Computer Tenders

Computer Tenders

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: This Notice Is A Combined Synopsis Of Proposed Contract Action (pursuant To Far Subpart 5.2) And Sources Sought (pursuant To Dfars Pgi 206.302-1). This Notice Does Not Constitute A Request For Proposal. This Is Not A Solicitation. relevant Awards/previous Postings: indefinite-delivery Indefinite-quantity (idiq) Contract Fa9422-21-d-0001 sources Sought Number Fa9422-19-r-5009 sources Sought Number Fa9422-19-r-5009(a) purpose: the United States Air Force Nuclear Weapons Center (afnwc) Is Seeking To Expand Its Sustainment And Support Services For The B61 Nuclear Gravity Bomb, Currently Provided Via The B61-12 Tail Kit Assembly (tka) Surveillance And Sustainment Support (bts3) Idiq Fa9422-21-d-0001. Specifically, Afnwc Contemplates A Contract Modification Under Fa9422-21-d-0001 To Incorporate The B61-13 And Any Future Variants And/or Modifications. No Increase To The Idiq Ceiling Is Anticipated As A Result Of This Contemplated Action. This Contract Modification Would Add New Work Via The Sole-source Authority Of 10 U.s.c 3204(a)(1) As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Additionally, Afnwc Is Seeking To Extend The End Date For Which Orders May Be Issued Under The Idiq (as Governed By Far 52.216-18) From 14 September 2026 To 14 September 2028. Such An Award Is Subject To Approval Of A Sole-source Justification. This Notice Serves To Meet The Sources Sought Requirements Of Dfars Pgi 206.302-1. background: idiq Fa9422-21-d-0001 Was Awarded On 15 September 2021 To: the Boeing Company (cage 76301) 6200 Js Mcdonnell Blvd saint Louis, Mo 63134 the Award Was Made Via The Sole-source Authority Of 10 U.s.c 3204(a)(1) As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. A Redacted Sole-source Justification Was Posted To Ww.sam.gov On 17 September 2021. As Noted In The Justification, “the Boeing Company Developed The Hardware And Software Systems Currently Used To Support The B61-12 Tka And Its Associated Trainer, Test Variants And Test Tools, Are Intrinsic To The Hardware And Software Designs Of The System.” Additionally, “the Technical Data Necessary For Competing The Current Requirements, As Well As Future Highly Specialized Support Of Aircraft Integration, Modifications, And Nuclear Certification Was Not Part Of The Technical Data Delivered Under The Earlier Contracts.” Ultimately, It Was Determined That “the Only Source Possessing The Technical Information Necessary To Support The Skill Sets, Special Test/inspection/maintenance Equipment, Flight Simulation Models, And Computer Programs Required To The Provide The Highly Specialized Engineering Support Services And Analysis During The Period Of This J&a [justification And Approval] Is The Boeing Company.” current Requirement: the B61-13 And Future Variants Will Require Highly Specialized Engineering And Logistics Services To Ensure Their Continued Safety, Security, And Reliability. The Afnwc Requires Contract Support That Can Adapt To The Evolving Requirements Of The B61 Program, And Which Can Ensure The Successful Sustainment Of The B61-13 And Future Variants. This Work Includes Sustainment Engineering, Test Support Services, Production Of B61-13 Tka Trainers, Tka Test Variants, And Telemetry Instrumentation Kits (tiks), As Well As Integrated Logistics Support (ils) Services. The Contractor Will Be Responsible For Working Closely With The B61-13 And Future Variant Development Teams To Ensure That The Necessary Support Infrastructure Is In Place To Support The Successful Deployment And Sustainment Of These New Systems. This Will Include Providing Nuclear Weapons Related Materiel (nwrm) Control And Supervisory Duties For Inventory And Storage Management In Support Of Regular Inspections, As Well As Procuring And Sustaining Future Software Capabilities That Correctly Identify The Tka As A B61-13 Or Correct Variant. This Effort Will Supplement Ongoing Efforts To Sustain And Support The B61-12 Tka And All Assets Already Designated As B61-12. The Services Should Complement This Existing Effort To Allow Seamless Sustainment And Support Of The B61 Family Of Systems (b61-12, B61-13, And Future Variants). As Explained Above, The Afnwc Is Currently Under Contract With The Boeing Company For The Production And Sustainment Of B61-12 Tail Kit Assemblies (tkas). The Boeing Company Has Previously Established The Necessary Infrastructure, Institutional Knowledge, Facilities, Manpower, And Systems And Processes To Support The B61 Tka System. As Such, The Afnwc Currently Intends To Modify The Existing Contract With Boeing To Include The B61-13 And Future Variants. The Scope Of Work For The Modified Contract Will Include Sustainment Engineering And Test Support Services, Production Of Tka Trainers, Tka Test Variants, And Tiks, Integrated Logistics Support (ils) Services, Including Sustaining And Software Engineering Support Services, Nuclear Weapons Related Materiel (nwrm) Control And Supervisory Duties For Inventory, Storage Management, And Procurement And Sustainment Of Future Software Capabilities. These Supplies And Services Are Already Addressed In Fa9422-21-d-0001. The Intended Modification Would Make The Requirements Applicable To The B61-13 And Future Variants. Additionally, Extending The Period For Which Orders May Be Issued Will Allow Sufficient Time For Such Work To Be Accomplished. At Present, Afnwc Does Not Find That The Competition Environment Has Changed To The Extent That Would Void The Justification For Sole-source Award Of Fa9422-21-d-0001. statement Of Capability (soc): all Responsible Sources Believing They Have The Capability To Perform This Requirement Are Requested To Submit Their Soc To The Government Pocs Listed Below By The Closing Period On This Notice. All Socs Shall Be Unclassified And Shall Not Exceed 4 Pages. Submissions Shall Be In Microsoft Word Or Pdf Format. Socs Shall Be Submitted Electronically Via Email To The Government Pocs Assigned To This Notice. All Email Submissions Shall Include, “[insert Your Company Name] - Soc Response B61-13” In The Subject Line Of The Email Submission. submissions Shall Detail Past Experience And Capabilities To Address The Key Requirements Cited Below. key Requirements: sustainment Engineering And Test Support Services For The B61-13 And Future Variants production Of Tka Trainers, Tka Test Variants, And Tiks For The B61-13 And Future Variants ils Services, Including Sustaining And Software Engineering Support Services nwrm Control And Supervisory Duties For Inventory And Storage Management procurement And Sustainment Of Future Software Capabilities For The B61-13 And Future Variants questions Or Requests For Additional Information, To Include The Performance Work Statement, Shall Be Directed To The Government Pocs Listed Below.

