Computer Tenders

Computer Tenders

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: ****this Sources Sought Was Updated On 12/12/24 At 12:17 Pm Est To Clarify The Response Date For Capability Packages**** this Is A Request For Information (rfi) Only this Rfi Is Issued Solely For Market Research Purposes. It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Air Force (af) Is Not Seeking Proposals, Nor Will It Accept Unsolicited Proposals At This Time. respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Government Is Seeking Responses From 8(a) Small Business Vendors Only. The Respondent Must Self-certify As A Small Business Under North American Industry Classification System (naics) Code 541511 – Custom Computer Programming Services. background & Description the Business & Enterprise Systems (bes) Through Air Force Life Cycle Management Center (aflcmc) Technical Data Section (gbs) Located At Wright-patterson Air Force Base Is Conducting Market Research To Seek Qualified 8(a) Vendors Under The North American Industrial Classification System (naics) Code 541511. the Government Is Researching Vendors Capable To Encompass The Sustainment, Modification, And Support Efforts For The Enhanced Technical Information Management System (etims) Within The Air Force Common Computing Environment (af Cce). The Requirement Will Include, But Not Limited To, The Following: Modify Current Capabilities Along With Software Maintenance, Sustainment, Enhancement, Modification, System Design And Development, System Performance And Metrics, Performance Monitoring, Database Design And Development, Test And Evaluation, Maintenance, Training, Integration, Migration, Risk Management, Configuration Management, Section 508 Compliance, Documentation Updates, Meeting Support, Helpdesk Support/diagnostics (levels I, Ii, And Iii), Production Support, And Commercial Off The Shelf (cots) Upgrades etims Is The Usaf Defense Business System (dbs) For Managing Technical Orders (tos) And Computer Program Identification Numbers (cpins); Managing To/cpin Records; Managing To/cpin Accounts; Managing To/cpin Distribution And Printing Of Physical Media Tos; Managing, Storing, And Distributing Of Etos. The Overall Etims Enterprise Capability Is Comprised Of The Following Major Components And External System Interfaces: major Components: cloud One (c1) etims Software electronic Technical Order (eto) Content Management (ecm) Software external Interfaces: defense Logistics Agency (dla) Document Services Online (dso) reliability & Maintainability Information System (remis) security Assistance Technical Order Distribution System (satods) technical Order Authoring And Publishing (toap) advancing Analytics (advana)/basing And Logistics Analytics Data Environment (blade) etims Enables A Fully Integrated Eto Capability To View And Use Etos At The Point Of Use, A Fully Integrated Print On Demand (pod) Service Through Dla, And Af To Library Currency And Accuracy. Etims Leverages Existing C1 Services, Provides The Ecm Functionality, And Dla Dso Printing Service For On-demand Physical Media To Printing. Details Of The Functional Requirements Can Be Found In The Etims System Requirements Document (srd). through Its Ecm Component, Etims Provides A Combination Of Services And Capabilities To Support Eto Distribution And Viewing. Etims Provides The Permissions For Eto Access To The Ecm Component Which Supports Eto Distribution To Etims Electronic Tools (etools) Used For Viewing Etos. The Ecm Component Of Etims Is A Major Step Towards The Af To Concept Of Operations (conops): “… To Provide User Friendly, Technically Accurate, And Up-to-date Digital Technical Data At The Point Of Use That Is Acquired, Sustained, Distributed And Available In Digital Format From A Single Point Of Access For All Technical Data Users.” the Scope Of Work Summarized Above Is Provided For Information Purposes Only And Should Not Be Interpreted As A Complete List Of Requirements. All Qualified Vendors/sources Capable Of Providing These Services Are Being Sought. Capability Packages Need To Demonstrate, Through Past Experience Or Otherwise An Understanding And/or Familiarity With The Etims Mission. scope Of Services this Rfi Requests A Capability Package Describing Your Team’s Experience & Understanding Of The Following: designing/supporting Systems And The Policies And Procedures For Software And Systems Which Will Operate Within The Af Cce providing Operational System, Application, And Database Administration For An Enterprise Java And .net Application Within An Externally Hosted, Cloud-based Af Cce developing/supporting Systems Hosted By The Externally Hosted, Cloud-based Af Cce af Cce Development, Test And Production Operations And Support Policies And Procedures architecture Development And Sustainment For A Wholesale And Retail To/cpin Management System To Include The Incorporation Of Other Related Legacy Systems supporting A Large Scale, Integrated To/cpin Management System software Development/sustainment Maintenance Activities For Large Scale, High-user Load, Integrated Environments wholesale And Retail Technical Data Management, To/cpin Increment Management And Supporting Software Applications conducting Software Testing Activities And Supporting Government Testing Activities designing And Testing Software For Performance For Both Web And Stand-alone Applications To Include Processes For Creating Relevant Usage Models And Appropriate Test Parameters transitional Startup Of The Software Maintenance And Support Activities For Software Or Systems That Were Previously Designed, Implemented, And Supported By Another Provider requirements Investigation, Analysis, And Planning For Software Maintenance Activities In Accordance With Air Force Program Executive Officer, Business And Enterprise Systems (af Peo/bes) Bes, Hq Af/a4, And Hq Afmc/a4 Policies And Procedures To Include Dodi 5000.75 And Dod Enterprise Devsecops designing And Performing Routine And Emergency System Continuity Of Operations (coop) Activities. identification, Purpose And Development Of Required/recommended Artifacts Associated With Each Business Capability Acquisition Cycle (bcac) Phase af Peo/bes Testing Policies And Processes Following Af Best Practices documenting An Af It Systems In Accordance With The Department Of Defense Architecture Framework (dodaf) And Dod Secure Cloud Computing Architecture (scca) supporting The Department Of Defense Risk Management Framework (rmf) Process supporting Dod Public Key Infrastructure/public Key Enablement (pki/pke) af Or Other Dod Agency To/cpin Management Policies And Procedures af Technical Data Repositories And Their Associated Metadata To Include The Data Exchanged Between The Various Mission Support Systems Both Within And External To The Af monitoring System Performance, Networks, Fine Tune Data Bases, Etc. maintaining Complex Configuration And Setup Of Ecm Primary To Secondary Technology providing Help Desk Support For Air Force Enterprise To/cpin Management And Publishing Applications breadth And Depth Of Knowledge Of Rational Suite Tools, Apache Jmeter, Smart Bear Zephyr, Test Complete, Really Simple Syndication (rss) Technologies, Message Queue (mq) Messaging, Enterprise Service Bus, Microsoft Structured Query Language (sql) Db, Oracle Db, Apple Hardware/software, Linux Operating System, Microsoft (ms) Windows Server, Sql Server Database & .net, C, Java, Java Script, Oracle, Server, Relational Database (rdb), Portable Document Format (pdf), Id Web, Atlassian Confluence, Atlassian Jira, Sharepoint Interlink, Cloudformation (aws), Ansible, Acas, Config (aws), Xacta 360, Cloudtrail (aws), Cloudwatch (aws), Guacamole, Ssm (aws), Beanstalk (aws), Jenkins, Git Client, Bit Bucket, Artifactory, Fortify, And Xray. Include Experience For Each. providing Understanding, Expertise And Leadership Of Migrating From A Highly Af Information Technology-based Business Services Model To An Efficient, Effective Continuous Software Delivery Model Suited To Meet The Challenges And Support Of Agile