD 1.1 K)

Municipality Of Sta Cruz, Marinduque Tender

Publishing and Printing
Philippines
Details: Description Office Supplies 1 Canon Ink (gi-790 Bk)1355 14 Bottles 2 Canon Ink (gi-790 Y) 70ml 10 Bottles 3 Canon Ink (gi-790 C) 70ml 9 Bottles 4 Canon Ink (gi-790 M) 70ml 10 Bottles 5 Hp Ink Computer Toner Cb435a Original 2 Carts 6 Linen Paper (white/long) 6 Pack 7 White Board Magnet Eraser (big) 1 Pcs 8 White Board Marker (black) 8 Pcs 9 Fluorescent Marker (assorted Color) 18 Pcs 10 Brown Envelope Long 18 Pcs 11 Brown Envelope Short 15pcs 12 Bond Paper Long Sub 20 64 Reams 13 Bond Paper A4 Sub 20 8 Reams 14 Bond Paper Short Sub 20 39 Reams 15 Folder Short 14 Pts (white) 16 Pcs 16 Folder Long 14 Pts (white) 9 Pcs 17 Mailing Envelope Long White 3 Pcs 18 Mailing Envelope Long White 2 Boxes 19 Ballpen Ordinary (black) Matrix 8 Boxes 20 Staple Wire #35 8 Boxes 21 Ring Binder, 1" X 36", Black 8 Pcs 22 Ring Binder, 1 1/2" X 36", Black 6 Pcs 23 Pvc Cover, Transparent, Long 1 Reams 24 Yellow Pad Thick 90 Sheets 6 Pads 25 Binder Clips 1-5/8" (41mm) 4 Boxes 26 Vellum Board (200 Gram) Legal Size 16 Packs 27 Vellum Board Short 28 Packs 28 Push Pin 2 Boxes 29 Certificate Frame With Glass, 8.5x13 28 Pcs 30 Paper Fastener Plastic Coated 5 Boxes 31 Record Book 5 Pcs 32 Scotch Tape 1" 5 Rolls 33 Scotch Tape 2" 4 Rolls 34 Staple Wire (for Heavy Duty Stapler) #23/23 5 Boxes 35 Pentel Pen Ink Black, Board 7 Pcs 36 Pencil #2 2 Boxes 37 Correction Tape 16 Pcs
Closing Date5 Feb 2025
Tender AmountPHP 85.3 K (USD 1.4 K)

Municipality Of La Trinidad, Benguet Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 3 Unit Tablet Specifications: Dimensions: 255.5 X 167.1 X 7.4mm (10.06 X 6.58 X 0.29 In) Weight: 478g (1.05lb) Build: Glass Front, Aluminum Back, Aluminum Frame Sim: No Type: Ips Lcd, 90hz, 400 Nits (typ) Size: 11.0 Inches, 347.5 Cm (~81.4% Screen-to-body Ratio) Resolution: 1200 X 1920 Pixels, 16:10 Ratio (~207 Ppi Density) Os: Android 13, Miui Pad 14 Chipset: Qualcomm Sm6225 Snapdragon 680 4g (6nm) Cpu: Octa-core (4x2.4 Ghz Kryo 265 Gold & 4x1.9 Ghz Kyro 265 Silver) Gpu: Adreno 610 Card Slot: Microsdxc Internal: 128gb Rom 4gb Ram Single: 8mp, F/2.0, (wide), ¼”, 1.12um, Af Video: 1080@30fps Single: 5mp, F/2.2, (ultrawide), 1/5.0”, 1.12um Video: 1080p@30fps Loudspeaker: Yes, With Stereo Speakers (4 Speakers) 3.5mm Jack: Yes 24-bit/192khz Hi-res Audio Wlan: Wi-fi 802.11 A/b/g/n/ac, Dual-band Bluetooth: 5.0, A2dp, Le Positioning: No Nfc: No Radio: Yes Usb: Usb Type-c, Otg Sensors: Accelerometer, Proximity (accessories) Type: Li-po 8000 Mah, Non-removable Charging: 18w Quick Charge 3.0 Warranty: Within 1 Year 1 Unit Computer Desktop Specifications: Processor: Intel® Core™ 15-12400 Motherboard: Msi Pro H610m-e Ddr4 Memory: Teamgroup 8gb Ddr4 3200mhz Vulvan Storage: Teamgroup 500gb Mp33 Pcle Nvme M.2 Chassis: Neutron Ion 1040 Peripherals & Accessories Avr: 32 500w Black Monitor: 27” Se2722h Black, Lcd Keyboard & Mouse: Wires Warranty: Within 1 Year **please See Attached Approved Request For Quotation For Further Details.
