Computer Tenders

Computer Tenders

National Irrigation Administration Tender

Software and IT Solutions...+1Machinery and Tools
Philippines
Details: Description December 19, 2024 Request For Quotation Supply And Delivery Of Cad Software At Nia Ro V, Naga City Pr No.: Eod-24-12-341 Quotation/bid No. Co-ro-114-24 The Manager Juri Electronic Gadgets & Accessories Trading Sta. Cruz, Laguna Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of January 8, 2025 With An Abc Of P 465,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Thirty (30) Calendar Days From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated (philgeps Registration Certificate/number, Mayor’s Permit And Omnibus Sworn Statement (gppb-prescribed Forms) Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, (sgd) Diogemma C. Rodriguez Bac Chairperson Item & Description Unit Qty Unit Price Total Price 1.licensed Cad Software With Bim Plus 14 En Software -single User -perpetual/lifetime Inclusion: -1-day Training Unit 5 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Name/position In Print Of Owner/representative Signature Date December 19, 2024 Request For Quotation Supply And Delivery Of Cad Software At Nia Ro V, Naga City Pr No.: Eod-24-12-341 Quotation/bid No. Co-ro-114-24 The Manager Ledtronix Electronic Parts And Equipment Trading Acacia St., Liboton, Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of January 8, 2025 With An Abc Of P 465,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Thirty (30) Calendar Days From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated (philgeps Registration Certificate/number, Mayor’s Permit And Omnibus Sworn Statement (gppb-prescribed Forms) Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, (sgd) Diogemma C. Rodriguez Bac Chairperson Item & Description Unit Qty Unit Price Total Price 1.licensed Cad Software With Bim Plus 14 En Software -single User -perpetual/lifetime Inclusion: -1-day Training Unit 5 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Name/position In Print Of Owner/representative Signature Date December 19, 2024 Request For Quotation Supply And Delivery Of Cad Software At Nia Ro V, Naga City Pr No.: Eod-24-12-341 Quotation/bid No. Co-ro-114-24 The Manager 3gx Computer & It Solutions Technoshop Elias Angeles, Naga, Camarines Sur Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of January 8, 2025 With An Abc Of P 465,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Thirty (30) Calendar Days From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated (philgeps Registration Certificate/number, Mayor’s Permit And Omnibus Sworn Statement (gppb-prescribed Forms) Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, (sgd) Diogemma C. Rodriguez Bac Chairperson Item & Description Unit Qty Unit Price Total Price 1.licensed Cad Software With Bim Plus 14 En Software -single User -perpetual/lifetime Inclusion: -1-day Training Unit 5 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Name/position In Print Of Owner/representative Signature Date
Closing Date8 Jan 2025
Tender AmountPHP 465 K (USD 8 K)

Philippine Rural Development Project - PRDP Tender

Automobiles and Auto Parts
Philippines
Details: Description Jan. 27, 2025 Request For Quotation Shopping Instructions: 1. Bidders Are Required To Read The Instructions And Fill All The Blanks Properly. 2. Prospective Bidders/suppliers May Submit Their Own Canvass Form In Accomplishing Their Bid Proposals/quotations Subject To The Condition That The Prdp Rpco 6 Bac’s Official Canvass Form Shall Be Filled Up (with Offered Brand, Unit Price And Total Price), Signed Properly And Attached Together With The Bidder’s/supplier’s Own Canvass Form. (please Write Legibly) 3. Any Erasure Or Alternation In The Unit And/or Total Price Shall Render The Offer Of The Supplier Invalid. 4. Any Specifications Other Than Those Required/stated In This Form Shall Not Be Considered In The Evaluation Of Bids. 5. Quotation(s) Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. The Brand Name/model Of The Offered Item(s)/product(s) Or Services Must Be Indicated, If Applicable/required. 7. Price Quotation(s) Submitted Shall Be Valid Ninety (90) Days From The Deadline Of Submission Of Quotations. 8. Terms Of Payment Within – Fifteen (15) Days After Inspection And Acceptance And Shall Be Made Through Checks. 9. Sealed Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Unit Rpco 6, Dormitory Building, Department Of Agriculture-wesviarc, Hamungaya, Buntatala, Jaro, Iloilo City. Online Or Electronic Submission Should Be Password Protected And Send To Rpco6proc@gmail.com. 10. Awarding Shall Be Done For The Whole Lot. Partial Bids Shall Not Be Allowed. 11. Deadline For Submission Of Bids: Feb. 3, 2025, 12:00 Pm. 12. Validity Of Stocks: 90 Days 13. Delivery Period: Within 60 Days Upon Receipt Of The Signed P.o. 14. Delivery Point: Da – Wesviarc, Prdp Rpco6 Office, Hamungaya, Jaro, Iloilo City 15. The Period Of Submission Of The Following Documents Are As Follows: Document Submission Period* Certified True Copy Of Valid Mayor’s/business Permit Should Be Submitted Upon Submission Of Request For Quotation Certified True Copy Of Philgeps Registration Number (red Or Platinum) Omnibus Sworn Statement 16. Non-receipt Of A Notice Of Award Within A Period Of 30 Calendar Days From The Deadline Of The Submission Of The Rfq Is Presumed That This Offer Is Non-responsive. Pr No.: 2025-0005tf Epc: Php 879,500.00 End-user: Prdp Rpco 6 Solicitation No.: Prdp-rpco-006-g-02-25-af2 Qty Unit Item Description Offered Brand Unit Price Total Price Procurement Of Semi Expandable Ict Equipment For Prdp Rpco6 Official Use. 3 Unit Printer (print, Scan And Copy) Ink Tank System 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) 5760 X 1440 Dpi Resolution 16,000.00 48,000.00 1 Unit Printer Ink Tank System Print Speed Of Up To 9 Ipm (black) And 4.8 Ipm (colour) Ultra High Page Yield Of 4500 Pages (black) And 7500 Pages (colour) 8,000.00 8,000.00 1 Unit Printer Print, Scan, Copy, Fax With Adf 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) 5760 X 1440 Dpi Max Resolution Wi-fi, Wi-fi Direct Borderless Printing Up To 4r 16,500.00 16,500.00 5 Unit 1 Tb Portable Ssd 1050mb/s2 Read And 1000mb/s2 Write Speeds Usb 3.2 Gen 2 Inclusion: Usb-c To Usb-c Cable & Usb-c To Usb-a Adaptor 6,000.00 30,000.00 1 Unit Recorder- 4gb Internal Memory, Expandable To 32gb With Micro Sd; S-microphone System Records Distant Or Quiet Sounds Clearly; Auto Voice Recording Reduces Background Noise W/ Built-in Usb Connector Makes Transferring Files Easy" 4,000.00 4,000.00 6 Set All-in-one Computer Intel Core I3-12100t (2.2 Ghz Base Frequency(2b), Up To 4.1 Ghz With Intel® Turbo Boost Technology(2g), 8 Gb Memory; 512 Gb Ssd Storage, 23.8" Diagonal Fhd Display, Windows 11 Inclusion: Keyboard, Mouse With One Year Warranty 47,000.00 282,000.00 4 Unit Laptop Ryzen 7-7730u/16gb Ram/512gb Ssd/14" Wuxga/win 11 With Complete Accessories And Bag With One Year Warranty 49,000.00 196,000.00 2 Unit Mobile Tablet With Full Cover Tempered Glass Screen Protector, Charger, And Cover Specs: 8/128 Gb, Portable, 5100-7700 Mah Color: Black/gray 25,000.00 50,000.00 8 Unit Communication Device. Network. Technology: Gsm/hdpa/lte/5g. Body. Dimension: 160.9x75x8.2mm(6.33x2.95x0.32in). Weight:209g(7.37 Oz). Display: Amoled, 68b Colors, 120hz, Dolby Vision, Hdr10+,700 Mts (type),1200nits. Size:6.67",107.4 Cm2 (-89.0%) Screen-to-body Ratio). Platform: Os: Android 14, Up To 3 Major Android Upgrades, Hyper Os. Chipset: Quadcomm Sm8586-ab Snapdragon 8 Gen 2 (nm). Memory: ,5162gb 12gb Ram 30,000.00 240,000.00 1 Unit Portable Projector Screen Dimension: 70x70in Fast-fold Tripod White Screen. 5,000.00 5,000.00 Total 879,500.00 For The Bids And Awards Committee Michelle R. Olipendo Geps Posted/da Website/1 Conspicuous Place Joseph Mario D. Llamas Bac Secretariat/procurement Unit Head Submission Of Rfq Signature Over Printed Name Rfq To Be Collected On Rfq To Be Submitted By Supplier Before Deadline The Da Rfo Vi Bids And Awards Committee Wesviarc, Brgy. Buntatala Jaro, Iloilo City Sir/madam: In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understood The Minimum Requirements And Agree To Furnish And/or Deliver In Conformity With Specifications Any Or All Said Articles Described Above Within Date Stipulated Herein _______________________________ ______________________________ _____________________________ Signature Over Printed Name Registered Name Of Company Tax Identification No. __________________________ ___________________________ ____________________________ Telephone Number(s) Address E-mail Address ___________________ Date Accomplished
Closing Date3 Feb 2025
Tender AmountPHP 879.5 K (USD 15 K)