Principles. developing, Testing, Deploying And Maintaining In An Ios And Macos Environment. capabilites Package the 8(a) Small Business Vendor Cover Letter Should Include The Following Information: company Name, Website Address, Location, Cage/duns Number point Of Contact (poc) Information: Name, Phone Number, Fax Number, Website, And Email Address company’s Small Business Size, 8(a) Graduation Date. Please Refer To Federal Acquisition Regulation Far 19 For Additional Detailed Information On Small Business Size Standards. The Far Is Available At Http://farsite.hill.af.mil/. an Acknowledgement Of Your Registration For Naics Code 541511 qualification Information (type & Duration Of Employee Experience Directly Relevant To The Requirements) level Of Involvement Information (prime/sub-contractor) And Timeframe(s) For Work On Similar Projects vendors Responding To This Rfi Should Include The Following Information: responses To The Items Listed In The Above Section, Scope Of Services. a Paragraph Of Brief Bullets Pertaining To The Following: (1) Level Of Contractor’s Interest (likelihood Of Submitting A Proposal As A Prime Contractor) (2) Demonstrated Capability To Perform Or Manage As A Prime Contractor Or As A Subcontractor For The Technical Data Services Described Above (3) Financial Capability To Perform As A Prime Contractor Or As A Subcontractor And Execute Task Orders (4) Ability To Provide Additional Services/capabilities In The Event Of An Immediate Surge Requirement (5) Potential Teaming Arrangement If Likely To Submit A Proposal (6) What Experience (type And Duration) The Contractor’s Employees Have That Are Considered Directly Relevant To These Systems (7) Ability To Support The Dd 254 Security Requirement (8) Ability For All Direct Support Contractor Personnel To Pass A Tier 1 (t1) Investigation {previously National Agency Check (naci)} (9) Ability For Contractor Personnel That Require Access To Operational Defense Information Systems Agency (disa) Facilities, Operational Air Force Data Systems, And Networks To Possess A Secret Clearance interested Parties Should Provide A Capabilities Package To Be Included As Part Of The Af Market Research Indicating Their Capability Of The Items Stated In Section “scope Of Services.” responses interested And Eligible 8(a) Small Business Vendors Under Naics 541511 Are Requested To Submit Their Capabilities Package In Ms Word Or Pdf Format Due No Later Than 3:00 P.m. Est On Friday, 3 January 2025. Responses Shall Be Limited To Ten (10) Pages, 12-point Times New Roman Font. All Submissions Are Via E-mail Only To Contracting Officer, Mr. Scott Ashelman, At Scott.ashelman@us.af.mil And A Courtesy Copy To Mr. Eric Lagasse, At Eric.lagasse@us.af.mil. The Government Will Not Entertain Telephone Calls For This Rfi; Related Questions May Be Emailed To The Contracting Officers. summary this Is A Request For Information Only; This Rfi Is Issued Solely For Market Research. The Information Provided Within Is Subject To Change And Does Not Commit The Government. The Af Has Not Made A Commitment To Procure Any Of The Items Discussed, And Release Of This Rfi Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. All Submissions Become Government Property And Will Not Be Returned. this Is A Request For Information (rfi) Only
Closing Date3 Jan 2025
Tender AmountRefer Documents 

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece All Purpose Cream 25 90.00 2,250.00 3 Piece Aluminum Pie Plate 6 Inches 5 70.00 350.00 4 Piece Angle Grinder (100 Mm) 2 2,500.00 5,000.00 5 Piece Angle Grinder (180-230 Mm) 1 3,000.00 3,000.00 6 Piece Baking Pan 6/3 Inches 5 50.00 250.00 7 Piece Baking Powder 10 50.00 500.00 8 Piece Baking Soda 1 50.00 50.00 9 Piece Ballpen Black 50 10.00 500.00 10 Piece Ballpen, Blue 50 10.00 500.00 11 Piece Bench Grinder 3/4 Hd 1 2,400.00 2,400.00 12 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 13 Piece Bleach, 3785 Ml 30 200.00 6,000.00 14 Piece Butter 20 100.00 2,000.00 15 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 16 Piece Chipping Hammer 10 350.00 3,500.00 17 Piece Circuit Breaker 20 Amps 5 240.00 1,200.00 18 Piece Claw Hammer 5 250.00 1,250.00 19 Piece Computer Keyboard 5 1,000.00 5,000.00 20 Piece Computer Mouse 5 500.00 2,500.00 21 Piece Conference Notebook 50 190.00 9,500.00 22 Piece Corn Oil 2 250.00 500.00 23 Piece Correction Tape 50 30.00 1,500.00 24 Piece Cross Cut Saw 5 250.00 1,250.00 25 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 26 Piece Cutting Disc 4 Inches 100 85.00 8,500.00 27 Kg Cw Nails # 1 20 75.00 1,500.00 28 Kg Cw Nails # 1 1/2 20 75.00 1,500.00 29 Kg Cw Nails # 2 20 75.00 1,500.00 30 Kg Cw Nails # 2 1/2 20 75.00 1,500.00 31 Kg Cw Nails # 3 20 75.00 1,500.00 32 Kg Cw Nails # 4 20 75.00 1,500.00 33 Piece Dater Stamp 10 1,800.00 18,000.00 34 Piece Diploma 580 25.00 14,500.00 35 Piece Diploma Jacket 580 40.00 23,200.00 36 Piece Dishwashing Liquid 20 200.00 4,000.00 37 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 38 Piece Double Sided Tape 5 50.00 250.00 39 Piece Dry Seal Of The School 2 2,500.00 5,000.00 40 Tray Egg 20 300.00 6,000.00 41 Kg Electrode Welding Holder 300-500 Amps 5 300.00 1,500.00 42 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 43 Can Evaporated Milk 20 70.00 1,400.00 44 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 45 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 46 Kg Flour 20 75.00 1,500.00 47 Piece Foot Rug 30 30.00 900.00 48 Piece Frame, A4 50 100.00 5,000.00 49 Meter Fringes, Green 150 30.00 4,500.00 50 Meter Fringes, Yellow 150 30.00 4,500.00 51 Piece Glue Stick 50 5.00 250.00 52 Piece Glue Stick, Small 100 5.00 500.00 53 Piece Grinding Disc 4 Inches 50 30.00 1,500.00 54 Piece Grinding Disc 7 Inches 20 50.00 1,000.00 55 Piece Ground Clamp For Welding 5 300.00 1,500.00 56 Piece Hand Soap 50 50.00 2,500.00 57 Piece Hand Towel 10 40.00 400.00 58 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 59 Piece L Square 2 300.00 600.00 60 Piece Led Buld 100 Watts 80 150.00 12,000.00 61 Tank Lpg Refill 10 1,300.00 13,000.00 62 Piece Masking Tape, 2" 50 120.00 6,000.00 63 Piece Medal Bronze 500 40.00 20,000.00 64 Piece Medal, Gold 200 40.00 8,000.00 65 Piece Medal, Silver 200 40.00 8,000.00 66 Meter Organsa Cloth 10 60.00 600.00 67 Can Paint, Tinting 1/4l, Black 3 160.00 480.00 68 Can Paint, Tinting 1/4l, Blue 3 160.00 480.00 69 Can Paint, Tinting 1/4l, Green 3 160.00 480.00 70 Can Paint, Tinting 1/4l, Red 3 160.00 480.00 71 Can Paint, Tinting 1/4l, Yellow 3 160.00 480.00 72 Can Paint, White , Gallon 4 800.00 3,200.00 73 Piece Paper Cutter 20 50.00 1,000.00 74 Piece Pencil 50 15.00 750.00 75 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 76 Piece Plier / Tong 10 350.00 3,500.00 77 Sheet Plywood 1/4x4x8 10 240.00 2,400.00 78 Piece Pull-push-roll 3 150.00 450.00 79 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 80 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 81 Pack Rubber Band 15 30.00 450.00 82 Piece Scissors 50 100.00 5,000.00 83 Piece Scotch Tape, 2" 50 70.00 3,500.00 84 Meter Silk Satin Green 30 50.00 1,500.00 85 Meter Silk Satin Yellow 30 50.00 1,500.00 86 Set Soft Broom With Dust Pan 70 150.00 10,500.00 87 Set Sponge Mop With Squeezer 30 500.00 15,000.00 88 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 89 Box Stranded Wire # 12 1 2,500.00 2,500.00 90 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 91 Box Thumbtacks 50 10.00 500.00 92 Pack Tissue Paper, 12's 50 160.00 8,000.00 93 Piece Token For Guest Speakers 3 500.00 1,500.00 94 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 95 Pack Vellum, A4 150 50.00 7,500.00 96 Piece Vise Grip 25 250.00 6,250.00 97 Piece Weighing Scale (25 Kg Capacity) 3 2,000.00 6,000.00 98 Piece Welding Aprons 20 400.00 8,000.00 99 Meter Welding Cable 2/0 50mm 20 Meters 1 2,000.00 2,000.00 100 Kg Welding Electrode # 6011 10 140.00 1,400.00 101 Kg Welding Electrode # 6013 10 140.00 1,400.00 102 Kg Welding Electrode # 7018 10 140.00 1,400.00 103 Piece Welding Gloves 20 250.00 5,000.00 104 Piece Welding Machine 300 Amp, Ac Welder Single Phase, Fan Cooled, Good Arc Starting And Arc Force, Stable Arc High Quality Welding, Deep Melting Pool Stepless Current Adjustment Stable Performance, Can Work Continuously Rated Output Current : 300a Power Voltage : 220v Current Range : 90 To 300a Coil Winding: Copper Usable Electrode : 2.5mm To 6mm 25kva / 13kw 1 15,000.00 15,000.00 105 Piece Welding Mask 20 400.00 8,000.00 106 Kg White Sugar 10 120.00 1,200.00 Total 285,850.00 Amount In Words: Two Hundred Eighty Five Thousand Eight Hundred Fifty Pesos Only
