Computer Tenders
Computer Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Sam.gov. The Request For Quotation (rfq) Number Is Spmym325q5015. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Change Notice 2024-1218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is 5340 And The Naics Code Is 332510 And The Small Business Standard Is 750. This Is A 100% Small Business Set Aside Solicitation.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Sprs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
item Description U/i Qty $unit Price $total Country / Origin
brace Assembly See Rfq For Details.
note: Offerors Must Complete The Attached Provisions 52.204-24,
52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With Their Offer.
a Small Business Joint Venture Offeror Must Submit, With Its Offer, The Representation Required In Paragraph (c) Of Far Solicitation Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, And Paragraph (c) Of Far Solicitation Provision 52.219-1, Small Business Program Representations, In Accordance With 52.204-8(d) And 52.212-3(b) For The Following Categories:
(a) Small Business;
(b) Service-disabled Veteran-owned Small Business;
(c) Women-owned Small Business (wosb) Under The Wosb Program;
(d) Economically Disadvantaged Women-owned Small Business Under The Wosb Program; Or
(e) Historically Underutilized Business Zone Small Business.
far Clauses And Provisions:
responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. The Following Far Provisions (p) And Clauses Are Applicable To This Procurement:
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-16 Commercial And Government Entity Code Reporting.
52.204-17 Ownership Or Control Of Offeror.
52.204-18 Commercial And Government Entity Code Maintenance.
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements, Do-a3
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Items;
52.212-3 Alt 1, Offeror Reps And Certs
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions -representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10
reporting Executive Compensation
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6
protecting The Government's Interest
52.219-6
notice Of Total Small Business Set-aside
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-36
payment By Third Party
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013)
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7019, *see Attachment For This Provision.
252.204-7020, Nist Sp 800-171 Dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
para (c)(i): Exempted From Iuid By Military Service Customer. Supplier Should Check Iuid Exemption Box In Wawf.
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
5452.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Awardee Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests (dec 2016)
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C528: Specification Changes
ym3 D2: Marking Of Shipments
ym3 D4: Preparation For Delivery (commercially Packaged Items)
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close At 03:00 Pm Est Local Time On 1/27/2025. Poc For This Solicitation Is Robert Dowdle Who Can Be Reached By Email (below).
method Of Submission: Offers Shall Be Emailed.
please Submit Quotations Via Email At Robert.dowdle@dla.mil
quotes Also To: Dla-kme-quotations@dla.mil
all Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online At Http://www.sam.gov/.
if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided, As Well As Traceability Documentation.
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
******* End Of Combined Synopsis/solicitation ********
Closing Date27 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: ***20 December 2024: Solicitation Response Deadline Extended To 3 January 2025. All Other Terms And Conditions Remain Unchanged,**
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13 As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325q1110. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01and Dfars Change Notice 20241115. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address:
https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is 5935 And The Naics Code Is 423610. The Small Business Standard 200.this Requirement Is Being Processed Utilizing Full And Open Competition.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
**note: A Drawing Accompanies These Descriptions. To Gain Access, Please Return A Signed Copy Of The Security Agreement And Your Organization’s Approved Dd2345.**
clin 0001: Bulkhead Connector 1 Ea
clin 0002: Data Requirements For Clin 0001
clin 0003: Bulkhead Connector 1 Ea
clin 0004: Data Requirements For Clin 0003
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.219-4
notice Of Price Evaluation Preference For Hubzone
52.219-6
notice Of Total Small Business Set-aside
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-3
buy American-free Trade Agreements
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-34
payment By Eft-other Than Sam
52.247-64
preference For Privately Owned Us-flag Commercial Vessels
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013)
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7019, *see Attachment For This Provision.
252.204-7020, Nist Sp 800-171 Dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7036 __ Basic, __ Alt I, __alt Iv, Buy American Free Trade Agreements
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c01 Superseded Part Numbered Items (sep 2016)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016) (
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
g01 Additional Wide Area Workflow (wawf) Information (aug 2017)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l04 Offers For Part Numbered Items (sep 2016) (
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
m06 Evaluation Of Offers For Part Numbered Items (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C501: Correction Of Certifications
ym3 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 E504: Notice Of Constructive Acceptance Period
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close20 December 2024 At 3pm Est. The Point Of Contact For This Solicitation Is Stephen Smith Who Can Be Reached At Stephen.1.smith@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At Stephen.1.smith@dla.mil.
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
******* End Of Combined Synopsis/solicitation ********
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325q1112. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-02 And Dfars Change Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address:
https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is 5365 And The Naics Code Is 331491. The Small Business Standard Is 900.this Requirement Is Being Processed Utilizing 100% Small Business Set Aside.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
clin 0001: Perforated Plate In Accordance With Attachment 1.