National Irrigation Administration Region Vi Tender

Others
Philippines
Details: Description Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than The Bid Opening On Not Later Than 10:00 Am Of January 2, 2025, Procurement & Property Unit Nia, Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. (signed) Rebecca F. Grana Bac Chairperson Acting Division Manager Total Approved Budget For The Contract: ₱380,000.00 No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price Supply & Delivery Of The Following: 1 2 Unit Branded Laptop (clerical) Processor: 8 Cores, 12 Threads, And 12 Mb Smart Cache Main Drive: 512 Gb M.2 Pcie Nvme Gpu: Integrated Graphics Memory: 8gb, Ddr4, 3200mhz Display: 15.6 Inch Fhd (1920 X 1080) Anti-glare Led Backlight Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: Hd 720 At 30 Fps Camera With Dual-array Microphones Battery And Power: Integrated, Minimum 54 Wh Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year 2 1 Unit Laptop (special Applications) Processor: 6.0 Ghz Max Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Memory: 16gb Ddr5 Video Card: 8 Gb Ddr6 Vram, Gpu Boost Clock Up To 2080 Mhz Main Drive: 1tb Ssd Display: 16 Inches 2560 X 1600, 240 Hz Ips, 16:10 Ratio Power Supply: Maximum Wattage 330 W Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: 1080p Hd At 60 Fps With Temporal Noise Reduction Battery And Power: Minimum Of 90 Wh 4-cell Li-ion Battery Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year X-x-x-continuation Next Page-x-x-x No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price 3 1 Unit Desktop Computer (customized For Special Use) Atx Casing: Support For Up To A 350 Mm Graphics Card, 160 Mm Cpu Cooler, And Up To 200 Mm Psu - With 3 Sets Including Pre-installed Fans And Tempered Glass Side Panel. Power Supply Unit: Ac Input Voltage: 100-240 Volts,750w, 80plus Bronze Standard Motherboard: Socket Lga1700, Dual Channel Ddr4 Memory Module, Pcie 4.0x16 Slot Processor: 5.8ghz Max. Boost Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Cpu Cooler: Heat Sink Material 4 Heat Pipes, Direct Contact, Aluminum Fins, Fan Airflow 42 Cfm (max) Memory Module: 32 Gb,(16gb X2) Ddr4,3600mhz Main Drive: 1tb Pcie 4.0 Nvme M.2 Ssd, Sequential Read/write Speeds Up To 7,450/6,900 Mb/s Storage Drive: 2tb Hdd 3.5 Inch, 5400 Rpm Video Card: Pci Express Gen 4.0,16gb Gddr6, 650w,overclock Mode 2685 Mhz,cuda Core:4352 Monitor: 32-inch Ips, 2560 X 1440 Qhd (quad Hd) 75hz, Color Gamut: Ntsc 72% Operating System: Windows 11 Pro Ups: 1500va/900 Watts Mouse & Keyboard: Standard Wired Keyboard And Mouse Warranty: Minimum Of One (1)year Productivity Software: Microsoft Office Home Business; X-x-x-x-x-x-x-x Delivery Period: _____________calendar Days Validity Period:_____________calendar Days Total Amount Total Bid Price In Words: Note: Subject To 5% Vat &1% Ewt/cwt Deduction As Per Ra 9337 " " Terms And Conditions 1. All Entries Must Be Printed Or Typed Written. 2. The Total Approved Budget For The Contract (abc) Is ₱380,000.00 .all Bids In Excess Of The Abc Shall Be Automatically Rejected; 3. Delivery Period Is Within _seven (7)_ Calendar Days From Receipt Of Purchase Order. 4. Price Validity Shall Be For A Period Of __30___calendar Days. 5. For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6. Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Report Of Inspection & Acceptance (ria) By The Authorized National Irrigation Administration's Representative If Applicable. 7. Bidders Shall Submit Only One (1) Bid/request For Quotation In Two Copies Together With The Following Licenses And Legal Documents Also In Two (2) Copies Placed In One Sealed Envelope, Namely: A) Certified Copy Of Philgeps Registration Certificate; B) Product Brochure/specifications (if Applicable). 8. If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product (s) Within The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Ordershall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Items From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1. Bid Quotations May Be Submitted To The Property & Procurement Unit, Nia Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City, Fax No. 033) 329 6596 Or By Email At Niaro6property@yahoo.com.ph 2. Please Make Sure To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3. Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Materials And Equipment At Prices Noted Above.
Closing Date2 Jan 2025
Tender AmountPHP 380 K (USD 6.5 K)