Nueva Ecija University Of Science And Technology - NEUST Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 2 Million (USD 34.4 K)
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac) Will Conduct Early Procurement Activities (epa) For The Following Project Funded By Nep/gaa 2025 In Accordance With The Guidelines On The Implementation Of Epa. Interested Entities Are Hereby Invited To Bid For The Following: Name Of Project: Supply, Delivery And Installation Of Speech Laboratory Location: Neust Gabaldon Campus, Gabaldon, Nueva Ecija Approved Budget For The Contract: Php2,000,000.00 Contract Duration: 90 Calendar Days Source Of Fund: Nep/gaa 2025 Cost Of Bidding Documents: Php5,000.00 Project Description: 1lot/package Item No. Item & Description Quantity Unit 1 Speech Laboratory Equipment System (40 Seaters) 1 Lot Latest Software -speech Learning Classroom With All Advance International Language. - Solution For Improving Students Speaking And Pronunciation. - Transform Any Txt Material Into Spoken Audio For Pronunciation And Speech Exercises. - Students Can Listen To Authentic Speech Models, Record Own Voice For Comparison And Receive Immediate Feedback. - Pronounce Analyzes Speech And Will Automatically Score Students’ Performance. 2 Master Control Touch Panel Rds - Black Tinted Glass Screen “capacitive Touch Control” With Special Function Mode Noise Cancellation And Special Features Digital Spectrum Analyzer. • Voltage: Ac 220-240 60hz • Load: Maximum Load Of 40-60 Cubicles • Headset Input: Standard Pl 1 Unit 3 Black Tinted Glass Student Modulepanel With Capacitive Touch Call Send And Vu Digital Level Audio Indicator “without Any Analog Push Button Features”, Full Duplex Intercom System With Interface Control System. Rds Brand - 3.5mm P.l Socket For Headphone 40 Pcs. 4 Student Cubicle White Cubicle Particle Board 40 Pcs. 5 Professional Wired Headset Headset Input: Standard Pl 41 Pcs. 6 Computer Set For Voice Recording Analysis With Current Speech Recognition Languages 1 Set 7 Wire 1 Lot 8 Corded Microphone 1 Pc. 9 Speaker 2 Pcs. 10 Main Power Amplifier 1 Pc. 11 Projector With Screen 1 Set Additonal Requirements: 1. On Site Installation And Testing 2. Two Days Training For Faculty 3. 1-year Warranty On All Parts And Service The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson

Department Of Education Division Of Zamboanga Del Norte Tender

Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 37.7 Million (USD 644 K)
Details: Description Invitation To Bid Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools 1. The Schools Division Of Zamboanga Del Norte, Through Subaro No. Ro-9-zn-24-10-01072, Intends To Apply The Sum Thirty-seven Million Seven Hundred Sixty-seven Thousand Four Hundred Fifty-two Pesos & 00/100, Philippine Currency, (p37,767,452.00) Being The Abc To Payments Under The Contract For Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools, With Project Identification Nos. 2025-004-cbzn; 2025-005-cbzn; 2025-006-cbzn; 2025-007-cbzn; 2025-008-cbzn: Lot Item Description Quantity Cost Per Unit Amount/cost 1 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Computer System Servicing Nc Ii 23 Items Varied Per Item 2,807,707.00 2 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages: Hairdressing Nc Ii 50 Items Varied Per Item 1,292,680.00 Caregiving 9 Items Varied Per Item 1,201,209.00 Wellness Massage Nc Ii 58 Items Varied Per Item 396,676.00 Sub-total For Lot 2 2,890,565.00 3 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Housekeeping Nc Ii 42 Items Varied Per Item 3,590,972.00 Front Office Nc Ii 12 Items Varied Per Item 209,742.00 Sub-total For Lot 3 3,800,714.00 4 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Food And Beverage Services Nc Ii 63 Items Varied Per Item 8,568,675.00 Bread And Pastry Production Nc Ii 41 Items Varied Per Item 4,937,169.00 Sub-total For Lot 4 13,505,844.00 5 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Cookery 79 Items (see Pr For Details) Varied Per Item 14,762,622.00 Total 37,767,452.00 Please See Attached Purchase Request For The Details, Technical Specifications, And Terms Of Reference. Bids Received In Excess Of The Abc Of The Project Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Of Zamboanga Del Norte, Through The Bids And Awards Committee, Now Invites Bids For The Above Procurement Project. The Delivery Of The Goods Is Required To Be Completed Within The Given Schedule. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Schools Division Of Zamboanga Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 P.m. 5. A Complete Set Of Electronic/soft Copy Of Bidding Documents May Be Acquired By Interested Bidders From January 6, 2025 To January 27, 2025 In The Given Address And Website Below And Pursuant To The Latest Guidelines Issued By The Gppb, And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Each For Lots 1, 2, And 3; Twenty-five Thousand Pesos (p25,000.00) Each For Lots 4 And 5. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means Before Or Upon Dropping Of Proposal. 6. The Schools Division Of Zamboanga Del Norte Will Hold An On-site Pre-bid Conference On January 14, 2025, At 2:00 P.m. At 3rd Floor Conference Hall, New Sdo Building, Estaka, Dipolog City Which Shall Be Open To All Prospective Bidders. 7. Bids In Three (3) Copies Including The Original Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Before Or At Exactly 11:00 Am Of January 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, At 1:00 Pm At The 3rd Floor Conference Hall Of The New Sdo Building At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Christine Joyce S. Paco Bac Secretariat Head Deped- Zamboanga Del Norte 0946-025-6019 12. You May Visit Www.depedzn.net Or E-mail At Depedznbac@gmail.com Zyhrine P. Mayormita Bac Chairperson (goods And Services) Date Of Issue: January 3, 2025