***there Are Drawings Associated With This Requirement. To Gain Access, Return A Signed Security Agreement And Your Company’s Dd2345.***
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.219-6
notice Of Total Small Business Set-aside
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-34
payment By Eft-other Than Sam
52.232-36
payment By Third Party
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013)
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7019, *see Attachment For This Provision.
252.204-7020, Nist Sp 800-171 Dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c01 Superseded Part Numbered Items (sep 2016)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l04 Offers For Part Numbered Items (sep 2016)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
m06 Evaluation Of Offers For Part Numbered Items (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C528: Specification Changes
ym3 C531: Restrictions On K-monel
ym3 D1: Deteriorative Material Marking
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close22 January 2025 At 3pm. The Point Of Contact For This Solicitation Is Stephen Smith Who Can Be Reached At Stephen.1.smith@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At Stephen.1.smith@dla.mil.
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
*if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf.
******* End Of Combined Synopsis/solicitation ********
Closing Date22 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13 As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Isspmym325q1113. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Change Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address:
https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is 4720 And The Naics Code Is 332912. The Small Business Standard Is 1,000.this Requirement Is Being Processed Utilizing 100% Small Business Set Aside.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
this Requirement Is Partial Brand Name Mandatory To Ever-tite Due To Parts From Other Sources May Not Be Interchangeable With Other Manufacturers’ Fittings And Could Result In Endangering Shipyard Personnel Due To Leakage And Potential Hazmat Spill. Quotations Received That Represent A Different Manufacturer For The Specified Ever-tite Portion Of The Requirement Will Not Be Considered For Award.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
clin 0001: Hose Assembly (qty 100) In Accordance With Attachment 1.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10
reporting Executive Compensation
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6
protecting The Government's Interest
52.219-6
notice Of Total Small Business Set-aside
52.219-28
post-award Small Business Program Representation
52.219-33
nonmanufacturer Rule
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.247-64
preference For Privately Owned Us-flag Commercial Vessels
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c01 Superseded Part Numbered Items (sep 2016)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l04 Offers For Part Numbered Items (sep 2016)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
m06 Evaluation Of Offers For Part Numbered Items (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close24 January 2025 At 3pm Est. The Point Of Contact For This Solicitation Is Stephen Smith Who Can Be Reached At Stephen.1.smith@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At Stephen.1.smith@dla.mil.
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc) Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
******* End Of Combined Synopsis/solicitation ********
Closing Date24 Jan 2025
Tender AmountRefer Documents
SCIENCE AND TECHNOLOGY INFORMATION INSTITUTE Tender
Others
Philippines
Details: Description 1. The Dost-science And Technology Information Institute (dost-stii), Through Its Bids And Awards Committee (bac), Invites Philgeps Registered With Platinum Membership Supplier/manufacturer/contractors To Bid For The Hereunder Item: Lot 1 (abc: Php2,331,000.00): 37 Units Desktop Computers 40 Units Wi-fi Router 9 Units Tablet Pc 3 Units Smart Tv See Attached Technical Specifications Lot 2 (abc: Php740,000.00): 37 Units Starbooks Pod See Attached Technical Specifications Price Of Bidding Documents: Php3,100.00 2. The Dost-stii Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 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. 4. The Project Shall Be Awarded As Follow: One Project Having Several Items Grouped Into Several Lots, Which Shall Be Awarded As Separate Contracts Per Lot. 5. Prospective Bidders May Obtain Further Information From Dost-stii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 19 December 2024 At The Stii – Bac Secretariat – General Services And Property Section (gsps), 2nd Flr. Stii Bldg, Dost Complex, Gen. Santos Avenue, Bicutan, Taguig City And Upon Payment Of A Nonrefundable Fee In Amounts Pursuant To The Schedule. It May Also Be Downloaded Free Of Charge From The Philgeps Website (https://www.philgeps.gov.ph/indexes/login) And The Website Of The Procuring Entity (http://stii.dost.gov.ph), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents On Or Before The Deadline For The Submission Of Bids. 7. The Dost-stii Shall Conduct A Virtual Pre-bid Conference Via Zoom On 27 December 2024 – 10:00 Am At The Cast Room, Stii Bldg, Dost Complex, Gen. Santos Avenue, Bicutan, Taguig City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 09 January 2024 – 10:00 Am, And With The Observance Of Safety And Health Protocols Of Dost-stii. Documents To Be Submitted By The Bidder/s Will Be Received At The Dost-stii Lobby By The Guard On Duty, Subject To Disinfection. If Any Bidder Wishes To Submit All Documents In Electronic Form, Please Contact The Bac Secretariat For Instructions. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be Conducted Virtually Via Zoom On 09 January 2024 – 10:00 Am At The Cast Room Stii Bldg, Dost Complex, Gen. Santos Avenue, Bicutan, Taguig City. Bid Will Be Opened In The Virtual Presence Of The Bidders’ Representatives. Late Bids Shall Not Be Accepted. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 11. The Dost-stii 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. 12. For Further Information And Zoom Link Access For Pre-bid Conference And Bid Opening, Please Refer To: Jona M. Bernal Head Bac Secretariat Telefax No. 837-2071 Loc. 2145 Mobile No. 09062540101/ 09239582400
Closing Date9 Jan 2025
Tender AmountPHP 3 Million (USD 52.9 K)
DEPT OF THE AIR FORCE USA Tender
Others
United States
Details: The 764 Ess Contracting Squadron At Ramstein Afb, Germany Is Issuing This Sources Sought To Conduct Initial Market Research Efforts In Support Of The Reprocurement Of Bos Services. Information Submitted Will Be Used To Identify Capable, Experienced And Resourced Service Providers Experienced In Delivering The Services Discussed In Detail Below. Additionally, The Information Collected Will Guide The Development Of New Contract Language, Work Statements, Required Reporting, Performance Standards And Product Segmentation Strategies
disclaimer: In Accordance With Far 15.201(e) And Far 52.215-3, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service And Your Response To This Opportunity Will Not Be Used As A Proposal. No Entitlement To Payment Of Direct Or Indirect Costs, Or Charges To The Government Will Arise Because Of A Contractor's Response.