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: 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 Of Commercial Items – As Supplemented With Additional Information Included In This Notice. The Solicitation Is Issued Using Simplified Acquisition Procedures Under The Authority Of Far Part 13. this Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Document (i.e. Standard Form) Will Not Be Issued. this Solicitation Is A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated January 17, 2025. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541519 – Other Computer Related Services. The Small Business Size Standard Of $34,000,000. This Is A Total Small Business Set-aside Competition. Only Small Businesses Under The Applicable Naics Code Are Eligible To Respond. description Of Requirements background the National Institute Of Standards And Technology (nist) Engineering Laboratory (el) Systems Integration Division (sid) Has Led An Informal Working Group Since April 2021 To Develop An Information Model For The Neutral Representation Of The Laser Powder Bed Fusion Process For Metals Additive Manufacturing. The Models Developed In The Work Are Based On The Express Schema, With An Intended Proof Of Concept Implementation Using The Iso 10303 Ap 238 Specification. New Software Is Needed To Further Develop And Test The Information Models, Including Software Support For A Demonstration Build. objectives the Objective Of This Requirement Is To Procure A Software System To Formalize The Development Of The Consistent Interpretation Of Additive Manufacturing Of Metal Parts. scope Of Work please See The Attached Statement Of Requirements. delivery Requirements delivery Of The Software Shall Be Conducted Electronically Within 30 Calendar Days Of Award. Remote Software Installation Assistance Shall Be Provided By Contractor As Needed. contract Type & Payment Terms a Firm Fixed Price Purchase Order Is Anticipated. applicable Provisions And Clauses please See The Attached Document For Applicable Provisions And Clauses. question And Answer Period car 1352.215-73 Inquiries (apr 2010): quoters Must Submit All Questions Concerning This Solicitation In Writing Electronically To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov Questions Must Be Received By Or Before Wednesday January 27 2025, At 12:00 Pm Et. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Provision). due Date For Quotations all Quotations Must Be Submitted Via Email To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov. Submission Must Be Received Not Later Than Wednesday February 5, 2025, At 12:00 Pm Et. note: Quoters Must Have An Active Registration At Www.sam.gov At Time Of Offer Submission To Be Considered For Award. “id Assigned” Is Not Acceptable; Registration Must Be “active.” instructions To Quoters (addendum To Far 52.212-1) the Quoter’s Quotation Shall Be Submitted Electronically Via Email And Shall Consist Of Two Volumes As Detailed Below. Each Quotation Volume Shall Include The Quoter’s Name, System For Award Management Unique Entity Identifier (uei) Number, And Point Of Contact Information In A Cover Page, Header/footer, Or Other Easily Identified Location. The Contracting Officer Intends To Award A Purchase Order Without Discussions But Reserves The Right To Enter Into Discussions If In The Best Interest Of The Government. volume 1: Technical Response this Volume Shall Contain The Quoter’s Technical Response. The Technical Response (not Including Table Of Contents Or Past Performance Information) Shall Not Exceed Ten (10) Single-spaced, Single Sided Pages Or Twenty (20) Double-spaced, Single Sided Pages. Text Shall Be No Less Than 12-point Font In Read-only Microsoft Word Or Searchable Adobe Pdf Format. 10-point Font Is Acceptable For Graphics. the Technical Response Shall Include The Name, Title, Phone Number, And Email Address Of The Quoter’s Primary Point Of Contact And The Individual Authorized To Negotiate On Behalf Of The Quoter (if Negotiations Are Determined To Be Necessary). the Technical Response Shall Include: a Description Of The Proposed System Specifications And Capabilities As It Relates To The Requirements Identified In The Requirements Document, Including The Warranty And Training Requirements. delivery And Training Schedule Information. volume 2: Price Quotation this Volume Shall Contain The Quoter’s Price Quotation In Read-only Microsoft Excel Format, Or In Searchable Pdf Format. All Figures Must Be Rounded To The Nearest Hundredth. price Quotations Shall Be Submitted On A Firm Fixed Price Basis In Accordance With The Contract Line-item Numbering Structure Identified In This Solicitation. Quotations Shall Be Valid For 60 Days After Solicitation Close. price Quotations Shall Include Unit Pricing And Total Cost, Inclusive Of The Required Commercial Product, Shipping And Delivery, Training, And Warranty. to Assist The Government In Evaluating Firm Fixed Price Quotations, The Quoter Shall Provide A Breakdown Of The Proposed Fixed Price By Item Quoted And Shall Separate Delivery And Training Pricing From The Rest Of The Quote. quoters Shall Also Include A Proposed Fixed Price Payment Schedule Based On Requirement Deliverables. contract Line-item Structure: responsible Quoters Shall Provide Pricing For The Following Line Item: line Item 001: Laboratory Software License In Accordance With The Attached Statement Of Requirements evaluation Criteria And Basis For Award (addendum To Far 52.212-2) the Government Intends To Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quotation, Conforming To The Solicitation, Will Be Most Advantageous To The Government, Price And Other Factors Considered. upon Receipt Of Quotations, The Contracting Officer Will Review Them To Determine If Each Quoter Followed All Of The Quotation Preparation/submission Instructions In This Solicitation. A Quotation That Did Not Follow The Quotation Submission Instructions To An Extent That The Government Cannot Properly Evaluate The Quotation In Accordance With The Stated Evaluation Factors May Be Deemed Unacceptable And May Not Be Further Evaluated. the Government Intends To Evaluate Quotations On The Basis Of Lowest Price Technically Acceptable (lpta). responses To This Solicitation Shall Include Clear And Convincing Evidence Of The Quoters’ Capability As It Relates To The Identified Requirements. Under The Lowest-price Technically Acceptable (lpta) Process, Quoters Will Be Determined To Be “technically Acceptable” Or “technically Unacceptable.” Award Will Be Made To The Lowest-priced Quote Amongst Technically Acceptable Quotes. To Be Determined Technically Acceptable, Quotations Shall Meet The Following Requirements: (1) Technical Capability: The Quoter Must Clearly Indicate In Its Quotation The Ability To Provide All Technical, Training, And Warranty Requirements Identified In The Specifications Document. (2) Schedule: The Quoter Must Clearly Indicate In Its Quotation The Ability To Meet The Schedule Requirements Of Delivery Within 30 Calendar Days Of Award And Training Within 30 Days After Delivery.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Krajsk Zdravotn , A S Tender

