Computer Tenders
Computer Tenders
Municipality Of Nabas, Aklan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)
Details: Description 1. The Municipality Of Nabas, Through Its Local Budget Approved By The Sanggunian, Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos And 00/100 (p 3,500,000.00), Being The Approved Budget For The Contract (abc) To Payment Under The Contract Of The Improvement Of 2nd Floor Offices Located At Nabas Municipal Building, Poblacion, Nabas, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Nabas Now Invites Sealed Bids From Eligible Bidders For The Improvement Of 2nd Floor Offices Located At Poblacion, Nabas, Aklan. Bidders Should Have Successful Experience As Prime Contractor In The Project Contract (as Solo Or In Joint Venture/consortia) Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Two (2) Years With Single Works Cited To Be At Least Fifty Percent (50%) Of Value Of Estimated Contract Cost Of Works Under Bid And Have An Annual Turnover From All Works Averaged Over The Last Three (2) Years Equal To One Hundred Percent (100%) Of The Value Of Bid Under Consideration For Award. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. Subject To Exceptions Stated In This Bidding Document, Only Bids From Bidders Who Pass An Eligibility Check Will Be Accepted. The Bidder Who Passed The Technical Requirements And Complied With The Required Performance Specifications And Parameters Will Be Considered For The Financial Evaluation. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post- Qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Is Determined As Such During Post-qualification. 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 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Municipality Of Nabas, Aklan And Inspect The Bid Documents At The Address Given Below From 8:00 Am To 5:00 Pm. A Complete Set Of Bid Documents In English May Be Purchased By Interested Bidders On January 16, 2025 To February 4, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of P 5,000.00. 5. The Municipality Of Nabas Will Hold A Pre-bid Conference Open To All Interested Bidders On January 23, 2025 At 2:00 Pm, At The Conference Room, Office Of The Mayor, Municipal Hall, Poblacion, Nabas, Aklan. 6. Interested Bidders Must Submit Their Bids At The Address Below On Or Before 2:00 Pm Of February 4, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Prescribed. Bid Opening Shall Be At 2:00 Pm February 4, 2025. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Bidder Shall Be Responsible To Download From The Gppb Website All Other Parts Of The Standard Bid Documents For Infrastructure/goods 4th Edition December 2010. 8. The Municipality Of Nabas, Aklan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. All Bidders Shall Be Registered With The Lgu Per Article W, Section 3w.01 Item (3) Letter (g) Of The Nabas Revenue Code As Amended 2009 With An Annual Registration Fee Of Five Hundred Pesos 00/100 (p 500.00). 10. All Winning Bidders Who Will Be Awarded With Contracts By This Lgu Shall Pay A Contractor’s Tax As Per Article A Section 2a.01 Item (e) Of The Nabas Revenue Code As Amended 2009. 11. For Further Information, Please Refer To: Ray Niño Ii C. Gonzales Computer Operator I/ Bac Secretariat Lgu-nabas, Poblacion, Nabas, Aklan 5607 Telno.036-289-1298 Baclgunabas@gmail.com (sgd.) Johann Ken V. Juguan Bac Chairman
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: 12/16/2024 ~ Providing Ae Slides From Industry Day. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 12/2/2024 ~ Providing Command Brief Slides From Industry Day. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 11/19/2024 ~ Providing Sign In Sheet And Some Of The Slides From Industry Day. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ industry Day Notice solicitation # N69450-25-r-0006 design-bid-build P215 Joint Interagency Task Force-south (jiatf-s) Command And Control Facility (c2f) truman Annex, Naval Air Station (nas) Key West, Florida date: Thursday, 14 November 2024 time: 1000 – 1500 registration: 0930 – 1000 location: Conference Center Of The Americas 9301 Nw 33rd St, Doral, Fl 33172 naval Facilities Engineering Systems Command (navfac) Is Seeking Industry Feedback For The P215 Jiatf-s C2f At Truman Annex, Nas Key West, Florida. The Purpose Of The Industry Day Is To Generate Interest And Explain This Complex Project (multiple Secure Areas, Construction Supply Chain Challenges, Skilled Labor Availability, Confined Project