Closing Date10 Jan 2025
Tender AmountPHP 285.8 K (USD 4.9 K)

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: *notice: This Is A Sources Sought Announcement. No Proposals Are Being Requested Or Accepted At This Time. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. * supporting Documents: draft Performance Work Statement (available Upon Request) comment Resolution Matrix system Requirements Document (available Upon Request) purpose the Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Proposed North American Industry Classification Systems (naics) Code Is 811210 Electronic And Precision Equipment Repair And Maintenance. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Determining Interest From Small Businesses, To Include 8(a) Service-disabled Veteran Owned, Hubzone, And Women-owned Small Business. The Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers During The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And The Work Accomplished By The Teaming Partner(s). The Government Is Flexible With The Naics Code And Companies Can Recommend Other Codes If They Feel A Different One Would Be More Applicable. this Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information For Planning Purposes Only. This Notice Does Not Constitute A Request For Proposal (rfp), Request For Quote, Invitation For Bid, Nor Does It In Any Way Restrict The Government To An Ultimate Acquisition Approach. The Government Encourages All Responsible Businesses, Including Small Businesses, To Respond To This Sss; However, The Government Is Not Liable For Any Costs Incurred By Any Respondent To Prepare And/or Submit Its Response To This Sss. The Government Will Not Return Submittals To The Sender. as Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government’s Assessment Of The Capability Statements Received Will Factor Into Any Forthcoming Solicitation Which May Be Conducted As A Full And Open Competition Or As A Set-aside For Small Business. remote Visual Assessment System Description the Remote Visual Assessment (rva) System Provides Video Surveillance Of Top-side Activity At The Usaf Minuteman Iii (mmiii) Launch Facilities (lfs), Missile Alert Facilities (mafs) And Missile Support Centers (msc). Rva Is A Diverse Network Distributed Across Three Missile Wings (mws): Malmstrom Afb, Mt (wing I), Minot Afb, Nd (wing Iii), And Fe Warren Afb, Wy (wing V), Strategic Missile Integration Complex (smic) At Hill Afb, Ut, Jgsoc Barksdale, La And Network Operations Center (noc) Near Hill Afb, Ut. The System Provides Real-time Threat Assessment And Situational Awareness For Critical Nuclear Assets By Security Forces (sf). Rva Consists Of A Fixed Camera And A Pan-tilt-zoom (ptz) Camera Mounted On The Same Pole, Outside The Fence Of Each Lf. Signals Are Transmitted Through Point To Point (ptp) Radios, Utilizing Supporting Network Equipment Including Routers, Switches, Firewalls And Cabling. The Rva System Is Running 24/7 At All Locations And Data Transmission Is Secured Through End-to-end Encryption. rva Is Currently Being Sustained On A Contractor Logistic Support (cls) Contract. The Cls Contract Provides Efficient And Effective Depot-level Maintenance For: 1) Physical Interfaces At The Lf; 2) Physical Interfaces At Monitoring Stations; 3) Rva Surveillance System; 4) Rva Monitoring System; And 5) Rva Data Transmission System. The Standalone Rva Components Are All Commercial-off-the-shelf (cots), Integrated Into A System. launch Facility lfs Are Unmanned Facilities Where Operational Mmiii Missiles Are Located. The Rva System Monitors The Top Side Of The Lf For Sfs. Rva Equipment At The Lf Externally Mounts To A Concrete Pole At Approximately 30 Feet High Outside Of The Lf Fence. The Equipment Is Stored In A Weather-rated Enclosure. The Enclosure At The Lf Has Sensors To Detect Door Tampering/unauthorized Access, Which Triggers A Notification; The Fsc At The Affected Maf Will Receive A Visual Notification Alarm. The Fixed Camera And The Ptz Camera Are Attached To The Enclosure Containing All Supporting Equipment. The System Uses Ptp Radios To Communicate With The Fsc At The Maf. The System Uses Infrared (ir) Illuminates To Enhance Nighttime Visibility. Rva Uses The Digital Video Recorder (dvr) Located Inside The Enclosure To Store Captured Video Data. missile Alert Facility mafs Are Protected Facilities Manned Via 24/7 Rigorous Access Controls. The Maf Has Cameras At Each Facility And Communication Equipment Requiring Periodic Maintenance. The Fsc Has Full Control Over Two Cameras At Each Of 10 Lfs They Are Overseeing. The Maf Workstation Is Located In The Security Control Center. A Workstation Consists Of One Computer With Two Monitors. The Networking Equipment Transmits Data From The Workstation To The Network Video Recorder (nvr) And Is Stored In A Locked Communication Room. Some Networking Equipment Is Stored In A Weather-rated Box, At The Base Of The Communication Tower Inside The Perimeter Fence. Additional Networking Equipment Is Located Inside The Communication Room. The Towers Range From 120 To 300 Feet Tall. Certified Climbers Are Required To Perform Maintenance And Inspection On Towers. missile Support Center the Msc And Alternate Msc Are Located At Each Of The Three Mws. The Msc Contains Two Rva Workstations Used To Monitor Sites At Each Mw. Each Workstation Consists Of One Computer With Two Monitors. The Msc Also Houses Networking Equipment And Servers To Interconnect Rva Assets. Msc Servers And Networking Equipment Are In The Communication Room. trainers the Trainer Facility Provides Training And Certification For Personnel Operating Rva At The Mafs For Each Mw. There Are Six Fsc Trainers, Two At Each Mw. The Workstations Simulate Situations The Fscs May See In The Field. A Workstation Consists Of One Computer With Two Monitors And Is Used To Evaluate The Fsc’s Performance. Each Mw Has Functional Rva Systems Are Located At Lf Trainer Facilities. The Lf Trainers Contain The Same Equipment Located At An Lf. The Fsc And Lf Trainers Are Also Used To Test Software Updates Before New Software Is Deployed To The Operational Sites. towers the Rva System Utilizes Additional Government And Commercially Own Towers Both On And Off The Mw Bases. These Towers Are Use As Repeaters Or As The Receiving Tower For The Msc. The Towers Are Similar To The Maf Towers; However, They Are Not Manned. Several Towers Are Greater Than 100 Feet With Rva Radios And Antennas On The Tower And Equipment Located On Racks At The Base Of The Tower. Certified Climbers Are Required To Perform Maintenance Of Rva Equipment And Inspection On Towers. Several Towers In Montana Are Located At The Top Of Mountains And Require Special Vehicles For Maintenance Access. network Operations Center/security Operations Center the Network Operations Center (noc)/security Operations Center (soc) Performs 24/7 Monitoring And Troubleshooting Of The Rva System Including All Lfs And Mafs Throughout The Mws. The Noc/soc Is Located Near Hill Afb. The Servers And Networking Equipment, Used For Systems Administration, Are Stored At The Noc/soc. The Noc/soc Provides Remote Software Support For Equipment Failure Ticketing/tracking System, Cybersecurity Patches, And All Field Network Support. strategic Missile Integration Complex the Strategic Missile Integration Complex (smic) Provides Integration Testing For Both Hardware And Software Before Installation And Deployment At The Mws. The Equipment At The Smic Has The Same Functionality As Operational Lf And Fsc Workstation At