Electronics Equipment...+1Electrical and Electronics
Czech Republic
Details: The subject of this public order is the delivery of a new medical device, namely 1 computer tomograph for the needs of the Rdg Department, Krajské Zdravotní, As – Chomutov Hospital, Oz, together with the corresponding accessories, including the implementation of construction readiness, dismantling of the existing device, assembly and installation of the subject of fulfillment. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No
Closing Date26 Jan 2025
Tender AmountCZK 24.5 Million (USD 1 Million)

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 Is(spmym325p6023). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 January 17, 2025. Dfars Change Notice Publication Notice 20250117. 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 (5440) And The Naics Code Is (327390). The Small Business Standard Is 500 Employees.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: *interested Parties Must Submit The Request For Quote Found In The Attachment Section Titled, “25q6023 Rfq Required” To Be Considered For Award.* Section Four In The Statement Of Work Is To Be Submitted After Award. item Description Qty U/i 0001 Counterweights 50 Ea Counterweights, Small Per Attached Statement Of Work. Documentation Of Concrete Mixture Characteristics Shall Be Submitted For Review With Offer. 0002 Data Requirements 1 Ea A001 Exhibit A, Seq A001 See Exhibit “a” Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance). 0003 Data Requirements 1 Ea A002 Exhibit A, Seq A002 See Exhibit “a” Seq A002: Cdrl Di-misc-80678 (testing/inspection Results) 0004 Counterweights 50 Ea Counterweights, Large Per Attached Statement Of Work. Documentation Of Concrete Mixture Characteristics Shall Be Submitted For Review With Offer. 0005 Data Requirements 1 Ea B001 Exhibit B, Seq B001 See Exhibit “b” Seq B001: Cdrl Di-misc-81356a (certificate Of Compliance). 0006 Data Requirements 1 Ea B002 Exhibit B, Seq B002 See Exhibit “b” Seq B002: Cdrl Di-misc-80678 (testing/inspection Results) 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 52.222-3 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 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 252.225-7001 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) 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) 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) 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 Close(2/7/2025 3pm Est). The Point Of Contact For This Solicitation Is Jannell Moriarty, Who Can Be Reached At Jannell.moriarty@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/. ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At Jannell.moriarty@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 Date7 Feb 2025
Tender AmountRefer Documents 