naics Code: 561210 – Facilities Support Services
the Government Anticipates That North American Industry Classification System (naics) Code 561210, With A Small Business Size Standard Of $41.5m Will Apply; However, No Set-aside Determination Has Been Made By The Government At This Time. The Government Is Interested In Responses From All Businesses To Include Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-disabled Veteran-owned Small Businesses, Hub Zone Businesses, And Women-owned Small Businesses. The Government Requests That Interested Parties Respond To This Notice And Identify Their Business Size Status Under The Identified Naics Code.
customer/mission: Hq Usafe-afafrica, Headquartered At Ramstein Air Base, Germany, Is A Major Command (majcom) Of The United States Air Force (usaf). It Is Also The Air Component For Two Department Of Defense (dod) Unified Combatant Commands -- Useucom, Which Serves The U.s. Component Of The North Atlantic Treaty Organization (nato), And Usafricom, Which Oversees Security Cooperation Programs That Assist African Nations In Building Their Own Security Capacity. The Commander Of Usafe-afafrica Is Responsible For Delivering Full-spectrum Options To Each Of The Combatant Commanders; Leading And Supporting Joint, Coalition, Nato, And Warfighting Headquarters Operations; And Promoting Regional Stability Through Focused Theater Engagement. As Part Of This Mission, Usafe-afafrica Trains And Equips Usaf Units And Maintains Combat-ready Wings Based From Great Britain To Turkyie In Support Of Useucom. Usafe-afafrica Plans, Conducts, Controls, Coordinates And Supports Air And Space Operations In Europe And Parts Of Asia And Africa To Achieve U.s. National And Nato Objectives. The Command's Inventory Of Aircraft Is Ready To Perform Close Air Support, Air Interdiction, Air Defense, In-flight Refueling, Long-range Transport And Support Of Maritime Operations. As The Air Component Of Usafricom, Usafe-afafrica Protects And Defends The National Security Interests Of The United States By Strengthening The Defense Capabilities Of African States And Regional Organizations And, When Directed, Conducts Military Operations, To Deter And Defeat Transnational Threats And To Provide A Security Environment Conducive To Good Governance And Development.
background: For Over 25 Years, The Usaf Has Relied On A Single-service Provider To Perform Critical Facilities/installation Maintenance And Mission Support Functions For Dod And Usaf Installations In Turkiye And Spain. Base Operating Support (bos) Services For Installations In Turkyie And In Spain Are And Have Historically Been Under A Single Contract And Pws. This Acquisition Strategy Is Administratively Burdensome And Overly Complex. For The Uabos Follow On Reprocurement, The Government Will Re-examine This Acquisition Strategy And The Contract Structures Historically Used. The Government Seeks Responses From Industry Partners That Can Fullfill The Requirements In Total, And Also Seek Responses From Industry Partners, Including Local Vendors In Turkyie And Spain, That Can Support Portions Of The Requirement.