Site, Etc.). This Will Be An Excellent Opportunity For Contractors With Naics Code 236220 And Similar Construction Experience To Learn More About This Upcoming Project And The Acquisition Strategy. due To Secure Access Requirements At The Industry Day Location, All Participants Must Complete Part I Of The Attached Hspd-12 Form And Provide Scanned Copies Of Two Forms Of Id (see Part I, Item 7 For More Information On Acceptable Forms Of Id). Please Email The Completed Form, Scanned Ids, As Well As Name And Contact Information For All Participants To Lt. Col. Gavin Brost At David.g.brost.mil@mail.mil And Copy Deborah Torrence At Deborah.d.torrence2.civ@us.navy.mil, Lindsay Betteridge At Lindsay.e.betteridge.civ@us.navy.mil, And Brian Files At Brian.k.files.civ@us.navy.mil. The Required Participant Information Shall Be Sent No Later 4:00 Pm Eastern On Monday, November 4, 2024. **please Note The Industry Day Location Is In Doral, Fl Not In Key West** project Description: construct A Five-story Jiatf-s C2f At Truman Annex, Nas Key West, Fl. Project Encompasses, An Operations Area That Includes Special Use Space For A Sensitive Compartmented Information Facility (scif), Operations Center (oc), And Network Operations Center (noc), And An Administrative Area Divided Into Specified Security Zones. Construction Includes Redundant Mechanical And Electrical Systems With Backup Power, Antenna Pad, Loading Service Areas, Information Systems, Fire Protection And Alarm Systems, Intrusion Detection System (ids) Installation, And Energy Monitoring Control Systems (emcs) Connection. Facility Will Be Built To Withstand Category 5 Hurricane Wind Loads And Category 1 Storm Surge, To Resist Coastal Corrosive Environment, And Be Built Above The Floodplain Level. Communication And Server Rooms Will Be Served And Supported By Dedicated Redundant Computer Room Air-conditioning (crac) Units And Will Have Dedicated Pre-action Systems With A Clean Agent Fire Suppression System. Sustainability And Energy Enhancement Measures Are Included. supporting Facilities Include Site Development, Utilities And Connections, Lighting, Paving, Parking, Walkways, Curbs And Gutters, Storm Drainage, Information Systems, And Landscaping And Signage. Heating And Air Conditioning Will Be Provided By A Self-contained System. Comprehensive Building And Furnishings Related To Interior Design Services Are Required. Access For Individuals With Disabilities/special Needs Will Be Provided. Supporting Facilities Also Include A Fire Suppression Pump System And Water Storage For A 10-day Supply Of Fresh Water To Support Any Required Chilled Water Distribution Systems. special Construction Features Include Cyber Security Commissioning, Building Control Systems, Pile Foundations And Installation Of Building Systems In Compliance With Energy And Environmental Regulations. Current Jiatf-s Facilities 289, 290, 291, 1279, 1280, 1280st, 1281, 1283, 1284 And Supporting Structures Will Be Demolished; Existing Jiatf-s Pavements Will Be Removed. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02), Including Energy Efficiencies, Building Envelopes And Integrated Building Systems Performance. the Estimated Project Range Of Construction Is Between $250,000,000 And $500,000,000. the Event Is Open To All Contractors And Is Not Restricted To Those Currently Under Contract With Navfac. this Announcement Is Not A Contract, Request For Proposal, Promise To Contract, Or Commitment Of Any Kind On The Part Of The Government. navfac Will Not Assume Responsibility For Costs Incurred By Attendees For Their Travel Expenses For This Marketing Event. contracting Office Address: navfac Southeast bldg. 903 Yorktown Avenue jacksonville, Fl 32212
Provincial Government Of Aklan Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description 1. 2 Sets - Brand New Branded Desktop Computer With Ups Pc Form Factor: Mini-tower Or Taller Motherboard Farm Factor: Micro - Atx Or Up To Extended Atx Processor: Intel Core I15-13th/gen Or Higher (with Compatible Motherboard And Power Supply) Memory: 8 Gb Ddr43200mhz Udimm Or Higher Storage: 256gb M.2 Ssd +1tb7200 Rpm 3.5" Hdd Or Higher Graphics: Integrated Graphics Or Better Lan: Gigabit Ethernet Standard I/o Ports: Hdmi Port, Lan Port, Audio Jack, Usb-ports: Or More Power Supply: 80+ Rating Or Better Operating System: Licensed Windows 11 Home Sl Or Higher (if Already Activated, Supplier Must Submit Email Ns Password Used For Activation) Included Accessories: Usb Wired Keyboard & Wired Mouse Desktop Monitor: 21.5 Inch Or Larger, Hdmi Port Max Res,: 1920 X 1080 @100hz Or Better With Hmdi Cable Ups With Avr Uninterruptable Power Supply Capacity 10/29/20241500 Va / 900w Or Higher Battery: 2 X 12v/8 Ah Or Better Interface: 6x Socket Us Standard Or More Input Voltage 220/230/240vac 1 Phase 50hz/60hz Output Voltage: 220/230/240 Vac 1 Phase 50 Hz / 60 Hz Features: Lcd Display, Line-interactive With Stabilizer Microprocessor-based Digital Control, Wide Input Voltage And Frequency Range, Avr Boost And Buck, Overload And Short Circuit Protection, Wide Input Voltage Range, Power On Self Test Cold Start, Cold Start, Fastest Charging Capacity, Auto Restart When Mains Power Is Restored. Auto Charging At Off Mode. 2 1 Set - Brand New Laptop With All In One Ink Tank Printer Type: Branded Processor Intel Core I5-12th Gen Or Higher Memory: 8 Gb Of Ddr4 3200mhz Or Higher Storage: 512gb Nvme Ssd Or Higher Graphics: Nvidia Ge Force Gtx 2050, 4gb Gddr6 Or Higher Audio: Built-in Microphone And Built-in Speaker Display: 15.6 Fhd (1920 X 1080), 144hz, Ips-level Or Better Wlan: Wireless Lan And Bluetooth Lan: Gigabit Ethernet Standard I/o Ports: Hdmi Port, Lan, Port, Audio Jack, Usb Ports: 3 Or More Battery: 3-cell 52.4 Battery (whr) Or Better Adapter: 120w Adapter Or Better Camera: Hd Type (30fps @ 720p) Or Better Operating System: Licensed Windows 11 Home Or Higher (if Already Activated, Supplier Must Submit Email And Password Used For Activation) Included Accessories: Hdmi-to-vga Adapter, Usb-wired Mouse And Laptop Bag All-in-one Ink Tank Printer With Network/adf/fax Printer Type: Print, Scan, Copy, Fax With Adf Printing: On-demand Inkjet (piezoelectric), Esc/p-r, Esc/p Raster, 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow), 5760 X 1440 Dpi Copying: 25 - 400 %, Up To 7.7 Ipm / 3.8 Ipm Legal, 600 X 600 Dpi, 99 Copies Adf: 64 - 95 G/m2, 30 Pages (a4), 10 Pages (legal) Fax Function: Walk-up Black-and-white And Colour Fax Capability, Up To 200 X 200 Dpi Scanning: Flatbed Colour Image Scanner, Cis, 1200 X 2400 Dpi, 216 X 297 Mm (8.5 X 11.7") Scanner Bit Depth (colour): 48-bit Input, 24-bit Output, Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output, Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Scan Speed (flatbed / Adf (simplex)): 200dpi, Black: 12 Sec / Up To 4.5 Ipm 200dpi, Colour: 29 Sec / Up To 4.5 Ipm Interface: Usb 2.0, Ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct, Tcp/ipv4, Tcp/ipv6 With Power And Usb Printer Cable With Starter Ink Consumables X-x-x
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 164.9 K (USD 2.8 K)
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱164,997.00 Delivery Period: 30 Calendar Days Delivery Site: Sudlon, Molave, Zamboanga Del Sur Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 2 Set "computer Desktop Set " 49,999.00 "specification/s: " Cpu – At Least 6 Cores 12 Threads, 3.9ghz Base Frequency And Max 4.9ghz,12 Mb Cache, 8 Gt/s Bus Speed Ram – At Least 16gb (2x8gb Dual Channeled) Ddr4 Dram 3200mhz Motherboard – At Least Lga 1200 Pcie 4.0, 32gbps M.2 Slot, Intel® 1 Gb, Ethernet, Hdmi, D-sub Usb 3.2 Gen 1 Type-a, Sata 6 Gbps, Com Header, And Rgb Header Storage – At Least Nv2 1 Tb M.2-2280 Pcie 4.0 X4 Nvme Solid State Drive Cpu Cooler – At Least 4.84""l X 3.03""w X 6.25""h, 12 Volts 2.4 Watts, Maximum 1800 Rpm Power Supply - At Least 750 W Power Supply Monitor – At Least 24” 1920 X 1080p Accessories – Semi-mechanical Keyboard And Mouse "warranty – One (1) Year Warranty " 2 1 Unit "laptop " 49,999.00 "specification/s: " "processor: Intel Core I5 - 1135g7 (11th Generation), 2.4 Ghz (base Clock Speed At 28 W Tdp) Boosting Up To 4.2 Ghz (1-core Boost)" Ram: 16 Gb Ddr4 Storage: 512 Gb Ssd Display: 15.6-inch Full Hd (1920 X 1080) Ips Battery Life: Up To 8 To 10 Hours Build Quality: Durable Materials, Comfortable Keyboard, Responsive Touchpad Ports: Usb 3.2 Gen 1 Type-a Ports Usb 3.2 Gen 2 Type-c Ports Hdmi 4-in-1 Card Reader (sd, Sdhc, Sdxc, Mmc) Headphone/microphone Jack Power Connector With Complete Accessories Weight: At Least 1.8 Kg Operating System: Windows 11, Windows 64-bit/ With Ms Office Warranty: One (1) Year Warranty Accessories: With Bag And Mouse 3 1 Unit "printer " 15,000.00 "specification/s: " Printer Type: Print, Scan And Copy Resolution: At Least Up To 5760 X 1440 Dpi Print Speed: Black: At Least Up To 33 Pages Per Minute Color: At Least Up To 15 Pages Per Minute First-page Print Time: At Least Approx. 10 Seconds (black) / 16 Seconds (color) Copying: Speed: At Least Up To 7.7 Images Per Minute (ipm) For Black And 3.8 Ipm For Color Max Resolution: At Least It Has A 600 X 600 Dpi Scanning: Optical Resolution: At Least It Has A 1200 X 2400 Dpi Flatbed Scan Area: At Least It Has 216 X 297 Mm Adf Capacity: At Least 30 Pages For A4, 10 Pages For Legal Paper Handling: Input: At Least 100 Sheets Of Plain Paper Output: At Least 30 Sheets Connectivity: At Least Usb, Wi-fi, Ethernet, Wi-fi Direct Dimensions: Has A 375 X 347 X 237 Mm Weight: At Least 5.0 Kg Ink Yield: Black: At Least Up To 4,500 Pages Color (cyan, Magenta, Yellow): At Least Up To 7,500 Pages