NATIONAL ARCHIVES AND RECORDS ADMINISTRATION USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Update: Amendment 0002 Is Hereby Issued On 1/21/25 To Post Rfq Q&as With Rfq Changes. See Attached Document Entitled "88310325q00018 Enterprise Ticketing System Amendment 002_questions And Answers_final" The Rfq Due Date Of4:00 Pm Et On January 28, 2025 Remains Unchanged. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Solicitation Number Is 88310325q00018 And Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective November 12, 2024. This Is Total Small Business Set-aside Rfq Under Naics Code 541519, Other Computer Related Services. Contract Line Item Number(s): Reference Attachment 1, Schedule Of Prices. Requirement: The National Archives And Records Administration (nara) Has A Requirement To Obtain An Enterprise Ticketing System For Archives I And The Presidential Libraries. Reference Attachment 2, Performance Work Statement Period Of Performance: The Period Of Performance Will Consist Of A Base Year And Four (4) Option Years. The Following Federal Acquisition Regulation (far) Clauses Are Incorporated And Are To Remain In Full Force In Any Resultant Contract. Far Provisions Will Be Removed Prior To Award. Far Provision 52.212-1, Instructions To Offerors—commercial Products And Commercial Services (sep 2023) Addenda: (1) Change Paragraph (c) To Read: Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Calendar Days From The Date Specified For Receipt Of Offers. (2) Delete Paragraph (h), Multiple Awards. - Reference Below For Additional Quotation Submission Instructions. Evaluation (in Lieu Of Far Provision 52.212-2): Evaluation And Award Will Be In Accordance With Simplified Acquisition Procedures At Far 13.106, Soliciting Competition, Evaluation Of Quotations Or Offers, Award And Documentation Authorized By Far Subpart 13.5, Simplified Procedures For Certain Commercial Products And Commercial Services As Prescribed By Far 12.301(c)(2). Selection Of The Contractor For Award Of This Contract Will Be Based On Nara’s Assessment Of The Best Overall Value To The Government. Reference Attachment 11, Evaluation Factors For Award. The Government Reserves The Right To Make An Award On The Initial Quotation Without Communicating With Contractors. The Government Reserves The Right To Engage All, Some, Or None Of The Firms Submitting Quotations In Response To This Rfq To Obtain A Better Understanding Of Any Aspects Of Its Quote And To Reach A Determination On Which Quotation Is The Most Advantageous To The Government. Far Provision 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) - The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. Far Clause 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) – Reference Attachment 7, Nara Terms And Conditions (addenda To Far Clause 52.212-4). Far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Products And Commercial Services (nov 2024) - Reference Attachment 8, Far Clauses For The Full Text Of This Clause And For Additional Applicable Far Clauses. The Contractor Is Required To Be Registered In The System For Award Management (sam) And Maintain Registration Until Final Payment In Accordance With Far Provision 52.204-7, System For Award Management (nov 2024). Full Text Provisions And Clauses Can Be Found At Http://www.acquisition.gov. Questions: Questions Regarding This Rfq Must Be Submitted In Writing To The Contract Specialist, James Philiposian (contractor) At James.philiposian@nara.gov No Later Than 12:00 Pm Et On January 7, 2025 To Be Considered. Questions Submitted In Any Other Manner Will Not Be Answered. Contractors Are Requested To Group And Submit Questions In The Same Order Found In The Rfq While Making Reference To The Particular Paragraph Number. The Government Will Answer Questions Or Requests For Clarification Via A Written Rfq Amendment. Quotation Due Date: Quotations Must Be Received By 4:00 Pm Et On January 28, 2025. Failure To Submit Quotations By The Due Date And Time May Result In Rejection Of The Quotation As Untimely. Contractors Submitting Via E-mail Are Cautioned To Allow One Extra Business Day For Delivery And Confirm Receipt Of Quotation As The E-mail Will Need To Pass Through It Security. Quotation Submission Instructions: Reference Attachment 10, Quotation Submission Instructions. attachments: attachment 1 – Schedule Of Prices attachment 2 -- Performance Work Statement (pws) Pws Attachment 1 -- Contractor Technical Response Worksheet Final. Appendix 1 – Nara Systems Development Lifecycle Methodology (sdlc) Appendix 2 – Nara It Security Requirements Appendix 3 –ticketing System Rvtm Appendix 4 – Nara Directive 804, Information Technology Systems Security Appendix 5 – Nara Directive 1608, Nara’s Privacy Program And Supplement Appendix 6 – Nara Directive 1609, Initial Privacy Reviews And Privacy Impact Assessment Appendix 7 – Test Plan Template Appendix 8 – Test Procedures Template Appendix 9 – Test Report Template Appendix 10 -- Nara Sdlc Tailoring Plan And Schedule Appendix 11 – Cloud Configuration Management Database (cmdb) Template Appendix 12 – Accessibility Requirements Tool – Ticketing Requirements Appendix 13 – Visitor Data – Archives I (2015 Through 2024) Appendix 14 – Fy 2023 Presidential Library And Museum Ticket Sales Appendix 15 – Website Checklist Appendix 16 – Nara Visual Identity Guide attachment 3 – Quality Assurance Surveillance Plan (qasp) attachment 4 – Performance Requirements Summary (prs) attachment 5 – Non-disclosure Agreement attachment 6 – Contract Administration attachment 7 – Nara Terms And Conditions (addenda To Far Clause 52.212-4) attachment 8 – Far Clauses attachment 9 – Fedramp Terms And Conditions For Hosted Solutions And Cloud Computing Services attachment 10 – Quotation Submission Instructions attachment 11 – Evaluation Factors For Award attachment 12 – Product Demonstration Video Instructions attachment 13 -- Relevant Past Performance Questionnaire

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Pre-solicitation Notice Of Intent To Sole Source Pre-solicitation Notice For Notice Of Intent To Award A Sole Source Contract. This Is Not A Solicitation. The Department Of Veterans Affairs Intends To Negotiate A Sole Source Contract For 5 Years With Leica Microsystems Inc.,10 Parkway North, Suite 300, Deerfield, Il 60015, To Obtain Preventative Maintenance And Service Including All Repair Parts, Labor, And Travel As Needed On The Existing Confocal Microscope. Leica Microsystems Inc Is Currently The Sole Source Provider Of Services, Parts, Support, And Warranty On The Confocal Microscope. Due To Leica Microsystems Inc Being The Current Manufacturer, They Are The Only Authorized Vendors Certified To Provide Services On This Equipment. Since the Intent Is To Procure These Services On A Sole Source Basis, No Solicitation Will Be Posted To Contract Opportunities. The Applicable Naics Code Is 334516 With A Size Standard Of 1000 Employees. The Psc Is J066. The Authority For This Action Is Far 6.302-1 Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Interested Persons May Contact The Contract Specialist Via Email At Ophelia.wilson@va.gov Regarding This Procurement. The Determination To Conduct A Competitive Procurement Based On Responses To This Notice Is Solely Within The Discretion Of The Contracting Officer. Response Must Be Received By 01/31/2025. statement Of Work item Description: Leica Service Agreement For Existing Capital Equipment. this Contract Is To Create A Service Agreement To Facilitate The Vendor (leica Microsystems, Inc.) To Provide