currently, Services Under The Uabos Contract Include Requirements That Fall Into The Following Categories:
usaf Civil Engineer Related Services
program Management/strategic Planning/resource & Optimization/maintenance Of Real Property Records
engineering Design
operations And Maintenance Of Facilities, Airfields, Utility And Sanitation Systems, Fresh-water Systems, Electrical Distribution And Hvac Systems, Equipment And Electronics Maintenance
airfield Lighting And Maintenance Of Fuel Distribution And Grounding Systems
custodial Services
refuse Collection And Disposal
pest/vector Control
grounds Maintenance/ Street And Airfield Sweeping
fire And Emergency Services Including Structural And Aviation Crash Rescue
force Support Services
full Food Service/dining Hall Operations
maintenance And Operation (m&o) Of Recreational Facilities Including Gyms, Libraries, Gold Courses, Bowling Centers, Lodging Services, Managing Intramural And Sports Programs
us Postal Service Operations
usaf Logistics Support Services
distribution Of Goods And Personnel
transportation Services, Shuttle Bus And Taxi Services, Fleet Transportation
vehicle Maintenance, Maintenance, Vehicle And Special Equipment Operations And Maintenance, Us Air Aircraft Supply Chain Services, Warehouse And Storage Operations, Base Supply Accountability Functions, Management, Storage And Distribution Of Ppe
operations, Management And Maintenance Of War Reserve Material
transient Alert Services
tool Control, Fod Management And Airfield Operations
management, Maintenance And Operations Of Aerospace Ground Equipment
cryogenics, Non-destructive Inspection, Acft Crash Recovery
communications/it Support
operate, Maintain, Manage Computer Informational Systems
safety, Occupational Health, Industrial Hygiene & Ambulance Services
medical Maintenance Operations Maintenance Services
purpose/response Format: The Government Is Currently Reviewing Various Aspects Of Prior Acquisition Strategies. We Are Seeking Submissions From Vendors That Can Provide All The Services Outlined Above And From Vendors Capable Of Providing Discreet Areas Of The Current Requirement. Local Vendors In Both Spain And Türkiye Are Encouraged To Respond And Identify Which Discreet Services They Are Capable And Experienced In Providing.
for Firms Capable Of Providing All Services, We Are Seeking Input From Service Providers Experienced In Performing Contracts In An Overseas/oconus Environment And Capable Of Managing A Functionally Diverse, Predominately Local National Workforce Providing The Services Described Above.
interested Sources Should Complete The Information Shown Below *there Are No Page Limits* And Email The Responses To Ms. Shannon Kennedy-butler, Contracting Officer And Mr. John Mclaurin Contracting Officer. The Contracting Officers Are The Only Government Authorized Points Of Contact For This Sources Sought; All Correspondence Must Be Directed Only To Them
1. Company Information
a. Name, Cage Code And Duns Code For The Company Business Size. Please Identify Any Applicable Socio-economic Status.
b. Are You A Subsidiary Of A Larger/parent Business? (name If Applicable)
c. How Many Employees Do You Have, Including Any Subsidiaries?
d. Capability Information/history In The Industry/market To Which You Are Responding
e. Point Of Contact, Phone, And E-mail For Individual Responsible For Finalizing Time, Duration And Digital Forum Requirements.
2. Matrix Document: The Government Has Attached A Sources Sought Matrix Spreadsheet With A Series Of Questions The Government Seeks Industry Input To. Industry’s Responses To This Sources Sought Shall Include Responses To The Attached Matrix.
Closing Date6 Jan 2025
Tender AmountRefer Documents
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: *****this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source***.
background
the National Institute Of Standards And Technology (nist), Physics Measurement Laboratory/ 686 Division, Is Focused On Precision Measurements To Support Industry Innovation. In Particular The Applied Physics Division Addresses The Precise Metrology For Microwave And Quantum Photonics And Nanophotonics, Nanotechnology, Nanoscale Device And Materials Characterization, Magnetic Imaging For Health Applications And Spintronics And Its Applications.
the Requested Equipment Is For The Chips Program Funded Within The Quantitative Nanoscale Characterization Group With The Focus On Breakdown Characterization Of Wide Bandgap Semiconductor Materials And Advanced Electronic Circuits At Nanoscale. This Requires Nanoscale Measurement Of Local Defects, Interfaces, Carrier Density, Distribution In 2d Materials And Breakdown Voltages In Wide Bandgap Devices Within The Chips Project And Materials And Devices Obtained From The Stakeholders.
to Be Able To Develop Such A Metrology It Is Necessary For The Equipment To Have A Nanoscale Spatial Resolution And Deliver Locally Relatively High Voltages In The Range Of Tens To Hundred Volts With Additional Material Characterization After The Exposure To High Dc Voltages. To Address The Material And/or Device Changes The Equipment Must Be Able To Detect The Changes In The Material Properties At The Same Scale As The Caused Damage Or Better. One Of The Metrology Options That Can Fulfill These Requirements Is Atomic Force Microscopy With Additional Accessories. We Already Own The Basic Setup Of Such Equipment, But To Be Able Using The Equipment With All The Necessary Functions It Requires A Special Control Unit. Our Request Is For Purchase Of Such Advanced Control Unit.
the Requirements Are:
it Must Be Compatible With Our Existing Mfp-3d Atomic Force Microscope.
it Must Have A Required System Firmware Update Services For All The Necessary Accessories To Be Able To Perform The Required Metrology.
it Must Be Compatible With Existing Primenano Scanwave Pro Rf System For Local Impedance Measurements.