The Maf. software Integration Lab the Software Integration Labs (sil) Are Designed To Test New Software And Hardware For The Rva System. The Sil Refers To The Lf Enclosures And Not Necessarily The Room. Each Mw Has A Slightly Different Lf Enclosure Configuration. Currently There Are Three Enclosures At The Contractor’s Main Facility That Represent Each Of The Mws; Three Enclosures At The Noc That Represent Each Of The Mws; And One Enclosure At Each Of The Three Mws. description Of Cls Performance Activities the Prospective Contract Awardee Will Be Required To Perform Cls Maintenance At All 450 Lfs, 45 Mafs, 3 Mscs, 3 Alternate Mscs, 6 Flight Security Controller (fsc) Trainers, 3 Lf Trainers, Two Additional Command And Control Workstations And The Noc Near Hill Afb. Missile Field And Base Support Activities Will Require The Contractor To Obtain And Maintain A Facility Security Clearance And Employee Security Clearances. Cls Includes Executing Repair/response Throughout The Three Mws, Capturing, Mitigating, And Reporting On All Field Failure Discrepancies And Anomalies That Prevent Full Functional Operation At Each Individual Lf, Maf, Msc, Trainer And The Noc/soc. Monthly Metrics Program Reporting Of Mean Time Between Failure (mtbf), Mean Time To Repair (mttr), And Availability (ao) Is Required Per Contractor Data Requirements List (cdrl) Requirements To Ensure System Readiness And Operational Performance Over Time At Each Site. A Failure Is Defined As: No Lf Video Being Displayed From A Selected Source On The Fsc Workstation. The Metrics For These Indicators Are Cumulative Month Over Month, And Year After Year .i.e. Running Total Of Operational Hours And Failures Used For Calculating Mtbf, Mttr, And Ao. The Selected Contractor Will Be Required To Maintain A Field Discrepancy Database Capturing All Pertinent Program Metrics. the Rva System Has Been In Sustainment Since 2014, And Many Components Of The System Are Becoming Eol/eos. Sustainment Engineering Will Be Required By Cls Contractor To Identify, Configure, Test, And Deploy Suitable Replacements For Those Components. Contractor Will Also Be Responsible For Sustaining And Modifying Existing Software For Cots Integration. Sustainment Engineering May Also Be Required For Any Government-approved Changes To The Configuration Baseline (i.e. Adding Capability To The Rva System). the Cls Contractor Will Also Be Required To Maintain The Rva System’s Authority To Operate (ato) And Authority To Connect (atc) By Implementing Cybersecurity And Meeting All Applicable Risk Management Framework (rmf) Requirements. classification rva Cls Contractor Clearances Are Required To Facilitate Maf Access And Resolve Maintenance Issues. The Government Will Post Responses To Questions That Are Broadly Applicable To All On The Sam.gov Website. The Government Encourages Unclassified Responses To The Maximum Extent Practicable. administration Questionnaire respondents Should Explain Capabilities And Experience That Meets (or Can Be Modified To Meet) Or Exceeds The Requirements For The Rva Cls Effort Listed In The Sources Sought Sections. Respondents Should Submit Questions And Comments Regarding The Documents For This Effort In Writing To The Government. what Is Your Experience/past Performance In Either Designing Or Sustaining Software-intensive Security Surveillance Equipment? what Is Your Experience/past Performance Sustaining Or Modifying Existing Software? what Is Your Experience/past Performance Creating Software For Cots Integration? describe Your Experience Installing, Maintaining, And Testing Equipment In Extreme Conditions And/or At Remote Locations. describe Your Ability To Manage Sub-contractors, In Terms Of Both Schedule And Performance. describe Your Experience Engineering, Maintaining, Troubleshooting And Integrating Networks And Dod-approved Subsystems. if You Plan To Subcontract, What Percentage And Portion Of The Performance Work Statement Do You Intend To Subcontract? if You Plan To Be The Integrator, What Benefit Is There To Having You As The Integrator? describe How Troubleshooting Would Be Covered For The Mws During Business Days, Weekends And Holidays? what Access Do You Have To Government-shared Databases Or How Would You Recommend Reporting And Providing System Data On A Regular Basis To The Government Program Office? what Contract Type Would You Think Is Appropriate For This Cls Effort? what Is Your Ability In Performing The Required Duties As The Rva Network Administration? what Potential Risks Do You See In Terms Of Cost, Schedule, And Performance? what Is Your Experience With Cybersecurity And Information Assurance Requirements? Specifically, Pertaining To Obtaining Network Systems Authority To Operate (atos) And Software Licensing. what Experience Does Your Company Have With The Following: Generating, Editing, Reviewing, And Validating Drawings, Engineering Change Proposals (ecps), Engineering Orders (eos), Preventative Maintenance Processes, Reliability, Availability And Maintainability (ram) Processes? do You Have The Ability To Update This Information (e.g. Engineering Orders, Engineering Change Notices, And Engineering Change Orders)? Please Describe. does Your Company Currently Maintain And Successfully Execute A Configuration Management System (cms) For Hardware, Software, And Documentation? Please Describe. does Your Company Currently Maintain A Facility Clearance? does Your Company Currently Maintain And Successfully Execute A Quality Management System (qms)? Please Describe. does Your Company Have Past Program Experience Executing Closed Loop-corrective Actions And Total Quality Management Fundamentals, Using Failure Reporting Analysis And Corrective Action System (fracas) Based Principles? Please Describe. does Your Company Have Past Program Experience With Frequency Management And Spectrum Approvals? Please Describe. provide Any Additional Recommendations, Questions And/or Concerns That Might Assist With This Solicitation. preface: Company Information please Provide A Cover Sheet With The Following Information: company Information company Name: designated Point Of Contact: name: title: email: phone: mailing Address: business Type/size: cage Code: duns Number: facility Security Clearance: response Instructions & Disclaimers response Format interested Parties Are Requested To Respond With A White Paper In The Following Format: microsoft Word For Office 2007 (or Newer) Compatible 1-inch Margins 12-point Font, Or Larger respondents Should Submit Answers To The Administration Questionnaire Section respondents Should Submit Questions And Comments Regarding The Attached Performance Work Statement Using The Attached Comment Resolution Matrix. All Documents Will Be Provided Upon Request. submission Instructions And Deadline responses Are Requested No Later Than 4:00 Pm. Mst 17 January 2025. Responses Shall Be Submitted Via Email To: Nathan Corey At Nathan.corey.1@us.af.mil questions questions Regarding This Announcement Shall Be Submitted Via Email To The Government Poc Listed Above. Responses To Questions Will Be Posted To The Fbo Website. disclaimer this Ss Does Not Constitute A Solicitation For Proposals Or Any Obligation On Behalf Of The Government. Vendors That Do Not Respond To This Ss Can And Will Allowed To Attend Any Industry Days That May Be Held And Respond To The Future Rva Cls Rfp. The Responses To This Ss Are Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract. No Contract Award Will Be Made On The Basis Of This Ss. The Government Will Not Pay For Any Information Received In Response To This Ss, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information. Vendor Participation Is Not A Promise Of Future Business With The Government. Any Information Provided In Response To This Ss Will Be Used For Informational Purposes Only And Will Not Be Returned. All Proprietary Information Should Be Clearly Marked As Such. All Information Submitted By Respondents To This Ss, Including Appropriately Marked Proprietary Information, Will Be Safeguarded And Protected From Unauthorized Disclosure. All Personnel Reviewing The Ss Information Have Been Briefed Regarding Non-disclosure And Organizational Conflicts Of Interest (oci) Issues. This Information Is For Market Research Purposes And Should Not Include Contractor Methodologies, Technical Approaches, Or Any Other Information That May Be Considered Trade Secret Or Information That Is Only Used At Contract Proposal. Draft Rfps Will Be Posted As Soon As The Government Has Gathered All Market Research And Have A Tentative Date For Industry Day/one-on-one Sessions. Ss Information Will Not Be Posted But Possible Future Sss May Be Issued If We Have More Questions.