Computer Tenders

Computer Tenders

Department Of Agriculture Tender

Software and IT Solutions
Philippines
Details: Description Negotiated Procurement-two Failed Biddings For The Procurement Of Various Ict Applications/software/subscription 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Negotiated Procurement-two Failed Biddings Through The National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of One Million Three Hundred Sixty Nine Thousand Eight Hundred Pesos (₱1,369,800.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Ict Applications/software/subscription. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Ict Applications/software/subscription With The Following Details/specifications: 1) 1 Pc Autodesk Autocad Lt 2025 @ 552,000.00 Specifications: 5 Users 3-year Subscription 2) 1 Pc Sketchup Pro @ 172,500.00 Specifications: 5 Users 1-year Subscription" 3) 1 Pc Autodesk Civil3d 2025 @ 586,500.00 Specifications: Commercial New Single-user Eld 3-year Subscription" 4) 1 Pc Software Load Expenses For The Bytex Feasibility Analyzer @ 58,800.00 Specifications: Renewal License Number (rln) With Non-expiring Built-in 999,999 Calculations Of Software Load, 1 Computer Deliver To: Da-7, Regional Office 7, Mandaue City, Cebu Delivery Of The Goods Is Required Within 30 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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. The Following Eligibility Requirements & Other Documents Shall Be Submitted On Or Before February 3, 2025, 10:00 Am Upon Payment Of Applicable Fee At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City: Eligibility Requirements: 1. Valid Sec/dti/cda Registration Certificate; 2. Valid Mayor’s/business Permit (for A 2-year Coverage Mayor’s/business Permit Specifically In Cebu City, Attach Official Receipt (or) As Proof Of Payment For Renewal; 3. Valid Platinum Philgeps Registration (not Expired During Opening Of Bids); 4. Valid Bir Tax Clearance (not Expired During Opening Of Bids); 5. Annual Income Tax Return Of The Preceding Tax Year; 6. Business/vat Percentage Tax Return; 7. Omnibus Sworn Statement (notarized)/secretary’s Certificate (notarized) (if There’s Any); 8. Tax Exemption Certificate (if There’s Any) 4. Pre-negotiation Conference For The Negotiated Procurement With Interested Bidders/suppliers Will Be Conducted On January 21, 2025, 2:00 Pm At Da-7 Rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 5. A Complete Set Of Canvass Form May Be Acquired By Interested Bidders From January 13, 2025 To January 31, 2025 At 8:00am To 5:00pm, Office Hours From The Address Below Upon Payment Of A Non-refundable Fee Of ₱5,000.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 3, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 7. The Deadline Of Submission And Opening Of The Eligibility Requirements And Canvass/bid Form (best Offer) Will Be On February 3, 2025, 10:00 Am At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 8. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 9. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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. 10. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 January 13, 2025 ( Sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)

Philippine Rice Research Institute Tender

Others
Philippines
Details: Description 1 Unit Flash Drive, 128 Gb 1 Unit Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 2 Units Printer Specification: Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-rr, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Color (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi 5 Pieces Converter/adapter Universal All-in-one Power Adapter Adaptor Charger Plug Converts Power Outlet When Traveling To Other Countries And Easy Storage 1 Unit Brand New Laptop (min) 12th Gen Or Later Or Equivalent .6cores (2 Performance Core + 4 Efficient Cores)/ 8 Threads. 