The City Government Of Baguio Tender
Software and IT Solutions
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 755 K (USD 12.8 K)
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-230 Rebidding January 15, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Fifteen (15) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot It Equipment 755,037.60 2 Unit 14 Inch Laptop - M4 Max Chip With 14‑core Cpu, 32‑core Gpu, 16‑core Neural Engine - 36gb Unified Memory - 1tb Ssd Storage - 14-inch Liquid Retina Xdr Display - Nano-texture Display - 96w Usb-c Power Adapter - Three Thunderbolt 5 Ports, Hdmi Port, Sdxc Card Slot, Headphone Jack, Magsafe 3 Port - Backlit Keyboard With Touch Id - Us English - With Backpack 2 Unit 15.3 Inch Laptop M3 Chip With 8-core Cpu, 10-core Gpu, 16-core Neural Engine 24gb Unified Memory 1tb Ssd Storage 15.3-inch Liquid Retina Display With True Tone 1080p Facetime Hd Camera Magsafe 3 Charging Port Two Thunderbolt / Usb 4 Ports 70w Usb-c Power Adapter Backlit Keyboard With Touch Id - Us English With Backpack 2 Unit Desktop Computer - Operating System: Microsoft Win 11 Home 64bit Eng Intl 1pk Dsp Oei Dvd Processor: Intel Core I5 12400 Or Ryzen 5 5600g (box Type) Or Higher Motherboard: Lga1700 B660m Or Am4 B550 Or Higher Ram: 16gb (dual, 2x 8gb) Ddr4 3200 Or 16gb (dual, 2x 8gb) Ddr4 3200 For Ryzen Ssd: 500gb Ssd Nvme Gen3 Or Higher Power Supply Unit: At Least 700watts, 80 Plus Bronze Certified Chassis/casing: Atx Chassis With At Least 1 Fan Monitor: 23.8-24 Inches 1920 X 1080 Led Flat Ips Vga And Hdmi Ports Others: Usb Keyboard And Mouse Ups: 1000va | 600w, Ups, Avr, 4 Outlet A) All Parts Of The Desktop Should Be Covered By At Least 1-year Warranty. B) The Operating System Must Be Installed And Activated By The Supplier C) The Supplier Must Submit All Serial Numbers, And All Physical Boxes And All Their Contents Must Be Included During Delivery. D) The Unit Must Be Sealed For Further Checking Of Mitd Additional Notes: A) This Is A Lot Bidding, Partial Bids Are Not Allowed; B) Please Indicate Brand Of Offer And Attach Technical Brochure In The Eligibility And Technical Proposal; C) Please Indicate Unit Prices Of Offers In The Financial Proposal; D) For Undbranded Desktops, Please Indicate Itemized Unit Prices Of Each Desktop Components E) Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of It Equipment Purpose: For Use Of Bac Goods And Services And Bac Infrastructure Under Cmo Pr No. 2 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 31, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-government Agency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Name Of Establishment Bidder's Signature
Department Of Environment And Natural Resources - DENR Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description 1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php.60,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The “procurement Of 2 Units Action Camera” For Which This Request For Quotation Is Issued. 2. The Department Of Environment And Natural Resources Herein After Referred To As “the Purchaser” Now Request You To Submit Price Quotation For The “procurement Of 2 Units Action Camera” Of The Following: Item No. Description Quantity Unit 1 Action Camera W/ Case 2 Units Specifications: Video: 5.3k60, 4k120, 2.6k240 And More / 8x Slow-mo / 24.7mp Frame Grabs Photo: 27mp / Interval Photo / Single Photo / Interval Photo / Night Photo / 30 Fps Burst / Raw Time Lapse: 5.3k Time Warp 3.0 Video / Star Trails / Light Painting / Vehicle Light Trails / 5.3k Time Lapse Video / Time Lapse Photo / 5.3k Night Lapse Video / Night Lapse Photos Content Specs + Offload Auto-upload To The Cloud + Get A Highlight Video Automatically Wireless Transfer Ultrafast Wired Transfer To Phone Sd Card Transfer To Computer Case: -protects From Mud, Dirt And Debris During Extreme Activities -fron Lcd Screen Remains Accessible For Viewing -waterproof Down To 19ft (60m) – Perfect For Deep-water Diving -include A Skeleton Backdoor For Improved Audio Capture And Easy Access To The Camera’s Touch Screen -flat Glass Lens For Sharp, High-quality Images Above And Below Water For Official Use Of Chief, Cdd And Pambcs Staff. 