Batangas State University Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Semi-expandable Ict Equipment For Various Offices " 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Semi-expandable Ict Equipment For Various Offices " With An Approved Budget For The Contract (abc) Four Hundred Fifty-eight Thousand Five Hundred Pesos Only (php 458,500.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 4 Unit All In One Printer Functions : Print, Scan, Copy Memory: 128mb Display: 1 Line Lcd Interface: Hi-speed Usb 2.0 Wired/wireless Network: Wireless Lan Print Speed (laser Comparable): Up To 17ipm (mono) And 16.5ipm (colour) Print Speed (fast Mode): Up To 30ppm (mono) And 26ppm (colour) Print Resolution: Up To 1200 X 6000 Dpi 2-sided Print: Automatic (up To A4/ltr) Direct Wireless Connection: Wi-fi Direct Maximum Copy Size: A4 Copy Speed (laser Comparable): Up To 13ipm (mono) And 10.5ipm (colour) Copy Speed (fcot): Up To 10.5 Sec (mono) And 21 Sec (colour) Copy Resolution (colour): Print Max. 1200 X 2400 Dpi; Scan Max. 1200 X 600 Dpi Maximum Scan Size: Up To A4 Scan Resolution: Optical: Up To 1200 X 2400 Dpi; Adf: Up To 1200 X 600 Dpi) Scan Speed: From 3.35 Sec/4.38 Sec (a4 Size, 100 X 100 Dpi) Paper Input (standard Type): Up To 150 Sheets (80g/m2) Paper Output: Up To 50 Sheets (up To A4) Paper Handling Sizes: A4, Ltr, Exe, A5, A6, Photo 4" X 6", Indexcard 5" X 8", C5 Envelope, Com-10, Dl Envelope, Monarch 57,600.00 2 1 Unit All-in-one Color Ink Tank Printer Function: Multi-function (print, Scan & Copy) Output Color: Color Print Technology: Inkjet Print Speed: Black - 8.8ppm; Color - 5ppm Number Of Nozzles: Total 1,472 Nozzles Resolution: 4800 X 1200dpi (max.) Paper Size: A4, A5, B5, Letter, Legal, 4 X 6 Inch, 5 X 7 Inch, 8x 10 Inch, Envelopes (dl, Com10), Square (5 X 5 Inch), Business Card. Custom: (width 55 – 215.9mm, Length 89 – 676mm) Paper Type: Plain Paper, High Resolution Paper, Photo Paper Plus Glossy Ii, Photo Paper Plus Semigloss, Matte Photo Paper, Envelope, Glossy Photo Paper, Photo Sticker Paper Weight: Plain Paper: 64 – 105g/m2, Canon Specialty Paper 275g/m2; Photo Paper Plus Glossy Ii (pp-201). Input Capacity: 100 Sheets Input Tray Output Capacity: 50 Sheets Output Tray Duplex Printing: Manual (driver Support Provided) Scanner Type: Flatbed Scanning Speed: 19s Scan Resolution: 600 X 1 200dpi Scan Paper Size: A4, Letter 10,700.00 Page 1 Of 5 Item No. Qty Description Total Multiple Copy: 1 – 20 Pages Copy Speed: 3.5ppm Connectivity: 1 Hi-speed Usb 2.0, Wi-fi Display: 1.2 Inch Segment Lcd Display Wireless: Yes, Ieee 802.11n / Ieee 802.11g / Ieee 802.11b Ink Tank: Yes Power: Input Voltage: Ac 100 – 240v; 50 / 60hz; Power Consumption: 11w (1.2w Standby) Ink Bottle: Gi-790 Black (6,000) Pages, Gi-790 Cyan, Magenta, Yellow (7,000) Pages 3 3 Unit All-in-one Ink Tank Printer Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black / Colour): Up To 7.0 Ipm / 1.7 Ipm Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 600 X 1200 Dpi Maximum Scan Area: 216 X 297 Mm Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Flatbed (black / Colour): 200dpi: Up To 11 Sec / Up To 32 Sec Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Maximum Paper Size: 215.9 X 1200 Mm Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver*3 Operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Usb: Usb 2.0 Printer Software: Epson Scansmart 28,800.00 4 5 Unit Color Document Scanner Specifications Scanner: 249,500.00 Page 2 Of 5 Item No. Qty Description Total Scanner Type: Sheet-fed, 1-pass, Duplex Color Scanner Optical Resolution:600 Dpi Maximum Resolution:1200 Dpi Interpolated Monochrome Bit Depth:1-bitoutput Resolution:50 To 1200 Dpi Effective Pixels:5100 X 9300 Light Source:3-color Rgb Led Scanning Speed:letter Size: 45 Ppm/70 Ipm: 300 Dpi Black-and-white, Color, Gray Automatic Document Feeder: Capacity:100 Sheets Document Sizes: Paper Size Minimum: 2" X 2" Paper Size Maximum: 8.5" X 240" At 200 Dpi, 8.5" X 215" At 300 Dpi Daily Duty Cycle: 5,000 Sheets Paper Weight: 27 –413 G/m2 Consumables: Roller Assembly Kit: 200,000 Pages General: Operating Systems: Windows® 10 Windows 8/8.1 Windows 7 Mac Os X® 10.9.8 – Macos® 10.12.x Software Requires Internet Connection For Download And Installation. Temperature: Operating: 41 ° To 95 °f (5 ° To 35 °c) Storage: -13 ° To 140 °f (-25 ° To 60 °c) Humidity: Operating: 10 – 80% (no Condensation) Dimensions: Product Only: 11.7" X 7.7" X 12.5" Product In Package: 14.5" X 9.9" X 11.5" Weight: Product Only: 8.1 Lb. Product In Package: 10.6 Lb. 5 4 Unit Computer Speaker Dimensions Height: 110 Mm Width: 90 Mm Depth: 88 Mm Weight: .25 Kg Technical Specifications Total Watt (rms): 1.2w 3.5 Mm Input: 1 Usb Cable For Power: 1 Controls Power And Volume Controls On Right Speaker 3,000.00 6 3 Unit Computer Web Camera Resolution: Full Hd 1080p, 1920*1080 Pixels Lens Type: Full Hd Glass Lens Viewing Angle: 70 Degrees Focus Type: Fixed Focus Focus Range: 60cm And Beyond Built-in Mic.: Digital Hd Mic. Output Format: Mjpeg Frame Rate: 30fps Usb: Usb 2.0 System Requirements Compatible With: Windows 7 /8 / 8.1 / 10 Or Later Works In Usb Video Device Class (uvc) Mode: Mac Os 10.10 Or Later 3,900.00 Page 3 Of 5 Item No. Qty Description Total Linux Os 2.6 Or Later Chrome Os 6.0 Or Later Android V6.0 Or Later Compatible With Social And Video Calling Software Of The Above System 7 1 Unit Dot Matrix Printer Print Method: Impact Dot Matrix Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Print Speed: High Speed Draft: (10 / 12 / 15 Cpi): 347 / 357 / 390 Cps (condensed, 17 / 20 Cpi): 383 / 298 Cps Draft: (10 / 12 / 15 Cpi): 260 / 312 / 223 Cps (condensed, 17 / 20 Cpi): 222 / 260 Cps (emphasized, 10 Cpi): 130 Cps Nlq: (10 / 12 / 15 / 17 / 20 Cpi): 65 / 78 / 55 / 47 / 56 Cps Reliability: Printhead Life: Approx. 400 Million Strokes/wire Mean Print Volume Between Failure (mvbf): Approx. 20 Million Lines (except Print Head) Mean Time Between Failure (mtbf): Approx. 10,000 Poh (25% Duty) Print Characteristics: Character Sets: Italic Table, Pc437 (us Standard Europe), Pc850 (multilingual), Pc860 (portugese), Pc861 (icelandic), Pc863 (canadian French), Pc865 (nordic), Abicomp, Brascii, Roman 8, Iso Latin 1, Pc 858, Iso 8859-15 Paper Path: Manual Insertion: Rear In, Top Out Push Tractor: Rear In, Top Out Paper Media: Cut Sheet (single Sheet): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.065 ~ 0.14mm (0.0025 ~ 0.0055") Cut Sheet (multi-part Forms): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.12 ~ 0.39mm (0.0047 ~ 0.015") (total) Continuous Paper (single Sheet / Multi-part): Length: 101.6 ~ 558.8mm (4.0 ~ 22.0") Width: 101.6 ~ 254.0mm 4.0 ~ 10.0") Thickness: 0.065 ~ 0.39mm (0.0025 ~ 0.015") (total) Envelope (no.6): 14,000.00 Page 4 Of 5 Item No. Qty Description Total Length: 92mm (3.6") Width: 165mm (6.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0,0205") (total) Envelope (no.10): Length: 105mm (4.1") Width: 241mm (9.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0.0205") (total) Roll Paper: Width: 216mm (8.5") Thickness: 0.07 ~ 0.09mm (0.0028 ~ 0.0035") Supported Os And Applications: Supported Os: Microsoft® Windows® 2000 / Xp / Vista / 7 / 8 / 8.1 / 10 8 6 Piece External Hard Drive Connection Interface: Usb 3.0 Capacity: 1tb Storage Media: 2.5" Hdd 19,200.00 9 1 Unit Monitor 34 Inches” Wqhd (3440x1440) High Resolution 21:9 Ultra Wide Display 121% Srgb 144hz High Refresh Rate Immersive 1500r Curvature 144hz Curved Monitor 20,000.00 10 14 Piece Ssd Form Factor 2.5? Capacity 1 Tb Interface Sata Iii Dimensions (l X W X H) 0.28? X 3.96? X 2.75? Sequential Read Performance 535mb/s Sequential Write Performance 450mb/s" 51,800.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 10, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date10 Jan 2025
Tender AmountPHP 458.5 K (USD 7.9 K)