4.4 Ghz Performance Core Max Turbo Frequency, 3.3 Ghz Efficient Core Max Turbo Frequency. 10mb Smart Cache, 10nm Built-in Graphics (min) 1 Pc Ddr4 Memory 8gb (min) 512gb Nvme M.2 Ssd (min) 15.6 (minimum) Ips Led Screen Built In 1080p Webcam Usb3 Ports-2 (min) Hdmi Port, Vga Port (optional) Minimum 3 Usb Ports Licensed, Latest 64bit Os With Ntfs File System Licensed, Latest 32-64bit, Office Suite Including Word Processor, Spread Sheet, Presentation For Business (perpetual License) Slim And Lightweight Additional Wireless Mouse (optional) 1 Unit Laptop Computer (min) 12th Gen Or Later Or Equivalent, 6 Cores (2 Performance Core + 4 Efficient Cores)/8threads 4.4 Ghz Performance Core Max Turbo Frequency, 3.3ghz Efficient Core Max Turbo Frequency, 10mb Smart Cache, 10nm; Built-in Graphics (min); 1 Pc Ddr4 Memory 8gb (min); 250 Gb Nvme M,2 Ssd (min); 14" (minimum) Ips Led Screen; Usb3 Ports - 2 (min); Hdmi Port, Vga Port (optional); Minimum 3 Usb Ports; Licensed, Latest Office Suite Including Word Processor, Spreadsheet, Presentation For Business (perpetual License); Slim And Lightweight; Wireless Mouse 3 Pieces External Data Storage Portable External Solid State Drive Nvme 1tb Featuring 1050mb/s2 Read And 1000mb/s2 Write Speeds 1 Unit Ultrawide Monitor | 34 Inches | Curved | Aspect Ratio: 21:9 | Resolution: 3440 X 1440 (wqhd)| Panel: Ips | 100hz To 144hz | 1ms | Dp And Hdmi 1 Unit Wireless Keyboard Ergonomic Design | Wireless With Usb Receiver Or Bluetooth | Full-size Keyboard With A Cushioned Palm Rest And Wrist Support Sensor Sensitive For Multi Devices And For Programming Purposes 1 Unit Wireless Mouse Advanced Optical Tracking Ergonomic Design | 4000 Dpi Sensor With Adjustable Dpi Increments | Long Battery Life (up To 70 Days) With Usb-c Charging | Supports Bluetooth And Usb Receiver Number Of Buttons: 6 (left/right-click, Back/forward, Middle Button, Scroll-wheel With Middle Click) Customization App Supported By Logi Options+ On Windows And Macos Sensor Sensitive For Multi Devices And For Programming Purposes 1 Unit Docking Station Ports: Usb 3.0/3.1, Usb-c 3.1/3.2, Hdmi 2.0 Or 2.1
Closing Date5 Feb 2025
Tender AmountPHP 197.7 K (USD 3.3 K)

Overseas Workers Welfare Administration - OWWA Tender

Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Department Of Migrant Workers Overseas Worker Welfare Administration Regional Welfare Office Xi Lynjun Alegre-sardido Besjc Bldg., Candelaria Street, Ecoland Ii, Bucana, Davao City Tel No. (082) 221-8593; Email Address: Owwadavaoprocurement@gmail.com Request Of Price Quotation Date Sir: Please Quote Your Lowest Net Price(s), Taxes Included On The Item(s) Hereunder Listed And Submit Your Quotation In Duplucate Copies And Enclosed In A Sealed Envelope Marked "proposal For Supplly And Delivery Of Various Items" Addressed To Overseas Workers Welfare Administration At Lynjun Alegre-sardido Besjc Bldg., Candelaria Street, Ecoland Ii, Bucana Davao City Anne A. Alban Gina Mae L. Quimora Supply Officer Officer-in-charge Quantity Unit Articles Unit Price Total 100 Ream Bookpaper, Legal Size, 80gsm 6 Ream Colored Paper, Legal Size, Yellow, 80gsm, 500s 2 Ream Colored Paper, Legal Size, Green, 80gsm, 500s 2 Ream Colored Paper, Legal Size, Purple, 80gsm, 500s 12 Pack Double Sided Glossy Photo Paper, 120gsm, A4 12 Pack Double Sided Glossy Photo Paper, 120 Gsm, Legal Size 12 Piece Filer Magazine 12 Unit Computer Mouse, Usb Type 6 Unit Electronic Calculator, Desktop, 12 Digits 12 Piece Alkaline Battery, 9 Volts, Good Quality 6 Box Fastener, Plastic Coated, 8 1/2 Long 6 Piece Dater Stamp, Smallest 12 Pad Stamp Pad, Felt, Violet Or Purple 1 Piece Pvc Cutting Mat Multiple Sizes Self Healing Cutting Pad Double-sided/cutting Board 3 Unit 360 Stapler Rotation, Heavy Duty Stapler 12 Roll Tape, Duct Tape, 48 Mm 12 Roll Tape, Packaging Tape, 48mm 24 Roll Tape, Transparent, 24mm, 100 M 12 Roll Tape, Double Sided Tape, 24mm, 20 Meters 6 Roll Tape, Nano Double Sided Tape, 