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Set Desktop With Wifi Adapter, All In One Computer Set, I5 3470, 24 Inch Monitor, 16gb + 256 Gb, 8-core,avr, With Supplier Warranty. 3 20,000.00 60,000.00 2 Unit Checkwriter, Image Scanner Unitscanner Type Contact Image Sensor (cis)throughput 200 Dpmresolution Cut Sheet Paper 100 X 100 Dpi, 120 X 120 Dpi, 200 X 200 Dpi, 240 X 240 Dpi, 300 X 300 Dpiresolution Id Cards 200 X 200 Dpi, 300 X 300 Dpi, 600 X 600 Dpidata Format Grey Scale: Tiff, Jpeg, Bmp, Raster, Black And White: Tiff, Bmp, 24-bit Colour: Tiff, Jpeg,bmp, Ir (infrared Ray): Same As Black And White, Greyscaleimage Size Max. 107 Mm (h) X Max. 235 Mm (l)scanning Speed Cut Sheet 800 Mm/sscanning Speed Id Card 118 Mm/sdocument Size 120 Mm - 235 Mm (l) X 60 Mm - 120 Mm (h)id Cards Type Iso/iec7810 Compliantpocket Capacities Asf: 100 Sheets, Main Pocket: 100 Sheets, Sub Pocket: 50 Sheetsmicr Reader Permanent Magnetic Biasmicr Symbologies E13b, Cmc7ocr E13b, Ocr A, Ocr Bscanning Side And Insertiondirectiontwo-sidedsupported Document Type Normal Paper, Check Cards, Id Cardsid Cards Size 85.47 Mm - 85.9 Mm (l) X 53.92 Mm - 54.18 Mm (h)cut Sheet Paper Unitendorsement Print Yesprint Method Line Inkjet With Inkjet Headcolour Printing Blackprint Height 50.8 Mmprintable Lines 12 Lines / 16 Lines Maximumprint Width 100 Mm - 215 Mm (depends On The Paper Length)paper Size Check 60 Mm - 120 Mm (h) X 120 Mm - 235 Mm (l)paper Thickness 0.08 Mm - 0.2 Mmpaper Weight 60 G/m² - 120 G/m²character Structure Font A: 12 X 24, Font B: 9 X 17characters Per Line Font A: 59 - 126, Font B: 78 - 169 (depends On The Paper Length) 1 30,000.00 30,000.00 3 Piece Calculator 3 450.00 1,350.00 4 Unit Tv, 55", Led Tv 55 Inch (qled Pro, Aipq Pro Processor, T-screen Pro, Onkyo 2.1ch With Subwoofer, Slim And Uni-body, Dlg 120hz, Dolby Vision·atmos, Hdr10+, Multiple Eye Care, Ai-color, Ai-motion, Ai-hdr, Ai-contrast, Ai-scene, Ai-clarity, Hdr Brightness, Memc, Dts Virtual:x Dts-hd, Game Master, Game Picture Mode, Superwide Gameview, Allm, Hdmi 2.1, Aiming Aid, Hey Google, Google Meet, Kid’s Profile, Hands-free Voice Control, Google Assistant Built-in, Hlg, Miracast (wireless Display), Quick Settings, Bluetooth 5.0, Wifi 5, Hdmi1.4, Hdmi2.0, Hdmi2.1, Hdcp1.4, Hdcp2.2, Hdmi2. 1 (earc&arc), Hdmi Cec, Pvr/timeshift,program Guide(epg)) 11 30,000.00 330,000.00 5 Piece Stapler, Big, #35 20 150.00 3,000.00 6 Unit Printer, Multipurpose(including Ssg) 23 7,000.00 161,000.00 7 Unit Orbit Fan, 16 Inch Blade, Plastic Blade, 360° Oscillating Fan, Thermal Fuse Protected Motor, Heavy Duty Switch Control, 450 X 450 X 390mm, Warranty: On System Parts, Plastic Parts And Motor 10 2,000.00 20,000.00 8 Unit Speaker, Active Portable Trolley Speaker, 600w Max Power, Bluetooth+tws, Usb And Sd Playback, Fm Radio, Line-in And Line-out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12v Dc Input Dimension (lxwxh): 36.5 X 40 X 67.5 Cm, 1 Year Warranty 1 18,000.00 18,000.00 9 Piece Grass Cutter 1 5,000.00 5,000.00 Total 628,350.00 Amount In Words: Six Hundred Twenty Eight Thousand Three Hundred Fifty Pesos Only
Closing Date16 Jan 2025
Tender AmountPHP 628.3 K (USD 10.7 K)

Spitalul Orasenesc Nehoiu Tender

Healthcare and Medicine
Romania
Details: Title: Achiziția De Echipamente, Dispozitive Și Instrumente Medicale Necesare Pentru Desfășurarea Activităților Din Cadrul Spitalului Orașenesc Nehoiu, Inclusiv Instalare Și/sau Montaj, Punere În Funcțiune, Testare, Instruire Personal Și Service În Perioada De Garanție. description: Autoritatea Contractantă Intenționează Să Încheie Unul Sau Mai Multe Contracte De Achiziție Publică Prin Intermediul Căruia/cărora Să Achiziționeze Echipamente, Dispozitive Și Instrumente Medicale, Inclusiv Instalare Și/sau Montaj, Punere În Funcțiune, Testare, Instruire Personal Și Service În Perioada De Garanție, Respectiv Următoarele: O Computer Tomograf – 1 Buc.; O Ecograf Complet Utilat – 1 Buc.; O Ecograf Urgente – 1 Buc.; O Ecograf Obstetrica-ginecologie – 1 Buc.; O Ecograf Explorari Functionale – 1 Buc.; O Ecograf Interne – 1 Buc.; O Aparat Digital Fix De Grafie-scopie – 1 Buc.; O Aparat Roentgen Digital Cu Un Post Grafie – 1 Buc.; O Aparat De Radiologie Mobila Pentru Radiografii La Patul Bolnavului – 1 Buc.; O Turn Laparoscopic 4k Cu 2 Truse Laparoscopice – 1 Buc.; O Aparat Anestezie Cu Monitor Inclus – 1 Buc.; O Lampa Scialitica – 2 Buc.; O Electrocauter – 1 Buc.; O Electrocauter Tip Harmonic – 1 Buc.; O Defibrilator – 2 Buc.; O Spalator Pentru Plosti Si Urinare – 3 Buc.; O Aparat Ultrasunete Pentru Spalat Si Dezinfectat Instrumentar – 2 Buc.; O Masa Instrumentar Mica Bloc Operator – 1 Buc.; O Masa Instrumentar Mare Bloc Operator – 1 Buc.; O Statie Centrala De Monitorizare Terapie Intensiva Cu 10 Monitoare Functii Vitale – 1 Buc.; O Sistem Video-endoscopie Flexibila (videoprocesor, Gastroscop, Colonoscop, Sursa De Lumina, Monitor, Aspirator, Sonde Biopsie Si Polipectomie, Carucior, Masina De Spalat Ptr Endoscoape, Si Dulap Depozitare Endoscoape) – 1 Buc.; O Electrocardiograf – 3 Buc.; O Holter Ta – 1 Buc.; O Holter Ecg – 1 Buc.; O Aparat Pentru Identificarea Venelor – 2 Buc.; O Aparat Astrup (analizor Gaze Si Electroliti) Necesar In Urgenta – 1 Buc.; O Injectomat – 10 Buc.; O Infuzomat – 10 Buc.; O Aspirator Pacienti – 3 Buc.; O Cardiotocograf (monitor Fetal Si Matern) – 1 Buc.; O Lampa Examinare Led – 5 Buc.; O Spirometru Cu Imprimanta Termica Integrata – 1 Buc.; O Negatoscop – 6 Buc.; O Pat Salon + Noptiera – 20 Buc.; O Brancard Radiotransparent – 3 Buc.; O Troliu Medical – 1 Buc. Descrierea Completă A Echipamentelor, Dispozitivelor Și Instrumentelor Medicale, Precum Și Detalierea Exactă A Specificațiilor Tehnice Și A Activităților Necesare Se Vor Regăsi În Cuprinsul Caietului De Sarcini Și A Anexelor Acestuia (dacă Va Fi Cazul). Având În Vedere Prevederile Directivelor 18/2004, 2014/24/ue Și 2014/25/ue, Specificațiile Tehnice Care Fac Trimitere La Standarde Naționale Sau La Transpunerile Unor Standarde Europene Se Vor Citi Și Interpreta „sau Echivalent”. Astfel, Orice Referire În Documentele Achiziției Care Indică O Anumită Origine, Sursă, Producție, Producător, Un Procedeu Special, Un Standard, Un Normativ, O Marcă De Fabrică Sau De Comerț, Un Brevet De Invenție, O Licență De Fabricație, Sunt Menționate Doar Cu Scopul De A Identifica Cu Ușurință Tipurile De Produs, Din Perspectiva Conceptului, Și Nu Au Ca Efect Favorizarea Sau Eliminarea Anumitor Operatori Economici Sau A Anumitor Produse/servicii. În Contextul Dat, Specificațiile În Cauză Vor Fi Considerate Ca Fiind Însoțite De Mențiunea „sau Echivalent”, Iar Ofertanții Au Obligația De A Demonstra Echivalența Produselor/serviciilor Ofertate Cu Cele Solicitate, Dacă Este Cazul. Numărul De Zile Până La Care Se Pot Solicita Clarificări Înainte De Data Limită De Depunere A Ofertelor Este De 18 Zile. Autoritatea Contractantă Va Răspunde În Mod Clar Și Complet Tuturor Solicitărilor De Clarificări În A 11-a Zi Înainte De Data Limită De Depunere A Ofertelor. Termenele Limită De Primire A Solicitărilor De Clarificări, Respectiv De Transmitere A Răspunsului Autorității Contractante Au Fost Calculate Astfel Încât Operatorii Economici Sa Beneficieze De Cele 10 Zile Prevăzute De Art.161 Din Legea Nr. 98/2016 Privind Achizițiile Publice, Cu Modificările Și Completările Ulterioare. Orice Solicitare De Clarificări Trebuie Transmisă În Seap (https://e-licitatie.ro/pub).