3. A Set Of Technical Specifications For The Above Items Are Provided In Attachment 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. 4. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 5. It Is The Intent Of The Purchaser To Evaluate The Bid/ Quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/ Quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchaser’s Technical Specifications. Or It Is The Intent Of The Purchaser To Evaluate The Bid/quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchasers’ Technical Specifications. 6. Quotations Must Be Delivered At The Address Above Within Seven (7) Days. 7. Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 8. All Bids / Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “procurement Of 2 Units Action Camera”. 9. Bids/ Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 10. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Notice To Proceed (ntp) Or The Purchase Order (po). The Supplier Should Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Delivery Site: Department Of Environment And Natural Resources Region Iii, Diosdado Macapagal Regional Government Center Brgy. Maimpis, City Of San Fernando, Pampanga 12. The Applicable Rate For Late Deliveries Is One Tenth (1 / 10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/ Defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 14. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specifications C) Proof Of Philgeps Registration (sgd.) Laudemir S. Salac Rbac Chairman
Department Of Agriculture Tender
Publishing and Printing
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 79.9 K (USD 1.3 K)
Details: Description Request For Quotation For The Procurement Of Various Office Supplies… 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of Seventy-nine Thousand Nine Hundred Ninety-nine Pesos (₱79,999.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Various Office Supplies. 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For Procurement Of Various Office Supplies With The Following Specification: Procurement Of Various Office Supplies 50 Ream Bondpaper (long, Subs 20) @ 250.00 Unit Cost 80 Ream Bondpaper (short, Subs 20) @ 230.00 Unit Cost 12 Box Ballpen (ordinary, Color Black, 10 Pcs/box) @ 180.00 Unit Cost 11 Box Sign Pen (black, 10 Pcs/box, 0.4mm) @ 225.00 Unit Cost 25 Piece Ordinary Envelop (brown, Short) @ 5.00 Unit Cost 20 Piece Ordinary Envelop (brown, Long) @ 6.00 Unit Cost 10 Piece Stapler (durable, #35) @ 250.00 Unit Cost 50 Box Staple Wire # 35, (5000 Staples) @ 100.00 Unit Cost 50 Piece Mini Record Book (300 Pages) @100.00 Unit Cost 9 Bottle Glue (100ml/bot) @ 75.00 Unit Cost 5 Piece Puncher (big, Durable) 250.00 Unit Cost 3 Unit Steel Rack Adjustable Boltless (5 Tiers 80*40*160 Cm, Stable & Rust Proof Garage Shelves Heavy Duty (black) @1,800.00 Unit Cost 10bottle Computer Ink , Epson 001 (genuine, Set Of 4 Colors, 120 Ml Black, 70 Ml Cmy) @ 2,000.00 Unit Cost 2 Piece Whiteboard With Aluminum Frame (2x3 Ft) @1,000.00 Unit Cost 3 Pad Assorted Sticky Notes (35 Notes Per Pad 43.1mm X 11.9 Mm (1.7"x.46") @30.00 Unit Cost 2 Dozen Whiteboard Marker (fine, Green) @ 900.00 Unit Cost 2 Pack Clear Folder (long With Slider, 10 Pieces Per Pack) @120.00 Unit Cost 2 Roll Clear Office Transparent Tape (19mm X 66m) @ 25.00 Unit Cost 2 Roll Transparent Packing And Sealing Sticking Tape (48mm X 100m) @ 45.00 Unit Cost 2 Roll Double Sided Tape (19mm X 66m ) @ 62.000 Unit Cost Delivery Site: Da-srdc, Caipilan, Siquijor, Siquijor 3. The Bidder Must Submit Mayor’s Permit And Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Omnibus Sworn Statement Prior To The Issuance Of The Notice Of Award (noa). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m. - 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Bac Chairperson/ The Procurement Section At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-2682698 Fax No. 032-2563063 Telefax No. 032-2682698 Darfu7@ymail.com/da7ps@yahoo.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Fabio G. Enriquez, Ph.d. Bac Chairperson
City Of San Carlos Tender
Software and IT Solutions
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 760 K (USD 12.9 K)