5m 48 Box Clip, Backfold, 19mm 24 Box Clip, Backfold, 25mm 12 Box Clip, Backfold, 50mm 6 Piece Puncher, Heavy Duty, 75xl 12 Piece Cutter/utility Knife, For General Purposes, Heavy Duty 1 Pack Laminating Film, 125 Microns, Box, Legal Size 12 Box Face Mask, 50s 10 Bot Alcohol, Ethyl, 1 Gallon 12 Pack Garbage/trashbag, Extra Large (black) 12 Pack Garbage/trashbag, Xxl Size (black) 12 Pack Garbage/trashbag, Large Size (black) 12 Bag Sando Bag, Large Size 12 Bot Handsoap Liquid, 1000 Ml 3 Piece Waste Basket, Non-rigid Plastic 6 Piece Broom (walis Tambo) 2 Piece Spin Mop, Heavy Duty 3 Piece Dipper (tabo) 12 Piece Deodorant Cake 1 Bot No More Nail, 360g Glue, Liquid Nail 12 Piece Air Freshener For Airconditioner, 12 Set Dishwashing Sponge With Foam, 3s 12 Bot Dishwashing Liquid, Kalamansi, 1000 Ml, Good Quality 12 Piece Dishwashing Paste, 400g 2 Set Mop Handle 10 Piece Welcome Mat, Not-slip, Outdoor (office Use) Red Or Green Color Abc: Php 91,259.00 Office Supplies For 1st Quarter 2025 Note : 1. Please Attach Philgeps Certificate And Mayor's/business Permit. 2. Use Of Non-discretion/non-discrimanatory Selection Criteria As Tie-breaking Method In Case Of Two Or More Bidders Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb) In Accordance With Gppb Circular No. 06-2005. 3. Based On The Above Requirement/s All Price Quote/submitted Shall Be Considered Final And Unalterable And Vat Inclusive. 4. Proposal/quotation Submitted Without Signature Of The Authorized Signatory Shall Not Be Accepted. 5. Bid Modifications As Well As Bids Submitted Beyond The Scheduled Deadline Shall Not Be Considered. 6. The Owwa Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Delivery : 15-30 Days Terms Of Payment : Government Terms (name Of Supplier Price Validity: 30 - 120 Days (signature Of Owner/manager) (print Name) (contact Number) (date)
Closing Date20 Jan 2025
Tender AmountPHP 91.2 K (USD 1.5 K)

University Of The Philippines Tender

Healthcare and Medicine
Philippines
Details: Description Supply Of Various Equipment For College Of Dentistry Clinic And Laboratory Use (2nd Rebid) Dental Microscope Specifications:  Microscope Body With User Interface Close To The Handgrip  Coupling 120° For Maneuverability  Wide-field 12.5x (with Reticle)  Wide-field 10x  Lens More Than 230mm Focus (working Distance 200-500mm)  Triled Illumination System O Natural Colored Light O Orange Color Mode For Sensitive Composite Materials O Green Color Mode For Contrast Between Blood And Tissue  Augmented Visualization Mode  180° Tiltable Tube  Appropriate Posture For The Tiltable Angle  Integrated Hd Camera And Video Recording (1080p)  Hdmi Output  Recording On Usb Attached Storage  Mode Control  Floor Stand With Casters With The Following Accessories:  Drape Kit  Packs Of Resterilizable Cover For The Lens And Handles  Lens  Handgrip  Mode Control  Magnification Changer  Pd Adjustment Of The 180° Tiltable Tube  Goggle Non Sterile With The Following Features/ Inclusions:  1 Year Warranty On Parts And Services  2kva Or Compatible Ups With Trolley Optical Mark Recognition (omr) Scanning Machine Specifications: Maximum Scanning Speed: Approx. 3,000 Forms Per Hour Maximum Scan Area: 48 X 108 Or Better Read Technique: Reflective Read Number Of Readheads : One Readhead Channels: 40 Or 48 Or Greater Mark Discrimination: 100-level, User-set Threshold And Discrimination Difference With 16-level Mark Darkness Transmission Marks: Marks By No. 2 Pencils, Computer Optical Mark Recognition (omr) Pre-slugs, Preprinted Lithocode Mark Shapes: Rectangles, Ovals And Circles Input: Automatic Document Feeder (adf) - 150 Sheets Or More, Automatic Double-sheet Detection Output: 180-in Each Bin Dimensions, L X W X H: 31” X 14” X 6” (79 X 36 X 15 Cm) Weight: Light-weight Power Requirement: 110 - 240 Vac, 50/60 Hz Noise: Office Environment Calibration: Automatic, On-line, Continuous Self-calibration Operating Condition Temperature: Room