Annual Maintenance For A Confocal Microscope On Site And In Use At The White River Junction Va Healthcare System. The Instrument Setup Includes The Stellaris 5 Liachroic Confocal Microscope, Operating Computer, And Software (ee# 51323; Serial # 8200000623) laboratories Within Our Research Service Are Currently Evaluating Immunological And Other Biological Proteins In Pre-clinical Research Samples. Creating A Preventative Maintenance Contract Will Fully Utilize Existing Scientific Equipment To Conduct These Va-ord Funded Studies. Maintaining An Active Service Contract Will Save Time, Improve Productivity, Reduce Long-term Repair Costs, And Reduce Unnecessary Government Spending. Maintaining Proper Usage And Calibration Will Also Ensure And Support Reproducible Research And Appropriate Translation Of Research Findings. Adhering To These Guidelines Is Recommended And Often Mandated By Federal Funding Agencies. The Current Contract Anticipates Preventative Maintenance Support For This Instrument, Which Will Provide The Following Services And Supplies: preventive Maintenance Inspections: The Contract Provides One Preventative Maintenance Visit Per Year Per Instrument. During Each Preventive Maintenance Visit, The Vendor Representative Will Evaluate The Instruments Performance And Provide A Preventative Maintenance Kit (as Applicable) For Use By The Leica Representative. Calibrations, Alignments, Lubrication, And Part Replacement Will Be Performed As Deemed Necessary By The Leica Representative To Maintain The Instruments Operation In Accordance With Technical Specifications. The Premium Care Service Plan Includes Unlimited On-site Repairs, Including Replacement For Service Parts, Components, Or Modules Necessary For Repairs, Excluding Lasers. The Premium Care Service Plan Also Includes Prioritized On-site Response Time For Critical Repairs, Unlimited Access To Leica On Call Technical Support And Remote Services. Preventative Maintenance Includes Firmware And Software Updates Required For Operating The Instrument, Excluding Software And Windows Upgrades). parts: Leica Microsystems Will Provide All Parts, Components, And Modules Required To Affect A Repair As Explained In The Quote, With The Exception Of Lasers. All Services Will Be Performed By Factory-trained And Certified Field Service Engineers With Genuine Leica Microsystems Part That Meet The Original Equipment Manufacturer (oem) Specifications. All Service Shall Be Performed In A Professional Manner. records Management Language For Statement Of Work (sow): the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: ***this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source*** the National Institute Of Standards And Technology (nist) Is Seeking Information From Sources That May Be Capable Of Providing An Optical Parametric Oscillator (opo). If No Alternate Sources Are Identified, The Government Intends To Issue A Sole Source Award To Toptica Photonics (1120 Pittsford Victor Rd Pittsford, New York 14534-3818) Under The Authority Of Far 13.106-1(b). The North American Industry Classification System (naics) Code For This Acquisition Is 334413. the Nist Physical Measurement Laboratory, Microsystems And Nanotechnology Division, As Part Of The Chips Act Requires An Opo As Part Of Our Research On Atomic Layer Deposition. The Microsystems And Nanotechnology Division Advances Nanofabrication Technologies And Uses Them To Develop Innovative Integrated Measurement Microsystems. this Optical Parametric Oscillator Allows For The Spectral Translation Of Near-infrared Laser Light Into The Mid-infrared Spectral Region. The Mid-infrared Region Contains Strong Absorption Features Of A Wide Variety Of Atomic And Molecular Species Of Interest To The Chemistry And Physics Communities. A Singly-resonant, Continuous Wave Optical Parametric Oscillator Is Well Suited For This Type Of Spectroscopy Due To Its Wide Tunability, High Optical Power, Narrow Linewidth, And The Ability To Translate Modulation With High Fidelity. This Opo Will Provide Mid-infrared Light Which Is Tunable Throughout Much Of The Mid-infrared Spectral Region (2.3 Micron To 4 Micron) For Interrogating Molecules In Process Gases. This Will Allow Us To Interrogate A Range Of Molecular Gases In Order To Assess Process Conditions. nist Has A Need For An Optical Parametric Oscillator That Meets Or Exceeds The Following Draft Minimum Specifications: the Opo Must Be Continuous Wave And Singly Resonant On Only The Signal Beam. the Opo Idler Output Must Be Capable Of Tuning From 2.3 To 4.0 µm. the Opo Idler Output Must Be 1 W Or Greater Between 2.3 And 3.4 µm. the Opo Idler Linewidth Must Be 2 Mhz Or Less. the Needed Seed Laser And Optical Amplifier Must Be Included. the Seed Laser Must Be Fiber Coupled To The Optical Amplifier. In Addition, There Must Be A Connection Between The Seed Laser And Optical Amplifier Such That Additional Fiber Optic Components Can Be Inserted. the Pump Wavelength Must Be In The Range Of 1050-1070 Nm. the Optical Amplifier Should Contain Optical Isolation. the Depleted Pump And Signal Beams Should Have Fiber Coupled Outputs. the Idler Output Must Have A Mode-hop Free Tuning Range Of At Least 30 Ghz. the Idler Tuning Must Be Computer Controllable And Utilize A Provided Touchscreen. the System Must Run Off 120 V Power (i.e., Standard Usa Power). nist Conducted Market Research From October 2023 To January 2024 By Performing Internet Searches, Searches Of Gsa, Searches Of Fpds And Dsbs, And Speaking With Vendors To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Toptica Photonics (uei: Eyc4jkcba7j9) Appears To Be Capable Of Meeting Nist’s Requirements. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response. Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed At The Bottom Of This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements. whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization. identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses. for The Naics Code indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section. provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement. please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Close Of This Notice. Questions Will Be Anonymized And Answered Via Sources Sought Notice Amendment Following The Question Submission Deadline. important Notes the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future. this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract. this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations. no Award Will Be Made As A Result Of This Notice. nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate. thank You For Taking The Time To Submit A Response To This Request!