Closing Date17 Jan 2025
Tender AmountRON 12.1 Million (USD 2.5 Million)

City Of Tayabas Tender

Software and IT Solutions...+1Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Request For Quotation The City Government Of Tayabas, Through Its Bids And Awards Committee (bac), Will Undertake Negotiated Procurement - Small Value Procurement For Rfq # 25-013 - Procurement Of Ict Equipment – City Legal Office Amounting To Two Hundred Thirty Five Thousand Two Hundred Pesos Only (235,200.00) With Sec. 53.9 Of The Implementing Rules And Regulations Of The Republic Act No. 9184. Canvass Forms Can Be Obtained From The Bac Secretariat At 2nd Flr. Bac Office New Tayabas City Hall, Brgy. Baguio, City Of Tayabas Starting January 23, 2025 From 8:30 Am To 4:00 Pm. Deadline For Submission Of Canvass Is On Or Before January 30, 2025 9:00 Am. At Bac Secretariat At 2nd Flr. Bac Office New Tayabas City Hall, Brgy. Baguio, City Of Tayabas Along With The Following Requirements For Accreditation Purposes: 1. Dti Business Name Registration Or Sec Registration Certificate; 2. Valid And Current Mayor’s Permit/municipal License; 3. Certified Copy Of Vat Registration Certificate Showing The Taxpayer Identification Number (tin); 4. Latest Tax Clearance Certificate (executive Order No. 398); 5. Philgeps Certificate Of Registration; 6. Audited Financial Statements, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Bidder’s Total And Current Assets And Liabilities. 7. Statement Of The Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Officers, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gppb; 8. Latest Income Tax Return With Bir Acknowledgement Receipt 9. Nfcc 10. Sketch Of The Company Location And 3r Size Photos Showing The Office/plant, Number And Street. 11. Company Profile The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The City Government Of Tayabas, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Bids Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Delivery Of Goods Is Required Within Ten (10) Calendar Days Upon Receipt Of Purchase Order. Only Accredited Suppliers May Secure Official Request For Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Government Of Tayabas. The City Government Of Tayabas Reserves The Right To Accept Or Reject Any Or All Bids, To Annul The Canvassing Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government. Raymond S. Bermudez Head, Bac Secretariat Item No. Item Description Qty. Unit 1 Printer Printer Type: Scan, Copy, Fax With Adf Printing Technology: Precisioncoretm Printhead Print Speed Of Up To 25.0 Ipm Print Up To A3+ ( For Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet High Quality Connect (high Quality Iprint, High Quality Email Print And Remote Print Driver, Scan To Cloud) With 1 Year Warranty 1 Unit 2 Basic Computer Desktop Set (not Assembled) Operating System: Windows 11 Processor: Intel Core I5-14th Gen Processor Ryzen Equivalent Memory: 8 Gb Ddr4 3200mhz Udimm Up To 32 Gb Of Dual-channel Ddr4 Storage: 256 Gb M.2 Ssd + 1 Tb Hdd Graphics: Intel Uhd 730 Graphics For 13th Generation Or Higher Monitor: 21.5 (brand Same As System Unit) Wlan: 802.11ac/a/b/g/n Wireless Lan Wi-fi 6 And Bluetooth 5.0 Lan: Gigabit Ethernet With 1 Year Warranty 1 Unit 3 Laptop (fast Processor, Sizable Memory, 8gb Or Above) Significant Storage, Decent Battery Life, And A Large Display Size 8-core Cpu With 4 Different Cores And 4 Efficiency Cores; 8-core Gpu; 16-core Neutral Engine 100gb/s Memory Bandwidth Media Engine Hardware-accelerated H.264,hevc, Prores, And Prores Raw Video Decoding Engine; Video Encode Engine Prores Encode And Decode Engine Configurable To: M2 With 8-core Cpu And 10-core Gpu Liquid 13.6-inch (diagonal) Led-backlit Display With Ips Technology; 1 2560-by-1664 Native Resolution At 224 Pixels Per Inch With 1 Year Warranty 1 Unit Wilfredo S. Tomines Bac, Chairperson
Closing Date30 Jan 2025
Tender AmountPHP 235.2 K (USD 4 K)

Municipality Of Sariaya, Quezon Tender

Publishing and Printing
Philippines
Details: Description 5 Packs Adding Machine Tape, 57mm, 4 Roll/pack 5 Gallon Alcohol, Isopropyl, 68%-72%, Scented, 3.785l 4 Bxs Ballpen, Black 50’s 2 Pcs Binder, 2-ring, D-type, (3”), Legal 5 Pack Board Paper, Long 5 Pack Board Paper, A4 5 Units Calculator, Compact, Mx125 2 Packs Carbon Film, Legal, 100 Sheets Per Box 1 Bxs Clip, Backfold, 19mm 1 Bxs Clip, Backfold, 25mm 1 Bxs Clip, Backfold, 32mm 1 Bxs Clip, Backfold, 50mm 2 Pcs Columnar Notebook, 6 Columns 2 Bxs Computer Continuous Form 3 Ply, 13x9 ½ 500 Sets Per Box 30 Pcs Correction Tape, 8 Meters 2 Units Cutter/utility Knife, For General Purpose 15 Packs Disposable Mask, Kf94 500 Pcs Envelope, Documentary, Legal, 500 Pcs/box 5 Bxs Envelope, Mailing, 500 Pieces Per Box 2 Unit External Harddrive, 1tb, 2.5 Hdd 3 Bxs Fastener, Plastic, 8” Long 5 Bxs Fastener, Plastic, 7 Cm 2 Units Flashdrive, 16gb 10 Pcs Folder, L-type Long 100 Pcs Folder, Tagboard, Long 2 Jars Glue, All-purpose, 200grams 10 Pcs Ink, Epson (t6641), Black 4 Pcs Ink, Epson (t6642), Cyan 4 Pcs Ink, Epson (t6643), Magenta 4 Pcs Ink, Epson (t6644), Yellow 10 Pcs Ink, Epson #003, Black 4 Pcs Ink, Epson #003, Blue 4 Pcs Ink, Epson #003, Cyan 4 Pcs Ink, Epson #003, Magenta 10 Pcs Ink Roller, Ms37901/ir40t, W/ Black & Red Ink 5 Units Keyboard, Usb-port 36 Pcs Marker, Permanent, Black 1 Box Marker Flourescent, Assorted Colors, 10pcs/box 10 Units Money Detector 5 Units Mouse, Optical, Usb Connection Type 2 Pcs Mouse Pad, Rubberised 2 Pads Note Pad, Stick On, 3” X 4”, 100 Sheets/pad 2 Pads Note Pad, Stick On, 2” X 3”, 100 Sheets/pad 2 Pads Note Pad, Stick On, 3” X 3”, 100 Sheets/pad 5 Pads Note Pad, Stick On, 76x51mm (3inx2in) 10 Bxs Paper Clip. Vinly/plastic Coated, 33mm 10 Bxs Paper Clip. Vinly/plastic Coated, Jumbo, 50mm 2 Reams Paper, Bond, Pink, Legal 5 Reams Paper, Mimeograph, Gw, 70gsm, Size: A4 10 Reams Paper, Mimeograph, Gw, 60gsm, Size: Long 5 Reams Paper, Mimeograph, Ww, 70gsm, Size: A4 10 Reams Paper, Mimeograph, Ww, 70gsm, Size: Long 20 Reams Paper, Multipurpose A4, 500 Sheets/ream 20 Reams Paper, Multipurpose Legal, 500 Sheets/ream 1 Unit Pencil Sharpener, Manual, Single Cutter Head 1 Pack Photo Paper, Glossy 1 Pack Push Pin, Round, 50pcs/box, Assorted Colors 1 Pc Puncher, Paper, Heavy Duty 5 Books Record Book, 300 Pages 5 Books Record Book, 500 Pages 20 Boxe Ribbon Cart, Epson C13s015632, Black, For Lx-310 2 Pcs Ruler, Plastic, 450 Mm 2 Pairs Scissors, Symmetrical Or Asymmetrical 2 Bxs Sign Pen Black, Red, Blue Liquid/gel Ink 0.5mm Needle Tip (my Gel) 12’s 3 Pcs Stamp Pad, Felt 10 Units Stapler, Staple Up To 30 Sheets, Uses #3 (24/6) Or #35 (26/6) Staple Wires, With Built-in Staple Remover 3 Units Stapler, Small, Uses 10-1m Staple Wires 30 Boxes Staple Wire No. 35-5m, Standard, (26/6), 5000 Wires Per Box, Leg Length 6mm (1/4”) 2 Packs Sticker Paper, A4 2 Rolls Tape, Double Sided, White, 24mm 1 Rolls Tape, Electrical 5 Rolls Tape, Masking, 24mm 5 Rolls Tape, Packaging, 48mm 5 Rolls Tape, Transparent, 24mm 1 Pc Tape Dispenser, Table Top 5 Packs Thermal Paper, 30meters Long X 80mm Wide 10 Packs Toilet Tissue Paper, 2 Ply, 12 Rolls In A Pack 1 Roll Twine, Plastic, Yellow 1 Unit Ups, 250v-a