Closing Date22 Jan 2025
Tender AmountPHP 56.1 K (USD 958)

City Government Of Isabela Tender

Others
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement (svp) Quotation No.: 2025-0005 Office/end User: Purchase Of Office Equipment To Be Used By The Sangguniang Panlungsod Office (1st Quarter) 2025 Purpose: Purchase Of Meals And Snacks To Be Served During Pops Various Activities Please Quote Your Lowest Price For The Requirements Listed Hereunder Subject To The Terms And Conditions Stated Below And Submit To This Office Duly Signed. Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders Must Quote All Items. 3. Price Quotation(s) Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation(s) To Be Denominated In Philippines Peso Shall Include All Taxes Duties And/or Levies Payable 5. Quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected 6. Award Of Contract Shall Be Made To The Lowest Quotation(for Goods And Infra) Or The Highest Rated Offer(for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein 7. Bidders With The Lowest Quotation Must Submit A Certified True Copy Of Mayor’s Or Business Permit, Tax Clearance, Dti Or Sec Cert., Oss (for Goods), Pcab Cert And Nfcc(for Infra) 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Supplier Or Its Authorized Representative(s) 9. The Item(s) Shall Be Delivered Within Ten(10) Calendar Days From Receipt Of Purchase Order(po) 10. The City Government Of Isabela Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications 11. Liquidated Damages Equivalent Of One Tenth Of One Percent (0.001% ) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Isabela Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten (10) Percent Of The Amount Of The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. Approved Budget For The Contract (abc) ₱140,000 Roberto E. Arseña Ii Bac Secretariat Head Bac Office, 2nd Floor Main Building, City Hall Sunrise, Isabela City, Basilan Cp No. 09958110219 Item No. Qty. Unit Item Description 1 1 Unit Scanner 2 1 Unit Computer Set With Complete Accessories 3 1 Unit Printer With Scanner 4 10 Units "microphone * Gooseneck Microphone (6) * Microphone With Wire (4)" Pr Reference No.: 100-25-01-0004
Closing Date20 Jan 2025
Tender AmountPHP 140 K (USD 2.3 K)

Bureau Of Broadcast Services Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1 Lot Rp1 Live Screen Equipment 2 Pc. High End Branded Desktop Computer Set For Streaming P150,000.00/p Cpu: Intel 14th Gen, I7-14700 2.1 To 5.3 Ghz, 20 Core 28 Threads Ram: 16gb 2x8gb Ddr5 5600mt/s, Up To 64gb Ssd: 1tb Pcie Nvme M.2 Video Card: Geforce Rtx 4060 8gb Gddr6 1x Rj45 Killer E3100g (0/100/1000/2500mbps) Intel Killer Wi-fi 6e Ax1675 2x2 802.11ax, Bluetooth 5.3 Wireless Card Keyboard: Kb216 Wired Black Keyboard Mouse: Ms116 Optical Mouse Monitor: 23.8” P2422 Monitor Windows 11 Home Single Language English 2 Pc. Uninterruptible Power Supply P8,000.00/p 1000va Input Connection Type Nema 5-15p Output Connection Type 4 Universal Receptacle Main Input Voltage 230v Main Output Voltage 230v 2 Pc. Hdmi Cable 5 Meters P600.00/p 2 Pc. Bnc Hd-sdi 3cfb Low Loss Sdi Cable With Bnc Connectors 3 Meters P3,000.00/p 3 Pc. Mini Converter – Hdmi To Sdi 6g P18,000.00/p Hdmi To Sdi 6g Conversion Supports 4k (ultra Hd) At 60hz Powers Via Usb Or Optional 12v Power Supply Embedded Audio Support For Sdi Outputs 4 Pc. Xlr Audio Connector Male Plug 3 Way P400.00/p 4 Pc. Xlr Audio Connector Female Plug 3 Way P400.00/p X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x Please Email This Form To: Bbs_propertyprocurement@yahoo.com Or Fax To (02)8920-4353
Closing Date27 Jan 2025