Baao Water District Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 893.9 K (USD 15.2 K)
Details: Description Rfq No.: 2025-01-008 Date: January 22, 2024 Pr No.: 2024-01-018 To All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, For More Information Please Call 09694179074 Or Email Baaowdbac@gmail.com. Open Quotation Duly Signed By Your Representative May Be Submitted By Mail To Baao Water District, La Medalla, Baao, Camarines Sur Or Email At Baaowdbac@gmail.com. Not Later Than 9:00 A.m Of January 28, 2025. Pr 2025-01-018 Supply And Delivery Of Ict Equipment And Accessories For H1 2025 - 1 Lot Please See Page 2, And 4-10 For Item Descriptions Abc Php 893,926.44 Terms Of Payment: Within Thirty (30) Calendar Days From Date Of Delivery Of Goods Please Sign All Pages Box Maintenance Box (epson L6190) 5 Piece Flash Drive (min: 16gb) 5 Unit Keyboard, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Keyboard, Usb Wired 3 Piece Mouse, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Mouse, Usb Wired 3 Unit Uninterruptible Power Supply (ups), (min: 2000va) 1 Unit Uninterruptible Power Supply (ups), (min: 1000va/600w) 5 Unit Document Scanner (see Attached Technical Specification) 2 Unit External Hdd (min: 1tb) 5 Unit Printer, Ink Tank (see Attached Technical Specification) 16 Unit Laptop, Lightweight (see Attached Technical Specification) 3 Unit Laptop, Mid-range (see Attached Technical Specification) 4 Unit Ms Office (min: Home & Business 2021) 7 Unit Ms Windows (min: 11 Professional 64bit) 1 Unit Printer, Impact Dot Matrix, 24 Pins (see Attached Technical Specification) 3 Pack Security And Protection Software (min: 3 Device 1 Year) 5 Unit Desktop, Mid-range Minimum Requirement: Intel Core I3-14100, Intel B760 Motherboard, 8gb Ddr5 Ram, 512gb M.2 Ssd, Windows 11 Home, Ms Office Home And Student 2021, Tower Desktop With Monitor, Usb Kb And Mouse 1 Terms And Conditions A. Submission Of Requirements Open Quotations And Other Requirements Stated Below Shall Be Submitted To Baao Water District, La Medalla, Baao, Camarines Sur Not Later Than 9:00 A.m Of January 28, 2025. 1. Supplier Shall Fill-in All The Necessary Information. 2. Supplier Should Indicate The Brand Name Of The Product Being Offered. 3. Supplier Shall Submit The Following Documentary Requirements: A. This Request For Quotation Form Duly Signed. Prices Shall Be Quoted In Philippine Peso. B. Philgeps Certificate/registration Number C. Mayor’s Permit/ Business Permit D. Bir Tax Registration Certificate (for Abcs Below 500k)/bir Income/business Tax Return (for Abcs Above 500k) E. Brochure For Technical Specifications Of The Product Being Offered (for Items That Needs Technical Specifications) F. Duly Notarized Omnibus Sworn Statement (for Abcs Above 50k) B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Technical Specifications 3. Price Bwd Reserves The Right To Post-qualify Any Supplier And/or To Reject Any Or All Submitted Quotations C. Award The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation. D. Delivery And Installation 1. Delivery Of Services Shall Be Made Within Fifteen (15) Calendar Days During Office Hours 9:00 Am- 4:00 Pm From Date Of Receipt Of Purchase Order. 2. Deliverables Shall Be Delivered To Baao Water District, La Medalla, Baao, Camarines Sur, Hereto Defined As Project Site, Costs To The Account Of Supplier. E. Instructions 1. Supplier Shall Be Responsible For The Source Of Its Goods/equipment, And Shall Make The Deliveries In Accordance With The Schedule, And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Bwd Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And It’s Irr-a Against The Supplier. 3. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 4. All Duties, Excise, And Other Taxes, And Revenue Charges Shall Be Paid By The Supplier. 5. All Transactions Are Subject To Withholding Of Credible Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 6. Tie-breaking Method In The Form Of “draw Lots” Will Use In Case Of Two Or More Suppliers Submitted/offer An Equal Or Same Bid Amount. F. Packaging The Supplier Shall Provide Such Packing Of The Goods Appropriate To Prevent Their Damage Or Deterioration During Transit To The Project Site. G. Inspection 1. All Deliveries By Suppliers Shall Be Subject To Inspection, And Acceptance By The Bwd Inspection Team And The End-user. H. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods. I. Warranty Warranty Shall Be A Period Of Six (6) Months For Supplies And Materials, And One (1) Year In Case Of Equipment Reckoned From Date Of Acceptance Of The Goods At Project Site. J. Payment Contract Price Shall Be Paid To The Supplier Within Thirty (30) Calendar Days From Date Of Delivery Of Goods At Project Site. All Payments Shall Be For Pick-up By The Supplier At The Bwd Office, Provided However, That If The Supplier Opts To Have The Said Payments Deposited To Its Bank Account, An Original Copy Of The Authority To Deposit Signed By The Authorized Signatory, Including An Instruction That Any Bank Charges Shall Be Automatically Deducted From Its Bank Account Must Be Provided To The Bwd. The Winning Supplier Shall Shoulder The Bank Charges Incurred For Bank-to-bank Transaction In The Release Of Payments For The Goods. Technical Requirement For Document Scanner Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Type: Sheet-fed Document Scanner • Color Depth: 24-bit Color, 8-bit Grayscale Scanning Performance • Single-sided Scanning Speed: Up To 26 Pages Per Minute (ppm) • Duplex Scanning Speed: Up To 52 Images Per Minute (ipm) • Daily Duty Cycle: Up To 3,000 Sheets • Optical Resolution: Up To 600 X 600 Dpi • Interpolated Resolution: Up To 1200 X 1200 Dpi Paper Handling • Automatic