Closing Date7 Feb 2025
Tender AmountPHP 150.2 K (USD 2.5 K)

DEPT OF THE ARMY USA Tender

Others
United States
Details: This Is A Sources Sought Notice Announcement; Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. Any Requests For A Solicitation In Response To This Notice Will Not Be Honored. Reynolds Army Health Center, (rahc), Fort Sill, Ok 73503 Has An Upcoming New Requirement For A Contract For An 8-man Audiometric (hearing) Booth To Facilitate Health Care Support. This Is An Fy 25 Requirement. key Features And Salient Characteristics: audiometric (hearing) Booth 8-person Multi-station Audiometric (hearing) Booth a. Must Have A Double Wall b. Must Be Pre-wired Jack Panel With Cable Pass-thru. c. Must Have An Acoustic Floor. d. Must Be Switch-activated With An Led Illuminations System. e. Must Be Acoustically Engineered With Roof-mounted Ventilation. f. Must Have A Sound Secure Patient Viewing Window. g. Features Carpeting With Cove Base Trim. h. Must Have Hospital-grade Recessed Electrical Devices. i. This Standard Specifies Maximum Permissible Ambient Noise Levels (mpanls) Allowed In An Audiometric Test Room That Produce Negligible Masking (р2 Db) Of Test Signals Presented At Reference Equivalent Threshold Levels Specified In Ansi S3.6-1996american National Standard Specification Of Audiometers. The Mpanls Are Specified From 125 To 8000 Hz In Octave And One-third Octave Band Intervals For Two Audiometric Testing Conditions (ears Covered And Ears Not Covered) And For Three Test Frequency Ranges (125 To 8000 Hz, 250 To 8000 Hz, And 500 To 8000 Hz). The Standard Is Intended For Use By All Persons Testing Hearing And For Distributors, Installers, Designers, And Manufacturers Of Audiometric Test Rooms. This Standard Is A Revision Of Ansi S3.1-1991 American National Standard Maximum Permissible Ambient Noise Levels For Audiometric Test Rooms. j. The Audiometer Shall Have A Computer, And Facilitates Test That Can Be Done Automatically, Semi-automatically, Or Manually. k. Unit Can Be Used In Mobile Applications. l. Uses For Screening Audiologic Examinations. m. Contractor Must Be Able To Custom Fit The Audiometric (hearing) Booth In The Government’s Specified Space For Usage. n. Provide Audiometric (hearing) Booth Installation, And Verification Of Operability. o. Provide Training On Usage. p. Provide Two (2) Operator Manuals (also 1 In Digital Format) q. Provide One (1) Service Manual (also In Digital Format) r. Provide Warranty For Equipment And Services. equipment Consists Of The Following: description Quantity 8-man Custom Audiometric Booth 1 Ea. audiometric (hearing) Booth Installation (with Training) 1 Ea. shipping 1 Ea. delivery Date: Estimated the Type Of Solicitation To Issue Will Be Based Upon The Responses To This Synopsis. Contact With Government Personnel, Other Than The Contract Specialist Identified At The Bottom Of This Notice, By Any Potential Offeror, Or Their Employees', Regarding This Requirement Is Strictly Prohibited. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Small Business Community To Include Section 8(a), Historically Underutilized Business Zones (hub-zone), Women-owned Small Business, And Service-disabled Veteran-owned Small Business (sdvosb), As Well As The Interest, Capabilities And Qualifications Of Various Members Of The Large Business Community, To Compete And Perform A Firm Fixed Price Contract For These Supplies. The Type Of Solicitation To Issue Will Depend Upon The Responses To This Sources Sought Synopsis. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. •offeror's Name, Address, Point Of Contact, Phone Number, And E-mail Address. •offeror's Interest In Providing A Proposal/quote On The Solicitation When It Is Issued. •offeror's Capability To Meet Personnel Requirements. •offeror's Capability To Perform A Contract Of This Magnitude And Complexity (include Offeror's In-house Capability To Execute The Required Transcription Services - Provide At Least Three (3) Examples. Documentation Of Appropriate Services Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Means To Compete For This Acquisition. •offeror's Type Of Small Business And Business Size (whether 8(a), Hub Zone, Women-owned Small Business, Service-disabled Veteran Owned Small Business, Etc.), Or Large Business Status, Should Be Documented In The Statement Of Capability. interested Parties Are Responsible For Marking Information That Is Proprietary In Nature. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. The Government Is Not Obligated To, Nor Will It, Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Subcontracting Opportunity Is Anticipated. A Determination By The Government To Not Compete This Proposed Contract Action Based On The Responses To This Notice Is Solely Within The Discretion Of The Government. interested Offeror Shall Respond To This Sources Sought Notice No Later Than The Response Time Indicated In This Sam.gov Posting. All Interested Businesses Must Be Registered In The System For Award Management (sam) At Www.sam.gov To Be Eligible For Award Of Government Contracts. Fax Or Email Your Response Perry J. Cannon, Contract Specialist At Email: Perry.j.cannon.civ@health.mil. Please Label The Email, “panhca-25-p-0000 005855” – Audiometric Booth [vendor’s Cage Code]”. telephonic Inquiries Will Not Be Honored. Email Is The Only Method.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