Temperature Relative Humidity: Non-condensing Interface Communication Interface: Rs-232c Serial Interface Data Output Format: Asynchronous Ascii Baud Rate: 4,500 To 40,000 Bits/sec Form Paper Size: 2.25” X 6” (5.7 X 15.2 Cm) To 8.5”x 14” (21.6 X 35.6 Cm) Transport Speed: 15 In./second Or Better Software Operating Software: Integral Form Translation Software Translates Mark Data Into Application Program-compatible Information, Permits User-defined Revision Checks And Gather Multiple Form Descriptions Automatic Document Feeder: 150 Sheets Or More, Automatic Double-sheet Detection Printer: Up To 100 Characters Bar Code Reader: Applicable Bar Code Type Ink Reader: Pencil, Markers, Blue And Black Ball-point Pens Utility Software: Scanner Software Dual Readhead: In Unison Reads Both Sides Of A Two-sided Form. Warranty: 1 Year For Parts And Services Portable (handheld) Xray Specifications:  Focal Spot : 0.4 Mm (iec 60336)  Tube Voltage : 65 Kv  Tube Current : 2.5 Ma  Exposure Time Range : 0.05 ~ 0.05 Second  Total Filtration: Minimum 1.5 Mm Ai  Source To Skin Distance: 200 Mm  X-ray Field : Default: 60 Mm Round, 30x40 Mm  Maximum Duty Cycle :1 : 30  Power Input : 22.2 V  Weight : 2.4 Kgs. *without Backscatter Shield  Dimension : 165 Mm X 280 Mm X 297 Mm (lxwxh) Warranty: At Least 2 Years For Parts And Services Covered. Wall Mounted Dental Xray Specification:  Generator Size/ Weight: 140 X 150 X 70 / 2.5 Kg  Rated Output Power: Maximum 0.5 Kw Voltage Generator:  Type: Inverter  Tube Voltage (kv) 50 – 70 Kv  Tube Current (ma) 4.0 – 7.0 Ma  Cooling Protect Protect ≥ 50°c  Inherent Filtration 1.0 Mm Al Eq.  Added Filtration 1.0 Mm Al  Total Filtration Minimum 2.0 Mm Al Xray Tube:  Focal Spot Size: 0.4 Mm  Target Angle: 12.5 Degree  X-ray Coverage: 70 Mm At Sid 200 Mm Or Equivalent  Duty Cycle: 1:60 Or More Please See Terms And Conditions For X-ray Machine, Periapical On Page 34 Please See Terms And Conditions For Dental Operating Microscope On Page 35
Closing Date3 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
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.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
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.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Software and IT Solutions
Germany
Description: Contract notice - general guideline, standard regulation Open procedure (services) Sap Netweaver Enterprise Portal (java) - operation and development Support services for the operation and development of application software and portals based on Sap Netweaver Enterprise Portal (java) in the Hessian state administration in two lots Lot 1: portal development Lot 2: portal operation Portal development Lot 1 describes the services that must be provided as part of the development tasks in the area of Sap Netweaver 7.5 Java Enterprise. A total of three people are sought for Lot 1 "development". Two relevant profiles (two people) are specified when submitting the tender. These people must also be employed. Tasks Development of portal systems for senior developers A senior developer is a project employee who plays a key and leading role in the design, development, testing and integration of the software. He is an expert in certain technologies in application development. Other tasks of senior developers are: -software development in the SAP NetWeaver environment (Java stack, Enterprise Portal) -effort estimates for development tasks -requirements analysis -specification of the application system -application design -application architecture -database design and programming -application development using agile methods, preferably Scrum -documentation of the system specification and the design decisions in the software development documentation -design and implementation of IT security topics in application systems -design and implementation of barrier-free application systems -support with testing (component, integration