Document Feeder (adf): 50 Sheets • Media Sizes Supported: • Standard Sizes: A4, Letter, Legal • Other Sizes: Business Cards, Receipts, And Various Custom Sizes • Media Weight Supported: 27 To 413 G/m² Connectivity • Interface: Usb 3.0 • Operating System Compatibility: O Windows (various Versions) Software • File Formats Supported: Pdf, Jpeg, Tiff, And Other Common Formats Physical Specifications • Weight (min): Approximately 4.0 Lbs (1.8 Kg) • Power Consumption: 12 W (operating), 0.4 W (sleep Mode) Environmental Conditions • Operating Temperature: 10 To 35°c (50 To 95°f) • Operating Humidity: 20 To 80% (non-condensing) Power Supply • Type: Ac Adapter • Voltage: 100-240 V, 50-60 Hz Warranty • Limited Warranty: 1 Year Package Contents • Accessories: Ac Adapter, Software Driver (if Any), Operating Manual • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card   Technical Requirement For Printer, Ink Tank Product Specifications Ink System • Single-function Printer • Offered Brand Must Be Globally Renowned. • Ink Tank System With High-capacity Refillable Tanks • Compatible Ink Types: Dye-based • Ink Bottle Colors: Black, Cyan, Magenta, Yellow Print Quality • Maximum Print Resolution (min): Up To 720 X 720 Dpi • Print Speed (iso) (min.): Up To 8.5 Pages Per Minute (ppm) In Black, 4.5 Ppm In Color Media Handling • Supported Paper Sizes (min): A4, A5, A6, B5, Legal, Letter, 4"x6" (photo) • Paper Capacity (min): Up To 50 Sheets (a4 Plain Paper) • Supported Paper Types: Plain Paper, Epson Glossy Photo Paper, Matte Paper Connectivity • Standard Interface: Usb 2.0 Power Consumption • Printing: Approximately 10w • Standby Mode: Approximately 0.6w Warranty • 2 Years Or 20,000 Pages, Whichever Comes First Operating Requirements • Compatible Operating Systems: Windows (various Versions), Macos • Temperature: 10-35°c Operating, 5-40°c Storage • Humidity: 20-80% (no Condensation) Other Features • Compact And Lightweight Design Suitable For Home Or Small Office • Low-cost Per Page, Eco-friendly With Efficient Ink Usage Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Set Of Initial Ink Bottles (black, Cyan, Magenta, Yellow) • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card   Technical Requirement For Laptop, Lightweight Product Specifications • Processor: O Total No. Of Cores (min.): 10 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 16 Gb Ddr4 Upgradable • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd • Front Camera (min.): 720p (hd Camera); With Privacy Shutter • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 16.0” Viewable Size O Resolution (min.): 1920 X 1200 (16:10 Aspect Ratio) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.1 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb 3.2 Type A O One (1) Usb 3.2 Type C O One (1) Headphone Jack O One (1) Hdmi 1.4 • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer  Processor: • Turbo Frequency (min.):4.6 Ghz  Random Access Memory (min.): 16 Gb Ddr4 Upgradable  Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd  Front Camera (min.): 720p (hd Camera); With Privacy Shutter  Graphics/video Processor (min.): 4 Gb, Integrated  Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.1 Wireless Technology  Standard I/o Ports (min.): • One (1) Usb 3.2 Type A • One (1) Usb 3.2 Type C • One (1) Headphone Jack • One (1) Hdmi 1.4  Color: Silver, Grey Or Black  Battery: • Lithium Ion Battery • At Least Six (6) Hours Of Runtime  Operating System: Latest Proprietary Operating System  Products Should Be Compliant With Energy Stay Version 6.1 (computers)  Security Software: Additional Security Features That Can Defend Malicious Software And The Like Upon Beginning Of The Boot Process. O Warranty  One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage.  Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum):  One (1) Laptop Bag  One (1) Power Cord  One (1) Power Adaptor (manufacturer’s Standard) O Run Cpu-z And Validate The Following:  Processor: (see “cpu” Tab) • No. Of Cores (min.): 10 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”)  Memory: (see “memory” Tab) • Size (min.): 16gb (see “size”) • Type: Ddr4 (see “type”)  Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen:  Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape.  Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item.   Technical Requirement For Laptop, Mid-range Product Specifications • Processor: O Total No. Of Cores (min.): 6 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 8 Gb Ddr4 • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme • Front Camera (min.): 720p (hd) • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 15.6” Viewable Size O Resolution (min.): 1920 X 1200 (full Hd) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.0 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb Type C O One (1) Usb 3.2 Type A O One (1) Headphone Jack O One (1) Hdmi • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard) • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer  Processor: • Turbo Frequency (min.):4.6 Ghz  Random Access Memory (min.): 8 Gb Ddr4  Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme  Front Camera (min.): 720p (hd)  Graphics/video Processor (min.): 4 Gb, Integrated  Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.0 Wireless Technology  Standard I/o Ports (min.): • One (1) Usb 3.2 Type C • One (1) Usb 3.2 Type A • One (1) Headphone Jack • One (1) Hdmi  Color: Silver, Grey Or Black  Battery: • Lithium Ion Battery  Operating System: Latest Proprietary Operating System  Products Should Be Compliant With Energy Stay Version 6.1 (computers) O Warranty  One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage.  Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum):  One (1) Laptop Bag  One (1) Power Cord  One (1) Power Adaptor (manufacturer’s Standard O Run Cpu-z And Validate The Following:  Processor: (see “cpu” Tab) • No. Of Cores (min.): 6 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”)  Memory: (see “memory” Tab) • Size (min.): 8gb (see “size”) • Type: Ddr4 (see “type”)  Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen:  Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape.  Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item.   Technical Requirement For Printer, Impact Dot Matrix, 24 Pins Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Printing Technology: 24-pin Dot Matrix Impact Printer • Printing Method: Impact Dot Matrix, 9-pin Wide Format Performance • Print Speed: O High-speed Draft: Up To 347 Characters Per Second (cps) At 10 Cpi O Draft: 260 Cps At 10 Cpi O Letter Quality: 65 Cps At 10 Cpi • Resolution: Up To 240 X 144 Dpi • Copy Capability: Original + 3 Copies (total Of 4 Layers) • Print Head Life: Approx. 400 Million Strokes Per Wire Paper Handling • Paper Feed: Friction Feed (front, Rear, Or Top), Push Tractor Feed (rear), Pull Tractor Feed (front Or Rear) • Paper Types: Continuous Paper, Single-sheet, Multipart Forms • Paper Width: O Continuous Paper: 101.6 Mm To 254 Mm O Single Sheets: 100 Mm To 257 Mm • Maximum Paper Thickness: 0.52 Mm Connectivity • Interfaces: Usb 2.0, Parallel, Serial Memory • Input Buffer: 128 Kb Reliability • Mtbf (mean Time Between Failures): Approx. 10,000 Power-on Hours • Ribbon Life: Approx. 2.5 Million Characters Power • Power Supply: Ac 220-240 V • Power Consumption: Approx. 27w (during Operation) Warranty • Limited Warranty: 1 Year Environmental Compliance • Noise Level: Approx. 53 Db(a) During Operation Features • Compatibility: Esc/p, Ibm Ppds • Emulations: Epson Esc/p, Ibm Ppds Emulation Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Ribbon Cartridge • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box

Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow Tender

Others
Poland
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow | Expansion of Data Storage System Capacity for the Virgo Project

Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow Tender

Others
Poland
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Academic Computer Center Cyfronet of Gorniczo - Hutniczej im. Stanislava Staszica in Krakow | Announcement of the Order for the Supply of Expansion of the Data Storage System Capacity for the Virgo Project

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice. the Contract Line Items (clins) Are As Follows: hyd-mech S-23p Band Saw Quantity: 1 U/i: Ea capacity Rectangular (h X W) Round 90° 16" X 20" 16" 45° 16" X 14" 14" 30° 16" X 9-1/2" 9-1/2" blade Size: 1-1/4" X 16' 10" blade Drive: 8.8 Hp Vfd machine Voltage: 240v /3 Ph variable Vise Pressure adjustable Work Stop – 34” coolant Drip Pan – For Idler Conveyor blade Speed: 75-330 Sfm coolant Tank – Built In Coolant Drawer With Centrifugal Pump And 9 Us Gal Capacity work Load: 5,000 Lbs. machine Weight 2.900 Lbs. table Height: 33" cast Iron Blade Guide Arms. Idler Side Guid Arm Adjustable And Supported By Linear Rail. dimensions (w X L X H) 101” X 80” X 61” laser Light work Light mechanical Band Tensioning With Digital Readout 43" Material In-feed Roller Table And 19-1/4" Out Feed Table blade Breakage Switch cast Iron Band Wheels pre-set Replaceable Carbide Guide Inserts flood Coolant With Wash Down Hose safety Door Interlocks filler Plates For 5’ Idler Conveyor Below The Frame type 1 – 5’ In Feed/out Feed Idler Conveyor (26” W X 35” H) Material Support Rollers To Be Installed Below The Frame replaceable Blade Brush replaceable Carbide Guide Inserts miter Scale For The Head Miter Position In 1 Degree Increments With Cam Lock Brake Locking Mechanism steel Base semi-automatic Operator Plc Control Equipped With A Digital Lcd Display, Shall Show Machine Mode, Pieces Cut, Blade Speed, Blade Tension, Amperage Draw, Cut Duration, Overall Machine Run Time, And Head Position. full Capacity, Full Stroking Hydraulic Material Vise swinging, Heavy-duty, Cast-iron Saw Head That Can Swing Up To 60 Degrees In One Direction hydraulic Positive Down Feed Sawing Head With Infinite Down Feed Adjustments hydraulic Positive Downfeed – Dual Down Feed System Capable Of Controlling Both Feed Rate And Feed Force Parameters quality Assurance Provisions - Inspection And Acceptance Of The Supplies, Performed At Destination By Code 983 And Shall Consist Of Type And Kind; Condition; Operability, If Readily Determinable; Preservation; Packaging. preservation, Packaging And Packing – The Equipment Shall Be Packaged, Packed And Preserved For Shipment To Reach Ultimate Destination Undamaged. Package Shall Be Prominently Marked “not For Outside Storage”. Yellow Packaging, Packing, Preservation And Marking Are Prohibited. additional Requirements: nameplate: A Nameplate Shall Be Permanently And Securely Attached To Each Machine The Information Provided On The Plate Shall Be As Listed Below. nomenclature manufacturer's Name manufacturer's Model Designation manufacturer's Serial Number power Input (volts, Total Amps, Phase, Frequency) amp Rating Of Largest Motor short Circuit/over-current Protection Rating contract Number Or Order Number national Stock Number Or Plant Equipment Code date Of Manufacture operating And Maintenance Manual: Machines Shall Be Provided With Operating And Maintenance Manual (o&m), Electrical Manual, Mechanical Manual & Schematics Three (3) Each Shall Be Provided With The Machine And One (1) Each Searchable Electronic Copy (pdf) Shall Be E-mailed To Tpoc. verification