Details: Description The Office Of The College Administrator, Binalatongan Community College, San Carlos City, Pangasinan Is Need Of It Equipment.,this City. 9 Units Desktop Computer Specifications: 6-core/12-thread, Base Clock: 2.6 Ghz, 4.4 Ghz Max Boost 128gb Ssd 1tb Hdd 21 Inches Flat Screen Monitor Usb Keyboard And Mouse Licensed Windows 10 Operating System Headset Portable Ssd (ssd External Drive-usb) 7000 1 Unit Projector (5500 Lumens) Projectors Facets: Resolution, Projectors Facets:xgacontrast ; Ratio, Projectors Facets:15,000:1 ;inputs & Interfaces, Projectors Facets:rj-45 & Rs-232; Brightness Range Lumens, Projectors Facets:4001features, Projectors Facets:wifi; Quick Corner; Laser / Lamp, Projectors Facets:lamp Projection Technology: Projection Technology:rgb Liquid Crystal Shutter Projection System (3lcd) Brightness: White Light Output (normal/eco):5,500lm / 3,800lm; Colour Light Output:5,500lm 1 Unit Projector (4000 Lumens) Wireless Lan – Built-in: Supported Speed For Each Mode Infrastructure:ieee 802.11n (2.4ghz): 72.2 Mbps*2 Ieee 802.11a (5ghz): 54mbps*2 Ieee 802.11b (2.4ghz): 11 Mbps*2 Ieee 802.11g (2.4ghz): 54 Mbps*2 Ieee 802.11n (5ghz): 150 Mbps*2 Wireless Lan Security:infrastructure: Open, Wpa2/wpa3-psk, Wpa2/wpa3-eap Supported Eap Type: Peap, Peap-tls, Eap-tls, Eap-fast Projection Technology: Projection Technology:rgb Liquid Crystal Shutter Projection System (3lcd) Brightness: White Light Output (normal/eco):4,000 Lmcolour Light Output:4,000 Lm Geometric Correction: Vertical/horizontal Keystone:±30° / ±30° (auto Vertical Keystone Only); Quick Corner: Yes Projectors Facets: Resolution, Projectors Facets:fullhdcontrast Ratio, Projectors Facets:16,000:1; Brightness Range Lumens, Projectors Facets:2000features, Projectors Facets:wifi , Screen Mirroring, Quick Corner; Laser / Lamp, Projectors Facets:lamp Specifications Of Main Parts: Lcd:size: 0.61” (c2fine) Native Resolution: 1080plight Source:lamp Life: (normal / Eco): 5,500 / 12,000 Hrs Type: 230w Uheaspect Ratio:16:9projection Lens:zoom Ratio: 1 – 1.6 Throw Ratio: 1.32 – 2.14 (wide To Tele) F-number: 1.51 – 1.99 Focal Length: 18.20 – 29.20 Mm Type: Optical Zoom (manual) / Focus (manual) 1 Unit Laptop Display: 5.6-inch Full Hd (1920 X 1080) Ips Display 144hz Refresh Rate (for Smoother Gameplay And Visual Experience) 100% Srgb Color Gamut For Accurate Color Reproduction Anti-glare Coating For Better Outdoor Visibility Processor: (8 Cores, 16 Threads, Base Clock: 3.2 Ghz, Boost Clock: Up To 4.4 Ghz) Graphics: Nvidia Geforce Rtx 3060 With 6gb Gddr6 Vram (supports Ray Tracing And Dlss For Better Gaming And Graphics Performance) Ram: 16gb Ddr4 (expandable In Some Models, Typically 2 Slots) Dual-channel Memory For Better Overall Performance Storage: 512gb Or 1tb Pcie Nvme Ssd (fast Boot Times And Application Loading) Option To Add An Additional Storage Drive (usually An M.2 Or Sata Ssd) Operating System: Windows 11 Home Or Pro (depending On Configuration) Ports And Connectivity: 1 X Usb 3.2 Type-c (with Displayport Support) 2 X Usb 3.2 Type-a 1 X Usb 2.0 Type-a 1 X Hdmi 2.1 1 X Microsd Card Reader Wi-fi 6 (802.11ax) For Faster And More Stable Internet Connections Bluetooth 5.0 Audio: 50wh Or 56wh Battery (up To 6-8 Hours Of Usage, Depending On Tasks) Fast Charging Supported (typically 50% Charge In 30 Minutes) Webcam: 720p Hd Webcam With Privacy Shutter Keyboard: Full-size Backlit Keyboard With A Numeric Keypad Additional Features: Fingerprint Reader For Easy And Secure Login (on Supported Models) Metallic Finish Design With A Sleek, Modern Look Thermal Management With An Advanced Cooling System (dual-fan Design) Weight: Approximately 1.65 Kg (varies Slightly Depending On Configuration)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: 1. This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6 In Conjunction With Far Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. 1.a. Project Title: Millenium Hx Portable Reverse Osmosis Service
1.b. Description: Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide Quarterly Maintenance Services On Selected Government Owned Portable Mar Cor/evoqua Reverse Osmosis Equipment At The Va Greater Los Angeles Healthcare System (va Glahs).
1.c. Project Location: Va Greater Los Angeles Healthcare System
1.d. Solicitation Type - Number: Request For Quotes (rfq) - 36c26225q0309.
1.e. Set Aside: This Solicitation Is Issued As An Unrestricted Open Market.
1.f. Applicable Naics Code: 221310, Water Supply And Irrigation Systems.