and acceptance tests) -support with the commissioning of applications -support with the migration of legacy systems -integration of applications into the infrastructure -support with training measures for users and operating personnel -know-how transfer to the client's employees Various technologies are used in the portals of the Hessian state administration. The developer profiles sought must demonstrate knowledge of the following technologies: Technologies in the SAP Netweaver environment - SAP Enterprise Portal from version 7.5 - SAP WebAS - SAP Trex (Java variant) - SAP KM - SAPUI 5 Java - Technologies in the enterprise environment - Java Platform, Enterprise Edition (JEE 6) - JavaServer Faces (JSF 2), Primefaces 5 - Java Persistence API (JPA 2) Web (frontend) developments - JavaScript (incl. frameworks), JQuery - HTML 5 - Hypertext Markup Language - CSS 3 - Cascading Style Sheets Other tools - Content Management System Portal Site Manager by Opentext - Development, configuration management, version management and test support tools such as Eclipse, SAP Netweaver Development Studio, Subversion, Maven, Jira, Jenkins, Nexus, Git - SQL for Oracle -object-relational-mapping (ORM), e.g. Hibernate 4 or Entity Framework 5 -extensible Markup Language (XML) -apache web server -integration of standard components such as Microsoft Office, Sharepoint, Microsoft Exchange, Active Directory A senior developer must have the following basic skills to perform the service: Training/further training -college or university degree in an IT-related subject area (e.g. computer science, business informatics, natural sciences, mathematics) or comparable knowledge and skills acquired in practice. Professional experience: -the people employed to provide the service must have in-depth knowledge of and experience in application development technologies in accordance with chapters 4.2.1 and 4.2.2 of the service description and developer experience in software development projects. Each individual must fully meet these requirements. -Very good knowledge of the German language, both written and spoken (language level C1, proof required or German as a native speaker) as well as knowledge of English, which enables the use of manufacturer information (manual, Internet) or Internet specialist forums. -At least 10 years of professional experience in software development is required. -In addition, these people must have at least 5 years of experience within the last 7 years in each of the following fields of activity: OSoftware development in the SAP NetWeaver environment (Java stack, Enterprise Portal) ORequirements analysis OSpecification of the application system OApplication design OApplication architecture ODatabase design OSearch optimization SAP Trex (Java) OApplication development using agile methods, preferably Scrum ODocumentation of the system specification and the design decisions in the software development documentation OTests (test automation, component, integration and acceptance tests) OCommissioning of applications OMigration of legacy systems OIntegration of applications into the infrastructure OKnow-how transfer to the client's employees The above requirements must be proven using the competency profile (file: "competence profile_lot 1_ Senior Developer"). In addition, a CV must be submitted for each person to be employed. Two project references must also be submitted for each profile offered (each person). Both projects must have been carried out in the context of a large procedure. The tasks described in both projects must be different and come from the list (no. 1 - 12) of the criteria catalogue (file: "criteria catalogue_lot 1"). The project descriptions must contain the following: 1) Client (if necessary, a description is sufficient) 2) Performance period: Specify the period, at least four consecutive years in the last five years from the date of publication of the award. 