it Must Allow Local High Voltage Sample Bias +-220 V With Correspondent High Voltage Sensing Cantilever Holder.
nist Is Seeking Information From Sources That May Be Capable Of Providing A Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements:
the Contractor Shall Provide:
line Item 0001: Arc3 Afm Controller Upgrade Package For Existing Asylum Research Afm.
quantity: 1
description: Controller Upgrade Package For Replacement Of Obsolete Black Box Controller.
line Item 0002: Nanotddb Accessory To Existing Piezoresponse Force Microscopy For Breakdown Characterization.
quantity: 1
technical Specifications Line Item 0001:
arc3 Controller And Time Domain Dielectric Breakdown (tddb) Accessory
afm Computer Workstation
ar License Dongle
ar19 (or Higher) Spm Software
required System Firmware Update Services
compatibility With Primenano Scanwave Pro
the System Shall Meet Or Exceed The Technical Specifications Identified Above. All Items Must Be New. Used Or Remanufactured Equipment Will Not Be Considered For Award. Experimental, Prototype, Or Custom Items Will Not Be Considered. The Use Of “gray Market” Components Not Authorized For Sale In The U.s. By The Contractor Is Not Acceptable.
.
nist Conducted Market Research From October 2024 – December 2024 By, Speaking With Colleagues, Performing Internet Searches, And Speaking With Vendors To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Oxford Instruments Asylum Research, Inc., (uei: Q365ckn56793) Can Meet All The Governments Minimum 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 In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
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 By November 18, 2024. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
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 Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
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.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
thank You For Taking The Time To Submit A Response To This Request.
Closing Date3 Feb 2025
Tender AmountRefer Documents
Department Of Health Treatment And Rehabilitation Center Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Various Medical/ Laboratory Equipment 1. The Doh-camarines Sur Treatment And Rehabilitation Center, Through The 2025 General Appropriations Act (gaa)/ Health Facility Enhancement Program (hfep) Intends To Apply The Approve Budget For The Contract (abcs) For Below Indicated Items To Payments Under The Contract For Invitation To Bid No. 25-01. Bids Received In Excess Of The Item’s Abc Shall Be Automatically Rejected At Bid Opening. Lot No.1 1 Unit Full Digital (fpd) Mobile Xray Machine And Relevant Accessories Abc P 9,600,000.00 Bid Docs Fee P10,000.00 Inclusions (relevant Accessories): • 1 Set Radiation Protection Accessories • 1 Unit Mobile Vertical Chest Cassette Holder • 1 Unit Photo/ Document Printer Lot No.2 1 Unit Fully Automated Clinical Chemistry Analyzer And Compatible Items/ Equipment Abc P1,900,000.00 Bid Docs Fee P5,000.00 Inclusions (compatible Items/ Equipment): • 1 Set Computer • 1 Unit Printer • 1 Unit Uninterruptible Power Supply (ups) Lot No.3 1 Unit 5-part Hematology Analyzer And Compatible Item/ Equipment Inclusion (compatible Items/ Equipment): • 1 Unit Uninterruptible Power Supply (ups) Abc P900,000.00 Bid Docs Fee P1,000.00 Lot No.4 1 Unit Clinical Compound Microscope Abc P100,000.00 Bid Docs Fee P500.00 Lot No.5 1 Unit 12-lead Ecg Machine Abc P47,500.00 Bid Docs Fee P500.00 With Accessories (patient Cable, 4set Limb Electrodes, 6pcs Chest Electrodes, 1pc Power Cable, 10rolls Printing Paper, 1pc Usb Cable, 1copy Operation Manual Bid Evaluation And Award Of The Contract Shall Be On A Per Lot Basis. Specifying A Zero (0) Or A Dash (-) In An Item Would Mean That It Is Being Offered For Free To The Government. The Doh-camarines Sur Treatment And Rehabilitation Center Now Invites Bids For The Above Procurement Project. Deliveries Of The Goods Are Required Within Sixty (60) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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). 2. 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. 