Department Of Education Division Of Naga City Tender

Publishing and Printing
Philippines
Details: Description Republika Ng Pilipinas Kagawaran Ng Edukasyon Rehiyon V Tanggapang Pansangay Ng Mga Paaralan Ng Lungsod Naga Bids And Awards Committee Request For Quotation For Goods And Services Date: December 27, 2024 Quotation No. : G2024-12-499 Purchase Request No. : 24-12-464 To: All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms & Conditions Of This Request For Quotation (rfq) And Submit Your Quotation Duly Signed By You Or Your Authorized Representative In The Return Envelope Not Later Than The Prescribed Period. Do Not Forget To Write The Quotation No./ Purchase Request (pr) No. In Front Of The Envelope Which You Must Seal, Sign, And Submit To Deped, Naga City Division, Roxas Avenue, Triangulo, City Of Naga. For Any Clarification, You May Contact Us At Cellphone No. 0995-751-0997 Or Email Address At Sdonaga.bac@deped.gov.ph. Fernando C. Macaraig Bac-chairperson _____________________________ Signature Over Printed Name Canvasser __ Terms & Conditions A. Submission Of Requirements 1. All Entries In The Rfq Form Must Be Accurate And Legibly Written. The Rfq And Other Requirements Stated Herein Shall Be Submitted In A Sealed Envelope To The Bids & Awards Committee (bac) At Deped Naga City Schools Division Office, Roxas Avenue Triangulo, Naga City. 2. Document Requirements: (suppliers Who Had Contract/s With Deped Naga Previously And Whose Documents Are Still Valid May No Longer Submit These) A. Philgeps Registration B. Dti/sec Registration C. Mayor’s Permit/business Permit D. Tax Clearance Certificate E. Pcab License (for Infrastructure Projects) B. Evaluation Of Quotations 1. Quotation Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission B. Compliance With Technical Specifications C. Price (to Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable). 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 3. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. C. Award 1. The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation By The Bac. 2. Prior To Award, An Omnibus Sworn Statement Must Be Submitted By The Supplier. 3. Once Purchase Order Is Awarded, The Photocopy Of Bank Account Number Of The Supplier’s Company Must Be Submitted (preferably Land Bank, If Available) D. Delivery 1. Delivery Of Goods Shall Be Made Within 7 Calendar Days From The Date Of The Receipt Of The Purchase Order. 2. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 3. Deliverables Shall Be Delivered To The Deped Naga City Schools Division, City Of Naga Or Wherever The Project Site Is Defined, Cost To The Account Of Supplier. Risk And Title Pass From The Supplier To The Purchaser Upon Inspection, Receipt And Final Acceptance Of The Goods At Project Site. 4. Upon The Delivery Of Goods To The Project Site, The Supplier Shall Notify The Purchaser And Present The Following Documents: A. Original And 4 Copies Of The Supplier’s Invoice Showing The Goods Description, Quantity, Unit Price And Total Price. B. Original And 4 Copies Of Delivery Receipts C. Original Statement Of Accounts D. Approved Purchase Order E. Warranty Certificate E. Instructions 1. Supplier Shall Be Responsible For The Source(s) 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 A Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Shall Pick-up The Purchase Order Issued In Its Favor Within Three (3) Calendar Days From The Date Of Receipt Of Notice. A Telephone Call, Text Message, Email Or Use Of Messaging App Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchase Order Remains Unclaimed, The Purchase Shall Be Cancelled. 3. 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 Deped’s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under Ra 9184 And It’s Irr Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 5. All Duties, Excise Taxes And Revenue Charges Shall Be Paid By The Supplier. 6. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 7. All Pages Of The Request For Quotation Shall Be Initialed By The Bidder/supplier To Ensure That Terms And Conditions Were Read And To Protect The Bac From Any Insinuation Of Tampering With The Said Documents. F. Inspection To Confirm Their Conformity To The Technical Specifications All Deliveries By Supplier Shall Be Subject To Inspection And Acceptance By The Deped Inspectorate Team And The End-user. And, All Costs Of The Necessary Laboratory Tests Undertaken By Deped On The Goods Shall Be To The Account Of Suppliers. G. Liquidated Damages A Penalty Of One-tenth Of The Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Delay Of The Delivery Of The Purchased Goods. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, The Procuring Entity Concerned May Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. Warranty Warranty Shall Be For The Period Of Six (6) Months For Supplies And Materials And One Year In Case Of Equipment, Reckoned From Date Of Acceptance Of The Goods At Project Site. I. Payment One Hundred Percent (100%) Of The Contract Price Shall Be Paid To The Supplier After Acceptance Of The Goods At Project Site And Submission Of The Required Supporting Documents Provided Under Letter D. Delivery. The Bids And Awards Committee: After Having Carefully Read And Accepted Your Request For Quotation And Its Terms And Conditions, I/we Quote You On The Item/s At Price Noted In This Rfq. The Quotation Shall Be Binding Upon Us For Thirty (30) Calendar Days Reckoned From The Last Day Of Submission Indicated In The Submission Requirement. The Corresponding Award Or Purchase Order Shall Be Accepted By Us Within 3 Days From Notification By Deped Naga Bac. Approved Budget Of The Contract For This Project: P 350,000.00 Item No. Item Description Qty Unit Estimated Unit Price State Comply Or Not Comply Unit Price Total Price Procurement For Secondary Schools. Allotment Availability: Ro-5-24-2942 Printer 3 In 1 16 Unit 12,500.00 Printer 3 In 1 1 Unit 25,000.00 Printer W/out Scanner 4 Unit 6,250.00 Toner Xerox Machine 10 Pcs 2,500.00 55” Television 1 Pc 25,000.00 Mini Pc 1 Unit 25,000.00 Desktop Computer W/ Installed Wps 1 Unit 25,000.00 Please See Attached Sample Pictures Note: Any Interlineations, Alteration/ Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Supplier’s Company Name: _________________________________________________ _______________________________ Philgeps Registration Number: _______________________________________________ Tin ______________________________ Address: ____________________________________________________________________________________________________________ Telephone/cellphone Number: __________________________ Email: _______________________________________________ Supplier Or Authorized Representative: _________________________________________________________________________ Signature Over Printed Name: _________________________________________________ Date: _____________________________ Note: A Special Power Of Attorney Is Required For The Authorized Representative *************
Closing Date1 Jan 2025
Tender AmountPHP 350 K (USD 6 K)