Tender AmountPHP 380.4 K (USD 6.4 K)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: The Purpose Of This Amendment Is To: combo Solicitation Verbiage Updated From Interactive White Boards To Interactive White Board Upgrades. Changes Are Indicated In Red, Bold, Underline And Strikethrough. general Information the 42nd Contracting Squadron, 50 Lemay Plaza, Bldg. 804, Maxwell Afb, Al Requires The Procurement Ofboard Computers Interactive White Board Upgrades On Existing Displays For Barnes Center For Enlisted Education At Maxwell Afb-gunter Annex, Al. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far 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. the Solicitation Number For This Procurement Is F2xhc84320a001 And Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses (see Attachment 2) Are Those In Effect In The Federal Acquisition Circular (fac) 2025-02, Defense Federal Acquisition Regulation Supplement (dfars) 20241218 And Department Air Force Federal Acquisition Regulation Supplement (daffars) 2024-1016. a Firm Fixed Priced Award Will Be Made In Accordance With The Following: Naics Code: 334310; Size Standard: 750 Emp
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n7m2.22|bsg|see Email|alexander.w.stimeling.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| option For Increased Quantity (mar 1989)|1|365 Days| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|334111|1250 Employees|||||||||||| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. o Unit Price:__________ Firm o Total Price:__________ Firm o Procurement Turnaround Time (ptat) :__________ o Awardee Cage: __________ o Inspection & Acceptance Cage, If Not At Source:__________ o Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items. the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Computer, Brick Pas . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Computer, Brick Pas Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;15090 8355273 64014 13392-1; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

BUREAU OF THE FISCAL SERVICE USA Tender

Software and IT Solutions...+1Finance And Insurance Sectors
United States
Description: Special Notice: Intent To Sole Source office Of Government Ethics – Integrity It Services January 31, 2025 Contracting Office: Bureau Of The Fiscal Service, 200 3rd St Parkersburg, Wv 26101 Ss-oge-25-039 upon Final Approval, The Bureau Of The Fiscal Service, On Behalf Of The Office Of Government Ethics (oge) In Washington, D.c. Intends To Make An Award On A Sole Source Basis To Tcg, Inc., 7348 Georgia Ave Nw, Washington, D.c. 20012, Under Naics Code 541511 For Software Services Related To Operations, Development, And Maintenance Support For The Integrity Public Financial Disclosure System. integrity.gov Was Launched In 2015 To Provide A Secure, Web-based System Through Which Individuals May File Executive Branch Public Financial Disclosure Reports And Ethics Officials To Assign, Review And Manage Reports Electronically. Oge Has A Continuous Need For Operations, Maintenance, Execution, And Continuous Improvement Of The Integrity System. after Conducting Market Research, It Has Been Concluded The Current Service Provider Possesses Unique, Specialized Expertise In Executive Branch Ethics Requirements And Computer Programming Experience. Due To The Presidential Transition And The Annual Financial Disclosure Filing Requirements, Selecting A Service Provider Without Direct Experience With Federal Financial Disclosure Requirements And The Stop Trading On Congressional Knowledge (stock) Act Would Be Detrimental To The President’s Ability To Fill Senior Executive Level Positions, The Executive Branch As A Whole, And The Public’s Right To Access Timely Filed Public Financial Disclosure. Per Far 6.302-1(a)(2)(ii)(a), A New Contract Provider Would Lead To A Substantial Duplication In Costs, Onboarding Costs, And Costs In Educating New Contract Staff On Executive Branch Ethics Requirements. Per Far 6.302-1(a)(ii)(b), Changing Service Contract Providers During A Presidential Transition Year Would Also Lead To Unacceptable Delays In Filing Oge’s Requirement For Public Financial Disclosures. the