3) Project description: Detailed project description 4) Function/role in the project 5) Tasks/activities carried out: Detailed task description In summary, the following documents must be submitted with the offer for Lot 1 "Portal development": For each person who is used: - a completed competency profile - a CV - two project references Portal operation Lot 2 describes the services that must be provided as part of portal operation. A total of three people are needed for Lot 2 "Operation". Two relevant profiles (two people) are to be specified when submitting the offer. These people must also be employed. Tasks Operation of portal systems for a portal operation specialist A portal operation specialist is a project employee who plays a key role in and leads the process of designing, developing, testing and integrating the software, with the aim of ensuring the transition to operation and the operation itself. As a specialist in the operation of portal systems, the following activities are to be carried out: -Implementation of the operational operation of the SAP portal components: Netweaver Portal 7.5 ff. and associated Oracle databases -Implementation of SAP system copies -Error analysis and rectification -Creation and tracking of tickets with the manufacturer -Connection of backend systems and user stores (HCM/LDAP) -Implementation of system migrations -Ensuring the agreed quality criteria for service and operation of portal processes -Support in the planning, control and coordination of all activities relating to ongoing operations -Participation in the further development and optimization of the technical infrastructure (network analyses and operating system configurations, high-availability architectures, problem management, ...) -Introduction of SAP updates and upgrades as well as applications based on SAP Netweaver 7.5 or successor systems -Support of work on servers, operating systems (monthly... Patching), infrastructure work -change and incident management -monitoring -coaching of other team members -creation and maintenance of documentation, procedure lists, operating manuals and operating reports. The product "sap-netweaver portal" (version 7.5 or successor) is used to operate the portals and portal applications or SAP Netweaver-based infrastructures. The operating profiles sought must demonstrate knowledge of the following technologies: SAP NetWeaver Portal (installation, configuration, maintenance, operation): -SAP Enterprise Portal from version 7.5 (PCD, NWA, ICM) -SAP WebAS -SAP Trex (Java variant) -SAP KM -SAPUI 5 -SAP IDM -SAP PO ABPM -Portal Site Manager (PSM by OpenText) -Vendor Invoice Management Approval Portal (OpenText) -SAP Online Application Submission Management (OASM 3.0/4.0) The following technologies are also used: -MS Windows operating systems -SUSE Linux Enterprise Server -Oracle database system -Virtualization on ESX cluster systems -LDAP Metadirectory -Apache Webserver The portals and the content management systems used for them have interfaces to various third-party systems. Both these and the systems themselves are regularly updated, checked with regard to the future viability of their architecture and expanded with regard to new requirements, interaction offers and technologies. Requirements for the profile "portal operation specialist" For the activities mentioned, the following requirements in particular are made of the personnel employed by the contractor: Education/further training: -college or university degree in an IT-related subject (e.g. computer science, business informatics, natural sciences, mathematics) or comparable knowledge and skills acquired in practice. Professional experience: -the people employed to provide the service must have in-depth knowledge of and experience in portal operation technologies in accordance with chapters 4.3.1 and 4.3.2 of the service description. These requirements must be fully met by