3. Prospective Bidders May Obtain Further Information From Doh-camarines Sur Treatment And Rehabilitation Center And Inspect The Bidding Documents At The Address Given Below From Monday To Friday (8:00am-5:00pm) 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 14, 2025 From The Given Address And Website(s) And Upon Payment Of An Amount (as Indicated Above) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 5. The Doh-camarines Sur Treatment And Rehabilitation Center Will Hold A Pre-bid Conference On January 22, 2025 9:30am At Doh-camarines Sur Treatment And Rehabilitation Center, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Not Later February 7, 2025 8:30am. Late Bids Shall Not Be Accepted. Bidders Are Requested To Submit Three (3) Copies Of The Technical And Financial Components Of Its Bid. A Detailed Envelope Sealing Illustration Is Presented In Itb Clause 16 Of The Bid Data Sheet. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 7, 2025 9:30am At The Given Address Below. Bids Shall Be Opened In The Presence Of The Bidders’ Representatives Who Chose To Attend The Activity. Only Two (2) Representatives Per Bidder Shall Be Allowed In The Opening Of Bids. 9. The Bac Will Be Providing Webex Links To Prospective Bidders Opting To Attend The Pre-bid Conference And Bid Opening Thru Online. 10. The Doh-camarines Sur Treatment And Rehabilitation Center 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Requests For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation Must Be In Writing And Submitted To The Bac Via Email Not Later Than January 28, 2025. Response To Such Clarifications Shall Be Through A Supplemental/ Bid Bulletin Issuance. Bac Secretariat Contact Details: • Cp No. : 09985111426/ 09938807144 • Email Address: Dohtrc_camsur_bac@yahoo.com You May Visit The Following Websites For Downloading Of Bidding Documents: • Philgeps.gov.ph • Notices.ps-philgeps.gov.ph • Cstrc.doh.gov.ph Lastly, Please Be Reminded Of The “no Contact Rule” Under Section 32.1 Of The 2016 Irr Of R.a. 9184. Procurement Stage/ Schedule Advertisement/ Posting Of Invitation To Bid At The Philgeps And Doh-cstrc Websites, Designated Bulletin Board Within The Premises And Social Media Account Of Doh-cstrc January 14, 2025 Pre-bid Conference Doh-cstrc, Bgy. Pamukid, San Fernando, Camarines Sur *please Check For Any Bid Bulletins In Case Of Rescheduling Due To Conflict Of Schedule/ Lack Or Quorum. January 22, 2025 9:30 Am Last Day Of Request For Clarification *via Email January 28, 2025 Last Day For Issuance Of Supplemental/bid Bulletin January 31, 2025 Deadline For Manual Submission Of Bids February 7, 2025 8:30am Opening Of Bids February 7, 2025 9:30am Date Of Issue: January 14, 2025 (sgd) Sarah Malate-gorimbao, Rsw, Mha Chairperson, Bids And Awards Committee
Closing Date7 Feb 2025
Tender AmountPHP 12.5 Million (USD 214.6 K)
Department Of Labor And Employment Tender
Electronics Equipment...+2Telecommunication Services, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Supply, And Delivery Of Ict Supplies Procurement Of Passthrough Rj45 2,000 Pcs. – Php 120,000.00 Specifications: - Modular Plug Interconnection Device Matched With A Cable To Provide Data Communication Service To Various Electronic Devices. - 8-pin Configuration Of An Rj45 Is Similar To That Of 8p8c Connectors. - Half Duple Or Full Duplex T568a And T568b Wiring Standards. - Standardized Interface Which Often Connects A Computer To A Local Area Network (lan). - Through Hole Pcb Mount Socket - Compatible With Cat6a Cable Line Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Om3 Lc-lc Fiber Optic 2 Pcs. – Php 7,000.00 Specifications: - Lc To Lc Connector Types Of Fiber Optic Jumper. - 40 Meters Of Fiber Optic. - 50-nm Laser-optimized 50-micron Cable With An Effective Modal Bandwidth (emb) Of 2000 Mhz/km - Wide Range Of Connector And Cable Types. - Low Insertion Loss For Reliable Signal Transmission, Oem And White Label Services, Premium Quality Materials - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Presentation Clickers 4 Pcs. – Php 18,000.00 Specifications: - Intuitive Controls And Red Laser Pointer Make Presentations A Snap, Even In The Darkest Auditoriums. - The 50-foot (15-meter) Range And Battery Indicator. - No Software Needed, Just Plug The Receiver Into A Usb Port And You’re Ready To Go. - Battery Type: 1x Aaaa, Wireless Connectivity: 