Award Will Have A Total Period Of Performance From 06/08/2025 – 06/07/2028, Inclusive Of One (1) 12-month Base Period And Two (2) 12-month Option Periods. no Solicitation Is Available. A Request For More Information, Or A Copy Of The Solicitation, Will Not Be Considered An Affirmative Response To This Special Notice. Telephone Responses Or Inquiries To This Special Notice Will Not Be Accepted. all Responsible Sources Shall Submit A Capability Statement, Which Shall Be Considered By The Agency. Fiscal Service Will Consider Responses Received No Later Than February 7, 2025, At 12:00 P.m. Edst. Responses Shall Be Submitted Electronically To Purchasing@fiscal.treasury.gov, Ss-oge-25-039 /attn: Kay Macdonald – Gregory Johnson. Responses Must Include Sufficient Evidence That Clearly Shows Your Company Is Capable Of Providing The Requirement Described In This Notice, Particularly The Salient Characteristics Noted Above. Responses Received Will Be Evaluated; However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. If No Written Response Is Received By The Aforementioned Deadline That Clearly Demonstrates An Ability To Meet All Requirements, And That Is More Advantageous To The Government, Fiscal Service Will Make Award On A Sole Source Basis To Tcg, Inc. qualified Contractors Must Provide The Following: 1. The Name And Location Of Your Company, Contact Information, And Identify Your Business Size (small Business, Small Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, Hubzone, Women Owned Small Business, Other Than Small Business Etc.). 2. Please Ensure Contact Information Includes The Name Of The Point Of Contact, Email Address, And Telephone Number, Should The Government Have Questions Regarding Individual Responses. 2. Uei Number Registered In Sam.gov. 3. Specific Details Of The Product(s) That Your Company Offers In Regard To This Notice. 4. Whether Your Content Is Available Through A Government Contract Vehicle Or Open Market. 5. A Brief Capabilities Statement (not To Exceed 5 Pages) That Includes A Description Of Your Company's Standard Line Of Business, As Well As A List Of Customers To Whom Your Company Currently Provides The Specific Required Content. the Following File Extensions Are Not Allowable And Application Materials/data Submitted With These Extensions Cannot Be Considered: .bat, .cab, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, .mim, .mp3, .mp4, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, Xxe,.wmv, Html, Mhtml, And .zip Files the Allowable Microsoft Office And Adobe Pdf File Types As Follows: microsoft Office (.doc, .docx, .xls, .xlsx, .ppt, .pptx) And Adobe Pdf (.pdf) Are Acceptable. responses May Not Exceed 5 Pages (single Spacing, 12 Point Font Minimum). no Other Information Regarding This Special Notice Will Be Provided At This Time.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Description: Disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. introduction: The Naval Air Systems Command (navair) At Patuxent River, Md Announces Its Intention To Award A Contract For Radar Warning Receiver (rwr) Production And Associated Logistics And Engineering Support For Fiscal Year (fy) 2026. This Effort Will Include Hardware Production, Engineering And Technical Services. As Required. this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential And Eligible Businesses Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. eligibility: The Product/service Code (psc) Most Appropriate For This Contract Is 5841: Radar Equipment Designed To Passively Detect An Enemy's Effective Use Of Radiated Radio Frequency Energy. All Interested Businesses Are Encouraged To Respond. anticipated Period Of Performance: The Production Contract Is Planned To Be One Year, And Is Intended To Satisfy Government Requirements For Fy26. Delivery Of A Usg Qualified, Validated, And Verified Rwr System Ready For Installation Into