each individual person. -very good knowledge of the German language, both written and spoken (language level C1, proof required or German as a native speaker) and knowledge of English, which enables the use of manufacturer information (manual, Internet) or Internet specialist forums. -At least 10 years of professional experience in an operational environment is required. -In addition, these people must have at least 5 years of experience within the last 7 years in each of the following fields of activity: OSAP portal operating environments (version 7.5) OExperience in the use of monitoring and analysis tools, such as “wily Introscope” OKnowledge and experience in the area of OpenText WSM OApplication of ITIL incident, problem and change management processes OWorking as part of operational teams OFurther development and optimization of the technical infrastructure The aforementioned requirements must be proven using the competency profile (file: “competence profile_lot 2_ Portal operation specialist”). In addition, a CV must be submitted for each of the two people to be offered. The appendix “Criteries catalog” contains further quality requirements, which are assessed using a points system. Criteria are set out for the size of the process in the context of which the services were provided: Large processes: Complex and large system environments: More than 50,000 users, at least 3 stages For each profile offered (each person), two project references must also be submitted. Both projects must have been carried out in the area of a large process. The tasks described in both projects must be different and come from the list (no. 1 - 10) of the criteria catalog (file: "criteria catalog_lot 2"). The project descriptions must contain the following: 1) client (if necessary, a description is sufficient) 2) service period: specification of the period, at least four consecutive years in the last five years from the date of publication of the contract award. 3) project description: detailed project description 4) function/role in the project 5) tasks/activities carried out: detailed task description
Closing Date27 Jan 2025
Tender AmountRefer Documents 

ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender

Healthcare and Medicine
Philippines
Details: Description "republic Of The Philippines Department Of Health Ilocos Sur Medical Center Heroes Bypass Road, Brgy. Parioc Primero, Candon City, Ilocos Sur" Request For Quotation Company Name: Quotation No. 24-12-0093-02 Company Address: Date: January 6, 2025 Please Quote Your Best Price On The Item/s Listed Below, Subject To The General Terms And Conditions. Submit Your Quotation Duly Signed By An Authorized Company Representative Not Later Than January 13, 2025 Until 3:00 Pm Only , Sealed And Enclosed In The Provided Return Envelope To The Procurement Unit Or Via Electronic Mail At Ismc.procurement02 @gmail.com. Quotations Submitted Beyond The Deadline Will No Longer Be Accepted And Are Deemed Disqualified. (sgd) Karla Mae A. Briones, Md, Dpps Bac Chairperson General Terms And Conditions: 1. All Entries Must Be Written Legibly And In Complete Details. Interlineations, Erasures, Or Overwritings Are Only Valid If Signed By An Authorized Company Representative. 2. The Conditions Of The Offer, Other Than What Is Required By This Request For Quotation Must Be Properly Indicated. Otherwise, Ismc Shall Assume That The Offer Automatically Complies With All The Requirements Of This Request For Quotation. 3. Do Not Leave A Section Blank. Write "no Bid" For The Items Not Applicable. 4. Bidders Shall Submit Brochures With Specification/s Of The Product/s Being Offered, If Necessary. 