DEPT OF THE ARMY USA Tender

Education And Training Services
United States
Details: Draft Rfp Request For Feedback family Of Maintenance Trainers Product Line (fmt Pl) introduction: the U.s. Army Contracting Command - Orlando (acc-orlando) Is Issuing This Ssn On Behalf Of The U.s. Army Program Executive Office For Simulation, Training, And Instrumentation (peo Stri), Assistant Program Manager (apm), Family Of Maintenance Trainers Product Line (fmt Pl) Who Has A Requirement For Technology Refresh, Concurrency Upgrades, Development, And Production Of Maintenance Training Simulation Systems That Provide Institutional And Operational Unit Maintenance Training. Additionally, There Is A Requirement For Configuration Management, Software Updates, And Integration Support For The Fmt Common Core. telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions. disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Announcement Is Strictly Voluntary. The Government Reserves The Right To Revise The Rfp And Any Attachments, Prior To Release Of The Final Rfp. program Background: since 2000, The Army Has Fielded Multiple Maintenance Training Systems (mts) To Support Training In Critical Unit Level Maintenance Tasks Required For Various Combat/tactical Platforms. Stakeholder Customers Have Individually Funded Peo Stri For The Acquisition, Development, Fielding, And Support Of Maintenance Training Devices Until The Fmt Product Line Was Established In 2019. the Fmt Pl Utilizes A Government Owned Architecture And A Common Software And Hardware Baseline To Provide Skill Level Development For System Operation, Fault Diagnosis, Troubleshooting, Adjustments, Removal And Replacement And Repair Tasks For Various Military Platforms. the Fmt Pl Consists Of Four Elements To Provide Training Capability: common Core Is The Common Hardware Architecture And Software Baseline That Provides The Infrastructure, Functionality, And Capabilities To Support Maintenance Training Of Military Platforms Across The Fmt Product Line Portfolio Of Training Systems. diagnostic Troubleshooting Trainers (dtt) Are Computer-based System Simulations Which Provide Interactive Visual And Audio Maintenance Training In A Virtual Classroom Environment; No Actual Physical Vehicle Hardware Is Employed. Navigation And Interaction With The Dtts Is Handled Via Keyboard, Mouse, And Touchscreen Inputs. part Task Trainers (ptt) Provide High Fidelity, System/subsystem Full-scale Representation And Allow Student Access To Hardware For Fault Isolation And Subsequent Repair Training Of Line Replaceable Units (lrus). hands On Trainers (hot) Are High Fidelity, System/subsystem Full Scale Representations Platform Which Include Multiple Subsystems And Are Operated In The Same Manner As The Ptts. the Fmt Product Line Currently Includes Maintenance Training For The Following Platforms: stryker (multiple Variants) abrams (multiple Variants) bradley joint Light Tactical Vehicle (jltv) armored Multi-purpose Vehicle (ampv) acquisition Strategy - Planning Information: 1. Contract Vehicle: The Government Anticipates On Awarding Indefinite Delivery/indefinite Quantity Multiple-award Contracts (idiq-macs). 2. North American Industry Classification System (naics): The Applicable Naics Code For This Requirement Is 333310 Commercial And Service Industry Machinery Manufacturing, With A Small Business Size Standard Of 1,000 In Number Of Employees. The Applicable Product Service Code (psc) Is 6910 - Training Aids. *note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles In Order To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards. *note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years *note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months. 3. Contract Type: The Government Anticipates On Awarding A Contract With Firm Fixed Price And Cost Plus Fixed Fee Contract Type. Prior To Award Of A Task Order The Government Will Establish Wheather An Effort Will Be Ffp, Cpff Or A Hybrid Of Both. submission Details: interested Businesses Shall Submit Any Questions Or Comments Regarding The Draft Rfp And Its Attachements. Your Response To This Ssn Shall Be Electronically Submitted To The Acc-orlando Branch E-mail Via Usarmy.orlando.peo-stri.mbx.acc-orl-vts-it-branch@army.mil, No Later Than 8:30 A.m. (est) On 23 January 2024 And Reference Sam Notice Number And Title In The Subject Line Of The E-mail And On All Enclosed Documents. The Subject Of The Email Shall Be “fmt Draft Rfp”. These E-mails Are Capable Of Receiving 30mb Size E-mails With Attachments. Responses Shall Either Use Microsoft Office 2013 Compatible (.xlsx, .docx Or .pptx) Or Adobe Acrobat 9 Pro (.pdf) Formats And Utilize Times New Roman 12 Point Font Size. Information And Materials Submitted In Response To This Request Will Not Be Returned. All Information/materials Received In Response To This Notice That Are Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. Do Not Submit Classified Material. written Responses To This Ssn Should Consist Of The Following: please Complete The Following Table And Include With Your Response: date: company Name: company Website: company Location: company Cage Code: poc Name: poc Email: poc Position: poc Phone Number: large Or Small Business: if A Small Business Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb)]: u.s. Or Foreign Owned / Foci And Fcs Status: current Peo Stri Programs: *note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself. to Assist In Our Market Research And Set-aside Determination For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize A “similarly Situated Entity” To Meet The Limitations On Subcontracting Requirements, Please Identify The Name & Unique Entity Id/cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: The Following Is A Sources Sought Notice. This Sources Sought Is Seeking To Identify Qualified Sources Under North American Industry Classification System (naics) 541330, Engineering Services(a-e) Services. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes. No Sf330s Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals, And No Contract Will Be Awarded From This Notice. This Sources Sought Announcement Will Not Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Cost Incurred In Preparation Of A Response To This Notice. these Services Will Be Procured In Accordance With 40 U.s.c. Chap 11, Selection Of Architects And Engineers (formerly Known As The Brooks Architect Engineer Act) As Implemented In Far Subpart 36.6 And Dfars Subpart 236.6. the U.s. Army Corps Of Engineers (usace) Kansas City District (nwk) Seeks Qualified Ae Firms Interested And Capable Of Providing An Array Of Design Services For The Department Of Veteran's Affairs (dva) John Cochran Medical Center (jcmc) Located At 915 N Grand Blvd, St. Louis, Mo 63106. The Government Is Contemplating An Unrestricted (ur), A-e, Single Award Task Order Contract (satoc), Indefinite Delivery Contract Solicitation. The Estimated Ordering Limitation Of All Task Orders Issued Under The Satoc Will Have A Maximum Ordering Capacity Of One Hundred Million ($100,000,000.00) Dollars. The Base Ordering Period For This Contract Will Be Five (5) Years With One Option To Extend The Ordering Period For An Additional Five (5) Years. It Is Anticipated That A Solicitation Announcement Will Be Published In The Procurement Integrated Enterprise Environment In The 2nd Quarter Of Fy2026. firms Must Be Capable Of Performing Work To Support The Planning, Design, And Construction Phase Services For The Construction Of A New Health Care Facility And Supporting Facilities. Firms Must Be Capable Of Progressing The Current Conceptual Schematic Design Using The Collaborative Integrated Design And Construction (idac) Project Delivery Method. Idac Is A Usace Alternative Early Contractor Involvement (eci) Delivery Method That Requires Extensive Collaboration Between The Owner, Designer Of Record (dor), And Construction Manager / General Contractor. The A-e Collaboration Requirements Include Continuous Open Team Communication; Partnering; Willingness For The A-e To Incorporate Alternative Designs And Materials And Include Changes To Schedule; Phasing Plans; Specifications; Means And Methods Of Construction Throughout The Collaborative Design Progression Period That Takes Place During The Construction Contractor’s Preconstruction Phase Services. A Summary Of The Idac Delivery Method Is Attached To This Announcement. required Services May Include The Preparation Of Special Reports; Planning And Design Charrettes; Studies; Development Of Design Criteria For Performance Contracts; Design Of Construction; Documenting Basis Of Design; Developing, Updating, And Reconciling Construction Cost Estimates. The Task Orders May Include But Are Not Limited To Design Work Involving Site Investigation, Geotechnical Reports, Topographic Surveys, Preparation Of Contract Drawings, Technical Specifications, Design Analyses, Life Cycle Cost Analyses, And Continuous Real-time Computer Aided Cost Estimating And Cost Reconciliation With Third Party Estimates. Electronic Security System Design, Anti-terrorism/force Protection Design, Progressive Collapse, Seismic Design, Cyber Security, And Network Engineering May Be Required. Resiliency, Reliability, And Sustainability Will Be Important Considerations. total Building Commissioning, With A Perspective As Designer May Be Required. Construction Phase Services, Including Shop Drawing Review, Design During Construction, Site Visits, Etc., Could Be Included In Task Orders. Building Information Modeling (bim) Technologies, Cadd And Gis Deliverables May Be Required. Specific Requirements Will Be Determined Based Upon Project Requirements And Described In Each Task Order. Project Assignments Will Typically Require Performance In An Office Setting And On-site. the Kansas City District Is Soliciting Feedback From Industry As Part Of Our Market Research Efforts Associated With This Acquisition And Is Considering Various Acquisition Strategies To Deliver This Project And Requests Input From Industry. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Ten (10) Pages For Your Response: 1. Organization Name, Address, Email Address, Website Address, Telephone Number, Business Size (small Or Large), And Type Of Ownership For The Organization; Include Uei Number And Cage Code. 2. Firm's Interest In Providing An Sf330 On The Pending Solicitation Once Issued. 3. Experience: A. Evidence Of Capabilities To Perform Work Comparable To That Required For This Project (e.g. Design Of Medical Facilities And Ancillary Structures Providing A Wide Variety Of Patient Care Services, Design Of A Campus Requiring Phased Demolition And Phased Construction, Design Of Facilities Utilizing The Dva's Technical Information Library). B. Provide Three Recent Relevant/comparable Projects (not More Than Ten Years Old). Include The Project Name; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project And Those That Demonstrate Similarity To The Work Required Under The Proposed Satoc; Identify The Contracting Office & The Customer/user (include Poc Information); And Identify/discuss The Acquisition Method (e.g., Sealed Bid, Best Value), Contract Type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets [fpis], And Delivery Method (e.g., Integrated Design And Construction [idac],guaranteed Maximum Price [gmp], Design-bid-build, Design-build, Early Contractor Involvement [eci], Construction Manager As Constructor [cmc], Etc.). Responses Should Address The Firm's Capability To Construct A Hospital Or Medical Center Facility And The Challenges Associated With Large, Complex Medical Facilities. 4. Identify If, Based Upon The Scope Of This Project, You Would Form A Joint Venture To Execute This Work. Provide Joint Venture Information, If Applicable, Including Uei And Cage Code. 5. Provide The Firms Plan To Include Small Business Participation To The Maximum Extent Practicable. a Virtual Industry Day Is Planned For Thursday, December 19, 2024 At 1100 Cst. Webex Login Information Is Listed Below: 1. Join From The Meeting Link Below: https://usace1.webex.com/usace1/j.php?mtid=m5e4d4e7380c3b0f3d4796025d738aa1d 2. Join By Meeting Number Below: meeting Number (access Code): 2827 328 3747 meeting Password: N4ppp75cyc* 3. Join From A Mobile Device (attendees Only) +1-844-800-2712,,28273283747## Us Toll Free +1-669-234-1177,,28273283747## Us Toll 4. Join By Phone +1-669-234-1177 Us Toll +1-844-800-2712 Us Toll Free global Call-in Numbers | Toll-free Calling Restrictions 5. Join From A Video System Or Application dial 28273283747@usace1.webex.com you Can Also Dial 207.182.190.20 And Enter Your Meeting Number. please Send Your Sources Sought Responses Via Email To Ines.necker@usace.army.mil. Submissions Should Be Received By 11 A.m. Cst, January 6, 2025. this Synopsis Is For Market Research Purposes Only And Is Not A Request For An Sf330 Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice.
Closing Date6 Jan 2025
Tender AmountRefer Documents 
7281-7290 of 7452 archived Tenders