1.g. Small Business Size Standard: $41 Million
1.h. Type Of Contract: Firm Fixed Price
1.i. Period Of Performance: One Year
1.j. Wage Determination Applicable To This Project: Sca Wd 2015-5613 Revision 27
1.l. Request For Information (rfi) Should Be Submitted Via Email No Later Than 2pm Pst Monday, January 6th, 2025, To Ositadima.ndubizu@va.gov 2. Statement Of Work 2.1. Objective. Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide Quarterly Maintenance Services On Selected Government Owned Portable Reverse Osmosis Equipment At The Va Greater Los Angeles Healthcare System (va Glahs). 2.2. Background. - The Va Greater Los Angeles Healthcare System (vaglahcs) Requires Quarterly Maintenance Services On Selected Government Owned Portable Reverse Osmosis Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Performance Work Statement (pws), All Va, Local, State, And Federal Policies, And Regulations. 2.3. Scope. The Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Pws. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Cor Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The Portable Reverse Osmosis Systems According To The Schedule Below. the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. services
the Contractor Shall Provide Services Described In The Below Chart. emergency Repair Services emergency Funds Are Set Aside For Any Repair Services That Are Needed these Emergency Funds Will Cover Service Cost For The Portable Reverse Osmosis System If These Systems Encounter Any Issues. contractor Must Respond To Service Requests Within 24 Hours. Onsite Evaluation (if Required) Must Occur Within 3 Business Days Of Receiving A Service Request. the Contractor Shall Provide An Estimated Cost For The Repair Parts/services And Must Receive Consent From The Cor Before Proceeding. equipment List covered
equipment equipment Name
serial Number/brand
ee#
equipment Description
31311-mh01
1365065
177385
millenium Hx
31311-mh02
1367468
177386
millenium Hx
31311-mh03
1367471
177387
millenium Hx
31311-mh04
1367472
177388
millenium Hx
31311-mh05
1367473
177389
millenium Hx
31311-mh06
1367474
177390
millenium Hx schedule qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Cor Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. 2.4. Performance Monitoring. The Contracting Officer Representative (cor) Will Monitor Contractor Performance And Certify The Work Was Done In Accordance With The Sow. 2.5. Period Of Performance. The Period Of Performance Will Be One Year. work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Cor Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Cor And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Cor Or His/her Designee. all Time Shall Be Approved In Advance By The Contracting Officer S Representative (cor). Allow 5-days For Approval Of Any Alternate Working Hours Needed. a. National Holidays:
new Year S Day January 01
martin Luther King S Birthday Third Monday In January
president S Day Third Monday In February
memorial Day Last Monday In May
juneteenth June 19
independence Day July 04
labor Day First Monday In September
columbus Day Second Monday In October
veterans Day November 11
thanksgiving Day Fourth Thursday In November
christmas Day December 25 b. If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. overtime & Holiday Pay: Overtime Pay Is At The Rate Of One And One-half Times The Employee's Regular Rate Of Pay For All Hours Worked In Excess Of Eight Up To And Including 12 Hours In Any Workday, And For The First Eight Hours Of Work On The Seventh Consecutive Day Of Work In A Workweek. Overtime Pay Also Includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office Of Security And Law Enforcement Provides Department-wide Policy On The Assignment Of Appropriate Position Sensitivity Designations Associated With Department Of Veterans Affairs (va) Positions Involving National Security And Public Trust Responsibilities, And On The Level Of Background Investigations Required For Applicants For, And Incumbents Of, Those Positions. In Addition To Va Employees, The Policy And Investigative Requirements Are Applicable To Contractor Personnel Who Require Access To Va Computer Systems Designated As Sensitive. b. Personnel Who Require Access To Va Computer Systems Shall Be Subject To All Necessary Background Investigations And Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement To Ensure Compliance With Such Policy. If Such Investigation Has Not Been Completed Prior To Contract Commencement, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract. c. Should The Contract Require Contractor Personnel To Maintain U.s. Citizenship, The Contractor Shall Be Responsible For Compliance. Regardless Of U.s. Citizenship Requirements, Contractor Personnel Are Required To Read, Write, Speak, And Understand The English Language, Unless Otherwise Specified In This Contract Or Agreed To By The Government. d. The Cost Of Such Investigations Shall Be Borne By The Contractor, Either In Advance Or As Reimbursement To The Government. The Level Of Sensitivity Shall Be Determined By The Government On The Basic Of The Type Of Access Required. The Level Of Sensitivity Will Determine The Depth Of The Investigation And The Cost Thereof. Currently, The Current Estimated Costs For Such Investigations Are As Follows: level Of Sensitivity Background Investigation Level Approximate Cost
low Risk National Agency Check With Written Inquiries $ 231.00
moderate Risk Minimum Background Investigation $ 825.00
high Risk Background Investigation $ 3,465.00 e. The Contractor Shall Be Required To Furnish All Applicable Employee Information Required To Conduct The Investigation, Such As, But Not Limited To, The Name, Address, And Social Security Number Of Contractor Personnel. The Va Will Provide All The Necessary Instructions And Guidance For Submission Of The Documents Required To Conduct The Background Investigation. Background Investigations Shall Not Be Required For Contractor Personnel Who Will Not Be Required To Access Va Computer Systems Nor Gain Access To Sensitive Materials. 2.7. Contractor Employees a. The Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. Contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). b. Badge. Contractor Shall Obtain A Contractor I.d Badge From The Va Police. All Contractor Personnel Are Required To Wear I.d Badge During The Entire Time On Va Facility. The I.d Badge Must Have An Identification Picture And Shall State The Name Of The Individual And The Company Represented. c. Parking: It Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. d. Smoking Is Strictly Prohibited On The Grounds Of Any Vha Facility. Per Vha Directive 1085 Dated March 5, 2019, It Is Vha Policy That All Vha Health Care Facilities, Including Hospitals, Community Clinics, Administrative Offices, And Vet Centers, Will Be Smoke-free For Patients, Visitors, Contractors, Volunteers, And Vendors Effective October 1, 2019. There Will No Longer Be Designated Smoking Areas. 2.8. Insurance Coverage a. The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. b. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. c. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. d. The Contractor Shall Furnish To The Contracting Officer Within Fifteen (15) Days Of Award An Official Certification From The Insurance Company Indicating That The Coverage Has Been Obtained And That It May Not Be Changed Or Cancelled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. New Certifications Shall Be Furnished At Least Thirty (30) Days Prior To The Expiration Date Of The Current Insurance Policy. The Phrase Will Endeavor Is Not Acceptable Terms To The Government And Such Coverage Carrying That Phrase Will Be Rejected And Services May Not Be Rendered Until Proper Certificate Is Issued. 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2019-01, Dated 10/10/2019. The Following Provisions And Clauses Apply To This Solicitation And Can Be Found In Enclosure 2.