5. "for Drugs, Medicines, Vaccines And Medical Supplies/devices, The Following Documents Must Be Attached Along With This Quotation: (1) Certificate Of Product Registration; (2) Valid License To Operate; (3) Duly Notarized Dealership Agreements, Distributorship Agreements Or Any Notarized Document Authorizing The Bidder To Sell The Product; (4) Batch Notification For Antibiotics Issued By The Food And Drug Administration (fda) To The Marketing Authorization Holder (mah); And, (5) Lot Release Certificate For Vaccines Issued By The Fda To The Mah." 6. Unless Otherwise Indicated, The Evaluation And Award Must Be Made On A Per Item Basis. 7. Contract Must Be Awarded To The Bidder With The Lowest Calculated Responsive Bid (for Goods And Infrastructure) Or, The Highest-rated Offer For Consulting Services). 8. "for New Bidders/suppliers, The Following Documentary Requirements Must Be Submitted Along With This Quotation As Prescribed By ""annex H"" Of The 2016 Revised Irr Of R.a. 9184: (1) Mayor's/business Permit; (2) Professional License/curriculum Vitae (for Consulting Services); (3) Certificate Of Philgeps Registration; (4) Pcab License (for Infra.); (5) Nfcc (for Infra.); And, (6) Income/business Tax Return." 9. Notarized Omnibus Sworn Statement (oss) Is Required For Transactions With Abc Above P50k As Prescribed By "annex H" Of The 2016 Revised Irr Of R.a. 9184. 10. Delivery Without The Presence Of An Authorized Representative Shall Not Be Allowed. Item No. Item Description Uom Qty Abc Brand/model Unit Price Total Price 1 "desktop Computer Intel I7 11700; Bs/msi/asus H510 Motherboard; 16gb Ddr4 Memory Pc3200 Mhz; 480 Gb Sata Ssd (solid State Drive); 1tb Sata Hdd (hard Disk Drive); 2gb N Vidia Gt710 Pci-e Video Card; Atx Case Tempered Side Panel With 3pcs Fornt/1 Pc Rear Fan; Inplay/ramsta 650 Watts Psu 23.8; Mct/nvision/migen 75hz Monitor; A4 Tech/delux Keyboard; A4tech/delux Optical Mouse W/ Pad; Automatic Voltage Regulator (avr); With Free Usb Wifi Dongle " Piece 1 49,900.00 49,900.00 2 "foldable Table Dimensions: 120cm X 60cm X 75cm Color: Any" Piece 6 1,200.00 7,200.00 3 "heavy Duty Extension Cord Voltage Surge Protector, 6 Individual Neon Switches, 3-2 Way Outlets, 3 Parallel Outlets With Grounding Pin, 1 Circuit Breaker, Royal Cord #16/3, 5 Meters Wire, Maximum Capacity: 2500 Watts " Piece 8 1,600.00 12,800.00 Total Approved Budget For Contract (abc) 69,900.00 Total Offer #ref! For Any Inquiries Regarding This Request For Quotation, Please Call Us At 09538832343 Or Email Us At Ismc.procurement02@gmail.com Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order/notice To Proceed After Having Carefully Read And Understood Your General Terms And Conditions, I Quote You On The Item/s At Price/s Noted Above. Price Validity: Purchase Request No: 24-11-0242 Dated November 21, 2024 Rbac Resolution No: 001 S. 2024 Small Value Procurement Purpose: Office Supplies For The Provision Of Medical Assistance To Financially Incapacitated Patients Of Ismc Signature Over Printed Name Of Authorized Company Representative Position/designation Contact No./e-mail Address Rommel G. Gacula Signature Over Printed Name Of Designated Canvasser Date Accomplished
Closing Date13 Jan 2025
Tender AmountPHP 69.9 K (USD 1.1 K)

Scientific and Academic Computer Network State Research Institute Tender

Services
Software and IT Solutions
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | Poland – Advertising And Marketing Services – „przygotowanie Strategii Mediowej Oraz Świadczenie Kompleksowej Obsługi W Zakresie Planowania Oraz Zakupu Czasu Antenowego I Powierzchni Reklamowej W Mediach Na Potrzeby Emisji Kampanii Społecznej Na Temat Cyberbezpieczeństwa”
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Scientific and Academic Computer Network State Research Institute Tender

Services
Others
Poland
Purchaser Name: Scientific and Academic Computer Network State Research Institute | Poland – Medical Practice Services – Świadczenie Usług Medycznych Z Zakresu Medycyny Pracy Oraz Dodatkowej Opieki Medycznej Dla Pracowników Nask-pib W Ramach Miesięcznych Abonamentów
Closing Date28 Jan 2025
Tender AmountRefer Documents 
7181-7190 of 7453 archived Tenders