Details: Special Notice special Notice page 5 Of 5 *= Required Field special Notice page 1 Of 5 special Notice Notice Of Intent To Award A Sole Source Procurement the Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 17, Intends To Award A Firm-fixed Priced Contract To Ortho-clinical Diagnostics For An Automated Blood Bank Analyzer As Part Of A Cost Per Test Agreement That Includes The Following Items: 6904577 - Ortho Vision Analyzer (ups)& Full Coverage Service Agreement 6904837 External Drain Kit 6986674 Keyboard 6904701 - Ortho Vision Table 6986685 Printer- Lexmark 6844061 Five Blue Racks 6844062 One Red Rack training For Key Operators service And Maintenance For The Ortho Vision Analyzer All Additional Supplies Needed To Operate The Analyzer And Parts Need For Repair And Maintenance. external Drain Kit keyboard ortho Vision Table printer barcode Reader computer Windows 10 Or Above Operating System all Software -ortho Connect Lab Management Software. items description ship Frequency ship Date qrt. qty. Kits 6902317 0.8% Resolve A 11x3ml 28 Days 6/9/2025 3rd 1 7/7/2025 1 8/4/2025 4th 1 9/1/2025 1 9/29/2025 1 10/27/2025 1st 1 11/24/2025 1 12/22/2025 1 1/19/2026 1 2/16/2026 2nd 1 3/16/2026 1 4/13/2026 1 5/11/2026 3rd 1 6902316 0.8% Surg 3x10ml 28 Days 6/9/2025 3rd 6 7/7/2025 6 8/4/2025 4th 6 9/1/2025 6 9/29/2025 6 10/27/2025 1st 6 11/24/2025 6 12/22/2025 6 1/19/2026 6 2/16/2026 2nd 6 3/16/2026 6 4/13/2026 6 5/11/2026 3rd 6 6902318 0.8% Resolve B 11x3ml 28 Days 6/9/2025 3rd 1 7/7/2025 1 8/4/2025 4th 1 9/1/2025 1 9/29/2025 1 10/27/2025 1st 1 11/24/2025 1 12/22/2025 1 1/19/2026 1 2/16/2026 2nd 1 3/16/2026 1 4/13/2026 1 5/11/2026 3rd 1 719201 0.8% Affirmagen (2/10ml) 28 Days 6/9/2025 3rd 6 7/7/2025 6 8/4/2025 4th 6 9/1/2025 6 9/29/2025 6 10/27/2025 1st 6 11/24/2025 6 12/22/2025 6 1/19/2026 6 2/16/2026 2nd 6 3/16/2026 6 4/13/2026 6 5/11/2026 3rd 6 z498 alba Q Check Control 28 Days 6/9/2025 3rd 4 7/7/2025 4 8/4/2025 4th 4 9/1/2025 4 9/29/2025 4 10/27/2025 1st 4 11/24/2025 4 12/22/2025 4 1/19/2026 4 2/16/2026 2nd 4 3/16/2026 4 4/13/2026 4 5/11/2026 3rd 4 delivery Address: Department Of Veterans Affairs, South Texas Veterans Health Care System (stvhcs), Audie L. Murphy Division, 7400 Merton Minter, San Antonio, Texas, 78229. the Proposed Sole Source Procurement Will Be Made By An Open Market Pricing Agreement With Ortho-clinical Diagnostics. the Requesting Activity Has Submitted A Sole Source Justification Request That States That Vendor Is The Only Vendor That Can Provide The Necessary System To Be A Direct Replacement Of The Current Analyzer Instrumentation. Market Research Did Not Find An Alternate Approved Vendor That Can Provide All Of The Required Linearity Supplies For The Services. this Notice Is Not To Be Considered A Request For Quotations Or Proposals. No Contract Will Be Awarded On The Basis Of Offers Received In Response To This Notice; However, All Responsible Sources May Submit A Capability Statement, Proposal Or Quotation, Which Shall Be Considered By The Agency. Proposals Or Offers Received Will Be Used To Determine If A Comparable Source Is Available And More Advantageous To The Government. If No Affirmative Written Response Is Received Within 5 Days From The Publication Of This Notice, A Contract Will Be Issued To Cap Without Any Further Notice. the Anticipated Statutory Authority Permitting Other Than Full And Open Competition For The Requirement Is 41 U.s.c. 3304(a)(1), As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. end Of Document
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Department Of Agrarian Reform - DAR Tender

Food Products
Philippines
Details: Description Item No./ Qty/ Unit/ Item Description/ Stock No./ Estimated Unit Cost/ Estimated Cost Catering Services (on-site) Re: Conduct Of Cy 2025 Gender Responsive Trainings For Organizational Development And Strengthening Under Social Infrastructure Building (sib) From February To October 2025 Php 141.00 For 1 Meal Lunch: Plain Rice, 2 Viands (beef/chicken/fish/pork) With Vegetable Recipe, Fruits, Desserts, Softdrinks/juices, 500ml Mineral Water Terms And Conditions: Items/foods Should Be Delivered On-site (actual Venue Determined By The Client) Materials Shall Be Shouldered By The Caterer Should Strictly Comply With The Specifications Indicated In The Purchase Order Darmo Bansalan/magsaysay Cluster Arbos Involved: Training On Basic Project Proposal Preparation 1.) 28 Pax Lower Marber Irrigators Mpc (lomaimco) @ Php 141.00/pax = Php 3,948.00 2.) 25 Pax Kasya Farmers Multi-purpose Cooperative (kafamulco) @ Php 141.00/pax = Php 3,525.00 3.) 27 Pax Malawanit Farmers Multi-purpose Cooperative (mafamco) @ Php 141.00/pax = Php 3,807.00 4.) 27 Pax Barangay Bala Water Users Association, Inc. (babawusa) @ Php 141.00/pax = Php 3,807.00 Training Workshop On Drafting Basic Organizational Documents 5.) 27 Pax Barangay Bala Water Users Association, Inc. (babawusa) @ Php 141.00/pax = Php 3,807.00 6.) 27 Pax New Ilocos Agrarian Reform Beneficiaries And Farmers Association. @ Php 141.00/pax = Php 3,807.00 7.) 28 Pax Tagaytay United Farmers And Workers Association, Inc. (tufawa) @ Php 141.00/pax = Php 3,948.00 Basic Computer Program/digital Farmers Program 8.) 27 Pax Badagoy Irrigation Association, Inc. @ Php 141.00/pax = Php 3,807.00 9.) 28 Pax Dalawinon Farmers Multipurpose Cooperative (dfmpc) @ Php 141.00/pax = Php 3,948.00 Strategic Planning And Management 10.) 28 Pax Tagaytay United Farmers And Workers Association, Inc. (tufawa) @ Php 141.00/pax = Php 3,948.00 11.) 30 Pax Kilolog Communal Irrigation Association, Inc. (kcia) @ Php 141.00/pax = Php 4,230.00 12.) 27 Pax San Isidro-tacul Communal Irrigators Association, Inc. @ Php 141.00/pax = Php 3,807.00 13.) 25 Pax Malawanit Water Users And Workers Association (mawufa) @ Php 141.00/pax = Php 3,525.00 14.) 27 Pax Bala Kanapulo Communal Irrigation Association (bkcia) @ Php 141.00/pax = Php 3,807.00 Training Workshop On Preparation Of Business Development Plan 15.) 25 Pax Sitio Alo Farmers Multi-purpose Cooperative (safamco) @ Php 141.00/pax = Php 3,525.00 16.) 27 Pax Saint Michael Multipurpose Cooperative (smmpc) @ Php 141.00/pax = Php 3,807.00 17.) 27 Pax Malawanit Farmers Multi-purpose Cooperative (mafamco) @ Php 141.00/pax = Php 3,807.00 Credit Management And Risk Management/deliquency Control 18.) 27 Pax Saint Michael Multipurpose Cooperative (smmpc) @ Php 141.00/pax = Php 3,807.00 19.) 28 Pax Dalawinon Farmers Multipurpose Cooperative (dfmpc) 141.00 3,948.00 20.) 28 Pax Lower Marber Irrigators Mpc (lomaimco) @ Php 141.00/pax = Php 3,948.00 21.) 25 Pax Sitio Alo Farmers Multi-purpose Cooperative (safamco) @ Php 141.00/pax = Php 3,525.00 Training On Records Management 22.) 25 Pax Malawanit Water Users And Workers Association (mawufa) @ Php 141.00/pax = Php 3,525.00 23.) 27 Pax San Isidro-tacul Communal Irrigators Association, Inc. @ Php 141.00/pax = Php 3,807.00 24.) 27 Pax New Ilocos Agrarian Reform Beneficiaries And Farmers Association. @ Php 141.00/pax = Php 3,807.00 25.) 26 Pax Bala Kanapulo Communal Irrigation Association (bkcia) @ Php 141.00/pax = Php 3,666.00 26.) 27 Pax Badagoy Irrigation Association, Inc. @ Php 141.00/pax = Php 3,807.00 Training On Financial Literacy And Preparation Of Simple Financial Report 27.) 30 Pax Kilolog Communal Irrigation Association, Inc. (kcia) @ Php 141.00/pax = Php 4,230.00 28.) 25 Pax Kasya Farmers Multi-purpose Cooperative (kafamulco) @ Php 141.00/pax = Php 3,525.00 29.) 27 Pax Mabuhay Mpc @ Php 141.00/pax = Php 3,807.00 Grand Total: Php 110,262.00 Purpose: Meals, Snacks For The Participants In The Conduct Of Above-mentioned Sib Trainings For Cy 2025 In Darmo Bansalan-magsaysay Cluster, Davao Del Sur
Closing Date23 Jan 2025
Tender AmountPHP 110.2 K (USD 1.8 K)
7221-7230 of 7460 archived Tenders