2.4 Ghz Rf, Bluetooth, Wireless: Bluetooth / 2.4 Ghz Radio/rf, Usb Wireless Receiver: Yes, Os Compatibility: Any Os, Material: Metal, Laser Type: Class 2, Dimensions: 123.6 X 36.6 X 24.7 Mm, Weight: 1.9 Oz / 53.5 G. - Built-in Class 2 Laser Pointer, Ergonomic Design, Presenter Mode And Pc Compatible. - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Wireless Dongle 100 Pcs. – Php 110,000.00 Specifications: - Wi-fi Speed (400 Mpbs On 2.4ghz Band And 867 Mbps On 5ghz Band) Wireless Speed With The Next Generation Wi-fi - 802.11ac - Dual Band Wireless – 2.4ghz And 5ghz Band For Flexible Connectivity - Super Speed Usb 3.0 Port - Up To 10x Faster Transfer Speeds Than Usb 2.0 - Mu-mimo - Delivers Highly Efficient Wireless Connection. - Supported Operating System – Supports Windows 10/8.1/8/7/xp, Mac Os X - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Ip Camera 6 Pcs. – Php 13,800.00 Specifications: - Ultra-high-definition Video: Records Every Image In Crystal-clear 3mp Definition. - Pan And Tilt: 360º Horizontal Range. - Mage Sensor: 1/3” Progressive Scan Cmos Starlight Sensor, Focal Length: 4 Mm, Aperture: F2.0, Field Of View: 88° (diagonal), 75°(horizontal), 41°(vertical) Motion Range: Pan Mechanical Range: 340° (360° Pan Coverage) Tilt Mechanical Range: 69°, Night Vision:850 Nm Ir Led (40 Ft / 12 M), Maximum Resolution: 2560 × 1440 Px, Frame Rate:15/20/25/30 Fps (default 15fps) Video Compression: H.264, Live View: Yes, Image Enhancement:3d Dnr, Blc Audio Input & Output:, Built-in Microphone And Speaker, Audio Communication: - Two-way Audio With Noise Cancellation - Advanced Night Vision: Provides A Visual Distance Of Up To 30 Ft. - With 32 Gb On A Microsd Card - Motion Detection And Notifications: Notifies You When The Camera Detects Movement. - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Portable Speakerphone 2 Pcs. – Php 37,000.00 Specifications: - Packaging Dimensions :158 X 58 X 155 Mm, Speakerphone Size Ø131mm / H38mm, Connectivity Usb 2.0 & Bluetooth® – Usb Cord ~90cm, Storage Temperature -40° C To 65° C, Bluetooth® Standard Bluetooth® 4.2 – Bluetooth® Low Energy (btle), Wireless Range Up To 100 Ft / 30 M, Paired Devices Personal Use Up To 8 & Shared Use Up To 900, Supported Bluetooth® Profiles Headset Profile V1.2 , Hands Free Profile V1.6, A2dp V1.2, Avrcp V1.5, Pc Usb Bluetooth Dongle (jabra Link 380) Usb Bt Audio Device/hid Dongle. Bluetooth® 4.2 – Bluetooth® Low Energy (btle), Peak Output Power 10 Watt, Root Mean Square (rms) 2 Watt, Frequency Range – Music Mode 150 Hz To 20 Khz Frequency Range – Conference Mode Usb Mode 150 Hz To 20 Khz - Bt Mode 150 Hz To 7 Khz, Type Omni-directional. - Frequency Range - Conference Mode Usb Mode & Bt Mode 150 Hz To 7 Khz - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Hdmi 20 Meters 10 Pcs. – Php 60,000.00 Specifications: - Hdmi 2.1b, Supports A Range Of Higher Video Resolutions And Refresh Rates Including 8k60 And 4k120, And Resolutions Up To 10k And Dynamic Hdr Formats Are Also Supported, And Bandwidth Capability Is Increased Up To 48gbps Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Lan Cable 5 Pcs. – Php 60,000.00 Specifications: - 5 Boxes Of Cat 6 Utp Cable Color White, Compatible With Passthrough Rj45 - Conform To Iec, Eia-tia Performance Requirements, U/utp Cable Structure With Cross Separator Inside For Better Cable Performance, 23awg Premium Grade Copper Conductor, Etl Certified Channel Test, Cable Jacket Available In Lszh, Cm, Pvc And Supports Category 6a (class Ea) Networks Running Up To 500mhz Applications. Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Vat Inclusive
Closing Date3 Jan 2025
Tender AmountPHP 425.8 K (USD 7.3 K)