3.a. Far 52.212-1, Instructions To Offerors Commercial Items
3.b. Far 52.212-2, Evaluation -- Commercial Items
3.c. Far 52.212-4, Contract Terms And Conditions -- Commercial Items
3.d. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
3.e. Supplemental Insurance Requirements
3.f. Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside
3.g. Vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance
3.h. Far 52.233-2, Service Of Protest
3.i. Vaar 852.233-70, Protest Content/alternative Dispute Resolution
3.j. Vaar 852.233-71, Alternative Protest Procedure 4. Submit Written Offers In Accordance With The Following Instructions, As Well As Addendum To Far 52.212-1, Instruction To Offerors. Oral Offers Will Not Be Accepted. Complete And Submit Enclosure 1 Via Email No Later Than 10am Pst Thursday, January 9th, 2025, To Ositadima.ndubizu@va.gov. Ensure The Following Are Completed And/or Included In The Quote Packet: 4.3.a. Vendor Information With Uei Number (company Info And Quote Should Be On The Enclosure 1 Form)
4.3.b. Acknowledgement Of Amendments
4.3.c. Concurrence/non-concurrence With Solicitation Terms, Conditions, And Provisions
4.3.d. Schedule Of Services
4.3.e. Far 52.212-3, Offeror Representations And Certifications -- Commercial Items your Quote Evaluation Will Be Based On Price And Your Ability To Provide The Following:
capabilities Statement Showing That They Can Perform The Tasks Listed In Section 2.3, Scope past Performance: Any Prior Experience In Maintaining Portable Mar Cor/evoqua Reverse Osmosis Equipment. Vendor Must Be An Authorized Service Provider For Mar Cor/evoqua Products.
vendor Must Provide Proof Their Personnel Performing Maintenance And Repair Services Are Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures.
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: The Lhd/a Machinery Control Systems Are Currently Experiencing Obsolescence Issues With Respect To Both Their Hardware/computer Software Configuration Items (hwci/csci) That Will Require A Technology Refresh And Re-engineering To Sustain Shipboard Tactical Operations. Historically, The Mcs Configuration Included North Atlantic Industries (nai) Brand Name 6u Versa Module Europa (vme) Multifunction I/o Cards, Specifically The 64g5 Card. The Legacy Nai 64g5 Card Has Reached End Of Life And Are No Longer Supported. In Order To Address Availability And Obsolescence Issues, Mcs Tech Refresh Is Transitioning From The Legacy Versa Module Europa (vme) Chassis Design, Which Hosts The I/o Cards, To A Vme Peripheral Component Interconnect With Extents For Both Buses Standards (vpx) Chassis Design. The Nai 68g5 I/o Cards, Listed In This Requisition, Are Required To Support The Lhd/a Mcs Tech Refresh As They Are Compatible With The Modernized Vpx Chassis, Compliant With The Vpx Chassis Backplane Pin-out Structure And Provide Increased Functionality And Supportability Compared To The Legacy I/o Cards. this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential Firms Capable Of Providing The Supplies/services Described Herein Prior To Determining The Method Of Acquisition. capability Statements: interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following: section 1: Introduction. Identify The Sources Sought Number And Title section 2: Corporate Description. name Of Company And Address prime Contract Number ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb) points Of Contact, Including: Name, Title, Phone, And E-mail Address cage Code And Duns Number (1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Prototyping, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Attached Pws, (2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort, (3) Demonstrated Ability To Obtain Security Clearances At The Time Of Contract Award Or Within 45 Days For All Personnel Expected To Provide Support In Accordance With The Above Requirement; section 3. Past/current Performance. Suggested Language: Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, 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 In The Draft Sow. section 4. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Draft Sow. Information Should Include: contractor’s Facility Clearance (if Required, This Should Be Filled Out By The Negotiator) statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel (if Required, This Should Be Filled Out By The Negotiator) the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Sow contractors Technical Ability, Or Potential Approach To Achieving Technical Ability, To Perform At Least 51% Of The Cost Of The Task Order With Its’ Own Employees In Accordance With Far 52.219-14 the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Sow. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified contractor’s Ability To Begin Performance Upon Task Order Award. a Statement That The Contractor Either Has Or Does Not Have An Approved Accounting System, As Required In Federal Acquisition Regulation (far) 16.301-3(a)(3) For Cost-reimbursement Contracts. attachment (1) Draft Statement Of Work (sow) note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence. note: Prior To The Award Of A Cost-type Task Order, The Federal Acquisition Regulation (far) Subpart 16.301-3(a) Requires That The Contractor’s Accounting System Be Determined Adequate For Considering Costs Applicable To The Contract Or Order. No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Questions Or Comments Must Be Submitted Via Email. Responses Must Be Received No Later Than 3:00pm Est On 24 January 2025 By E-mail To Brendan.t.heasley.civ@us.navy.mil.
7171-7180 of 7447 archived Tenders