Test: After Delivery The Contractor Shall Test Run The Machines At The Site To Ensure Conformance With This Purchase Description. warranty: These Machines Shall Be Warranted Against Any Defects In Material, Parts, And Workmanship For 12 Months After The Date Of Installation With Labor Provided By Dealer. Additional Parts Are To Be Warranted For Two (2) Years. installation: location: Machines Shall Be Installed Inside Norfolk Naval Shipyard, Portsmouth, Va 23709. training: The Contractor Shall Provide Training To Familiarize Norfolk Naval Shipyard Personnel With The Equipment And To Help Ensure Reliable Performance And Maximum Service Life, During Normal Usage. operator / Programmer On-site Training: Training Shall Be Provided At The Receiving Activity. Training Shall Include Preparation Of Part Programs, And Preparation Of Equipment For Safe Operation. The Trainees Shall Be Provided Instruction For All Aspects Of Machining Operations. Trainees Shall Be Provided Instruction For The Care, Use And Operation Of All Attachments And Accessories. Training Shall Be Provided For Three (3) Operators/programmers. The Training Period Shall Not Be Less Than Three (1) Consecutive, Eight (8) Hour Workday. A Training Manual (which Could Be An Additional Operator's Manual) Shall Be Provided For Each Student. entry Requirements: All Personnel Expected To Visit Nnsy Shall Be Us Citizens. Contractors/sub-contractors Including Truck Drivers Shall: 30 Days Before Arrival: Contractor Shall Provide Secnav 5512 Data On All Personnel Expected To Visit Nnsy To The Tpoc. This Shall Include List Of All Personnel Expected To Visit, Identifying Those That Require Secnav 5512 Forms & Those With Existing Valid Base Passes. All Personnel Expected To Visit Nnsy Shall Be Us Citizens. All Personnel Shall Provide Two Forms Of Identification. Accepted Required Identity Documentation For Proof Of Us Citizenship, Us Birth Certificate, Us Passport, Certificate Of Citizenship, Birthright Citizenship, Certificate Of Naturalization, Birth Abroad For Us Citizens. The Tpoc Shall Provide Secnav 5512 Forms Upon Request. The Tpoz Will Endorse The Secnav 5512 Form And Forward To The Nnsy Pass Office. vehicle Entry: The Contractor Shall Display The Company Name Of Each Door Of The Contractor’s Vehicles In A Manner And Size That Is Clearly Visible. All Contractor Vehicles Shall Display A Valid State License Plate That Complies With State Vehicle Code With Company’s Name Clearly Displayed On The Sides On Vehicle. Contract Vehicles Shall Meet All Other Requirements Of The State Vehicle Code, Such As Safety Standards, Proof Of Insurance And State Registration. Contract Vehicles Shall Have Insurance And Registration In The Company’s Name. Passes Will Be Issued For Vehicles To Enter The Shipyard. A Separate Pass Is Required For Entering The Cia. There Are Available Parking Spots Near Each Building, Including In The Cia. Unloading Can Be Accomplished At High Bay Door Loading And Unloading Zones However, The Loading And Unloading Zones May Not Be Near The Equipment For Each Building. portable Electronic Dive (ped): In Accordance With Comsublant/comsubpacinst 2075.1c, The Use Of Portable Electron Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited. A Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Or Multiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Or Photo Images E.g.: Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smart Watches. Non-camera Cell Phones Are Acceptable (feature Phones). Where A Laptop Computer Is Required For Trouble-shooting And Machine Programming Purposes, Contractor Must Inform Tpoc No Later Than Two (2) Weeks Prior To Visit To Allow Time To Schedule Inspections And Vetting From Nnsy It Department. safety Or Security: Contractor Will Need Cia Access And Ppe. “per Far 22.102-1(a) Entitled “safety”, Contractors Are Hereby Informed That Their Employees Or Representatives Present On Property Under Norfolk Naval Shipyard Cognizance Must Follow Federal And State Osha Requirements And Norfolk Naval Shipyard Oshe Program Manual, Navshpydnorinst P5090.2 Requirements Or Safety Requirements For Site Specific Location Of The Contract.” critical Time Constraints: The Installation And Training Shall Be Performed Between The Hours Of 7:20 Am And 3:50 Pm Excluding Any Federal Holidays. installation Responsibilites government provide And Install Anchor Bolts And Nuts. connect Machine To The Provided Utilities Hook-up. material For Performance Testing At Gover provide Utilities Hook-up Within 20 Feet Of The Machinenment Facility contractor level And Align Machine. provide All Necessary Tools, Gages, And Instrumentation Necessary To Perform The Required Test. provide And Charge All Systems With Fluids In Accordance With Manufacturer’s Instructions. the Requirement Will Be Solicited As A Total Small Business Set Aside. The Naics Code Applicable To This Procurement Is 332216, Saw Blade And Handtool Manufacturing With A Size Standard Of 750 Employees. The Product Service Code Is 3405. the Anticipated Delivery Date For This Acquisition Is 30 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only. the Solicitation Number Is Spmym125q0034 And It Is Expected To Be Available On Or About 21 January 2025 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 24 January 2025. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0034) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues. potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register On The Interested Vendor List Under Spmym125q0034. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed. all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil.
7261-7270 of 7454 archived Tenders