End User Platforms Is Required No Later Than February 2028. anticipated Contract Type: The Contract Type Is Anticipated To Be A Mix Of Fixed Price And Cost Reimbursable. program Background: The Current Navair Rwr Solution, An/apr-39d(v)2, Is A Passive Radar Detection And Warning System And Assault Survivability Equipment (ase) Suite Bus Controller Designed To Provide Situational Awareness To Aircrew Of Helicopters, Rotorcraft, And Low/slow Fixed Wing Aircraft From Rf Threats. required Capabilities: Requirements Include Familiarity And Understanding Of Advanced Rwr Technology To Improve Rf Detection And Warning For Aircraft/aircrew Survivability And Aircrew Situational Awareness. a Capable Rwr Solution Shall Meet Form/fit/function Requirements Of The Incumbent System And Meet Exportability And Sustainability Requirements, With No Impact To Immediate Operational Requirements. A Capable Rwr Solution Shall Successfully Interface With And Perform As Suite Bus Controller For The Full Ase Suite And Mission Computer On The Following Airborne Platforms: * Ah--1z * Mh-60s * Uh--1y * Mv-22b * Ch-53k * Cmv-22 * Ah-64d/e a Capable Rwr Solution Shall Also Provide Incumbent System Functionality To The Ase Suite Consisting Of Ale-47, Aar-47, Aaq-24, And/or Aaq-45. A Capable Rwr Solution Shall Be Backwards Compatible With The Incumbent System Receivers, Antennas, And Aircraft A-kits. interested Businesses Shall Demonstrate That Your Company Currently Possesses Or Has Authorized Access To The Necessary Technical Data, Or Has A Viable Plan To Obtain, Generate, Or Otherwise Secure Authorized Access To The Necessary Technical Data, And That It Will Be Maintained Throughout The Duration Of The Effort Being Solicited. For The Production Contract, Interested Businesses Shall Demonstrate The Capability To Meet The Government’s Required Timeline. incumbent: This Is A Follow-on Requirement. The Incumbent Contractor Is: Northrop Grumman Corporation, Navigation, Targeting And Survivability, 600 S Hicks Rd, Rolling Meadows, Il 60008 submission Details: Interested Businesses Shall Submit A Brief Capabilities Statement Package (no More Than Ten (10) 8.5 X 11 Inch Pages, Font No Smaller Than 12 Point, 1.5 Line Spaced), In Bullet Point Format, Demonstrating Their Ability To Perform The Services Described Herein No Later Than 06 February 2025 [15 Days]. The Capability Statement Packages Shall Be Sent By Email To Jeda.m.yurko.civ@us.navy.mil And Jessica.l.guy-deitrich.civ@us.navy.mil. Submissions Must Be Received At The Office And/or Email Cited No Later Than 3:00 P.m. Eastern Standard Time On The Dates Listed Above. Questions Or Comments Regarding This Notice May Be Addressed To Procuring Contracting Officer (pco), Jessica Guy-dietrich Or Contract Specialist, Jeda Yurko At The Above Email Addresses. All Responses Shall Include Company Name, Company Address, Company Business Size, And Points-of-contact (poc) Including Name, Phone Number, Fax Number And Email Address.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

INDUSTRIAL TECHNOLOGY DEVELOPMENT INSTITUTE Tender

Laboratory Equipment and Services
Philippines
Details: Description Please Quote Your Price For The Item/s Listed Below With The Following Conditions: • Electronic Copy Of Quotations Will Only Be Accepted If Sent Through The Bac E-mail Address, Ad-mbac@itdi.dost.gov.ph And From The Official Email Address Of The Bidder Addressed To Mr. Eric M. Char-lon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement. • Sealed Quotations Must Be Submitted To The Bac Office Addressed To Mr. Eric M. Charlon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement Per Quotation Indicating The Solici-tation No. In Front Of The Sealed Envelope. • This Will Be Awarded Per Lot To The Lowest Calculated Responsive Bidder. • Specify The Brand, Model And Specifications In Your Quotation With The Letterhead Of Your Company And