Department Of Science And Technology Car Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Request For Bids/quotation Sir/madam: This Is A Request For Quotation On Items Enumerated Hereunder. If You Are Interested To And In A Position To Furnish The Same, We Shall Be Glad To Have Your Best Prices, Terms And Conditions Of Delivery. Project Title: Procurement Of Various Merchandise To Be Used For The Deployment Of Taraki Kiosks To One Sscp Pilot Lgu Per Province, And To Be Deployed At The Dost-car Lobby And To Be Used During Exhibits.___________________________________________________________________________________ Project Location/: Dos-car Item No. Qty Unit Procuring Entities’ Specifications Unit Price 1. 7 Unit Kiosk Gi Square Tubes, Acrylic Panels, 25,000.00 Printed Vinyl And Acp 30 In X 41 In X 23 In With Vr Headset And Controller Mount 2. 7 Unit Desktop Pc Amd Ryzen 5 7500f Socket 48,000.00 Am5 3.7ghz Processor Mpk Gigabyte Ga A620m-s2h Socket Am5 Ddr5 Motherboard Asrock Rx 6600 8g Challenger D 8gb 128bit Gddr6 Gaming Videocard Kingston Fury Beast Kf560c40bbk2-32 32gb 2x16 6000mt/s Ddr5 Memory Black Crucial P3 Plus 500gb Pcie 4.0 Gen4 Nvme M.2 Ssd Rakk Dulus Gaming Pc Case Black Cougar Stc500 500watts 80 Plus White Non Modular W/apfc Power Supply Mouse And Keyboard Comb Warranty: 1-year Warranty 3. 7 Unit Vr Headset Compatible Systems: Meta 32,000.0 Screen: 2 X Lcd Resolution: 2064 X 2208 Per Eye Refresh Rate: 90 Hz Maximum Field Of View: 104° Processor: Qualcomm Snapdragon Xr2 Gen 2 Ram: 8 Gb Internal Storage: 128/512 Gb Ipd Distance: 2.3 To 2.8" / 58 To 71 Mm Tether Cable Inputs/outputs Usb-c Audio Input: None Audio Output: Integrated Headphones Wireless Wi-fi 6e (802.11ax) Bluetooth: None Maximum Battery Life: 2.2 Hours Battery Charging Time: 2.3 Hours Weight: 1.1 Lb / 515 G Controller Battery Type 1 X Aa Tracking System Tracking Type: 6-dof Inside/out Tracking Cameras: 2 X Front Facing With Pass- Through Package Weight 3.21 Lb Box Dimensions (lxwxh) 9 X 8.8 X 4.8" 4. 7 Unit Computer Monitor Screen Size (class): 27 10,000.00 Flat / Curved: Flat Active Display Size (hxv) (mm): 597.888 X 336.312 Aspect Ratio: 16:9 Panel Type: Ips Brightness (typical): 250 Cd/? Brightness (min): 200 Cd/? Contrast Ratio Static: 1000:1 (typical) Resolution: 1,920 X 1,080 Response Time: 4 (gtg) Viewing Angle (h/v): 178°/178° Colour Support: Max 16.7m Colour Gamut (ntsc 1976): 72% (cie 1931) Srgb Coverage: 0.95 Refresh Rate: Max 100hz Auto Source Switch: Yes Display Port: 1 Ea Display Port Version: 1.2 Hdcp Version (dp): 1.2 Display Port Out Version: No Hdmi: 1 Ea Hdmi Version: 1.4 Hdcp Version (hdmi): 1.4 Usb Hub Version: No Usb-c Charging Power: No Temperature: 0 ~ 40 ? Humidity: 10~80, Non Condensing Front Colour: Black Rear Colour: Black Stand Colour: Black Stand Type: Simple Tilt:-2.0°(±2.0°)~22.0°(±2.0°) Wall Mount: 75.0 X 75.0 Power Supply: Ac100~240v Power Consumption (max): 35w Type: External Adaptor Package Weight: 5.9 Kg Power Cable Length: 1.5 M Hdmi Cable: Yes 5. 7 Unit Ssd Sata Interface: Sata 6 Gbps Interface 7,000.00 Weight: 0.19 Lbs. Family Line: 870 Evo Sata 2.5" Ssd Compatibility: Windows10/windows 8/windows 7/windows Server 2003 (32 Bit And 64 Bit), Vista (sp1 And Above), Xp (sp2 And Above), Mac Osx And Linux Capacity: 1tb Dimension (wxhxd): 3.94" X 2.75 " X 0.27 Performance Speed: Read/write Speeds Of Up To 560/530 Mb/s Encryption: Class 0 (aes 256) Tcg/opal V2.0, Ms Edrive (ieee1667) Type Interface: Sata 6 Gb/s Interface, Compatible With Sata 3 Gb/s & Sata 1.5 Gb/s Interface Capacity: 1,000 Gb (1 Gb=1 Billion Byte By Idema) * Actual Usable Capacity May Be Less (due To Formatting, Partitioning, Operating System, Applications Or Otherwise) Key Features Sequential Read Speed Up To 560 Mb/s Sequential Read * Performance May Vary Based On System Hardware & Configuration Sequential Write Speed: Up To 530 Mb/s Sequential Write * Performance May Vary Based On System Hardware & Configuration ** Measured With Intelligent Turbowrite Technology Being Activated Cache Memory: Samsung 1 Gb Low Power Ddr4 Sdram Trim Support: Trim Supported S.m.a.r.t. Support: S.m.a.r.t Supported Gc (garbage Collection) Auto Garbage Collection Algorithm Wwn Support World Wide Name Supported Device Sleep Mode Support Yes General Average Power Consumption (system Level): Average: 2.5 W *maximum: 4.0 W (burst Mode)* Actual Power Consumption May Vary Depending On System Hardware & Configuration Power Consumption (idle): Max. 30 Mw * Actual Power Consumption May Vary Depending On System Hardware & Configuration Reliability (mtbf): 1.5 Million Hours Reliability (mtbf) Environmental Specs Shock: 1,500 G & 0.5 Ms (half Sine) Form Factor Product 2.5 Inch 6. 7 Unit Vr Software/subscription For 5,500.00 Disaster Simulation
Closing Date6 Jan 2025
Tender AmountPHP 892.5 K (USD 15.3 K)
7271-7280 of 7454 archived Tenders