Your Signature (quotations Without Specified Details Are Subject For Outright Disqualification). Deadline For Submission Of Bids: 1:00 P.m. – January 22, 2025 (wednesday) 1) 1 Kit Western Blot Kit 10x Cell Lysis Buffer 15 Ml Composition: 20 Mm Tris-hcl (ph 7.5) 150 Mm Nacl 1 Mm Na2edta 1 Mm Egta 1% Triton 2.5 Mm Sodium Pyrophosphate 1 Mm B-glycerophosphate 1 Mm Na3 Vo4 1 Μg/ml Leupeptin 1.25 M Dithiothreitol Cas Number: 3483-12-3 Molecular Weight: 154.25 Form: Solution 1 Ml 3x Sample Loading Buffer For Sds-page Sample Loading 8 Ml Composition: 187.5 Mm Tris-hcl (ph 6.8 At 25°c) 6% (w/v) Sds 30% Glycerol 0.03% (w/v) Bromophenol Blue Molecular Weight Marker Prestained 11-250 Kda Or Wider Range 100 Ul Bovine Serum Albumin White Crystalline Powder 12 G Anti-rabbit Igg, Hrp Linked Antibody Isotype: Goat 100 Ul Stored In: 10mm Sodium Hepes (ph 7.5), 150 Mm Nacl, 2 Mg/ml Bovine Serum Albumin (bsa) And 50% Glycerol Anti-mouse Igg, Hrp-linked Antibody Isotype: Horse 100 Ul Stored In:10mm Sodium Hepes (ph 7.5), 150 Mm Nacl, 2 Mg/ml Bovine Serum Albumin (bsa) And 50% Glycerol Phenylmethylsulfonyl Fluoride Synonym(s): Phenylmethanesulfonyl Fluoride, Phenylmethylsulfonyl Fluoride, Αtoluenesulfonyl Fluoride, Benzylsulfonyl Fluoride, Phenylmethylsulfonyl Fluoride Cas Number: 329-98-6 Molecular Weight: 174.19 Form: White Crystalline Powder 34 Mg 10x Tris-glycine Sds Running Buffer 300 Ml Composition: 250 Mm Tris, 1.92 M Glycine, 1% Sds, Ph 8.3 Nitrocellulose Sandwiches 10 Pack Nitrocellulose Membrane Dimensions: 80 X 90 Mm Pore Size: 0.2 Μm Binding Capacity: 115 – 125 Μg Igg/cm2 10x Tris-glycine Transfer Buffer 300 Ml Composition: 250 Mm Tris, 1.92 M Glycine, Ph ~8.3. 10x Tris Buffered Saline With Tween 20 300 Ml Composition: 1.37 M Sodium Chloride, 200 Mm Tris, 1% Tween 20, Ph 7.6. Nonfat Dry Milk Used As A Blocking Agent For Western Blot 50g Enhanced Chemiluminescent Peroxide Reagent Description: A Chemiluminescent Substrate Capable Of Detecting Picogram Amounts Of Protein By Western Blot Analysis. In The Presence Of Hydrogen Peroxide, Horseradish Peroxidase (hrp) Converts Luminol To An Excited Intermediate Dianion, Causing Emission Of Light. 50 Ml Enhanced Chemiluminescent Luminol Enhancer Reagent Description: A Chemiluminescent Substrate Capable Of Detecting Picogram Amounts Of Protein By Western Blot Analysis. In The Presence Of Hydrogen Peroxide, Horseradish Peroxidase (hrp) Converts Luminol To An Excited Intermediate Dianion, Causing Emission Of Light. 50 Ml Single Channel Pipette 2-20 Ul Adjustable Pipetting Volume Delivery Period: 60 Calendar Days Warranty: None Important Reminders: Price: Inclusive Of All Applicable Taxes Price Validity: Pls. Specify Payment Terms: 15-30 Days Credit Delivery Terms: Pls. Specify Warranty Terms: Pls. Specify (if Applicable) Chemicals And Reagents- Delivery Shall Be Accompanied With Certificate Of Analysis Equipment- Delivery Shall Be Accompanied With Installation/test And Warranty Certificates Computer And Computer Parts- Delivery Shall Be Accompanied With Test/warranty Certificates This Shall Be Part Of The Delivery If Found Acceptable. Items Are To Be Delivered At Property & Procurement Section, 2nd Floor, Metrology Bldg., Itdi, Dost Compound, Bicutan, Taguig City. Additional Requirements: Upon Submission Of Quotation (abc > P50,000.00) * Philgeps Registration Certificate/number * Mayor’s/business Permit * Income/business Tax Return Or Tax Clearance Certificate * Pcab License (for Infra Projects) * Tax Identification Number (tin) * Bank Details: Account Name, Account Number, Bank Name And Branch (preferably Landbank Of The Philippines) Note: For Bank Transfers, If The Creditor’s Account Is Maintained Outside The Agency’s Mds-gsb, Corresponding Bank Charges Shall Be Borne/paid By The Creditor/payee Concerned.
Closing Date22 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
7121-7130 of 7563 archived Tenders