Computer Tenders

Computer Tenders

Krajsk Zdravotn , A S Tender

Electronics Equipment...+1Electrical and Electronics
Czech Republic
Closing Date26 Jan 2025
Tender AmountCZK 24.5 Million (USD 1 Million)
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

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
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 ********

Batangas State University Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 458.5 K (USD 7.9 K)
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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: The U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For The Lease Of Approximately 4,000 To 8,000 Ansi/boma Occupant Area (aboa) Square Feet Of Medical / Clinical Office Space In Portsmouth, Nh Or Newington, Nh. notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred Associated To This Request For Capability Information. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered As Either Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Va. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. description: The Va Seeks To Lease Between Approximately 4,000 And 8,000 American National Standards Institute/building Owners And Managers Association (ansi/boma) Occupant Area (aboa) Square Feet (sf) Of Medical / Clinical Space And Approximately 40 Parking Spaces For Use By The Va As A Community Based Outpatient Clinic (cboc) Within The Delineated Area Of The Town Limits Of Portsmouth Nh Or Newington Nh. Va Requires Space Located In An Existing Building That Is Currently Designed For Medical / Clinical Use. parking Space Requirement Is 40 Parking Spaces, Or 5 Per 1,000 Rentable Square Feet Offered, Whichever Is Greater, And Must Include A Minimum Of 1 Handicapped Van Accessible Space And 3 Handicapped Accessible Spaces. aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Areas Required By Code Are Deducted From The Rentable Square Feet (rsf) Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. lease Term: 10 Years With 4 Years Firm Term And 6 Years Soft Term. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Town Limits Of Portsmouth Nh Or Newington Nh. location Requirements: In Addition, The Offered Space Must Meet The Following Additional Requirements: offered Space Must Be Located On No More Than One Floor And All Space Must Be Contiguous. if Offered Space Is Not On The Ground Floor, Then A Minimum Of Two (2) Elevators Must Be Provided. space Must Not Be Located On A Level Below Ground. the Building Must Have Metro-ethernet Data And Voice Communication Circuits Available For Demarking In The Telecommunication Room. the Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. parking Shall Be Contiguous And Adjacent To The Building. Handicap Spaces Shall Be Within 100 Feet Of A Building Entrance. structured Parking Under The Space Is Not Permissible. offered Space Cannot Be In The Fema 100-year Flood Plain. offered Space Must Be Zoned For The Va S Intended Use. offered Space May Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Establishments Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths If Flight Paths Are A Noise Or Vibration Disturbance. space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards. the Building Must Be Handicapped Accessible. The Space And Parking Area Must Meet The Requirements Of The Architectural Barriers Act Accessibility Standards And The Va Barrier Free Design Standard (available At Barrier Free Design Standard (va.gov)). clinical Space Requirements: The Va Is Seeking Space That Is Already Built Out For Clinical Use. The Space Must Accommodate The Minimum Needs Of The Space Program Listed Below. 6-12 Patient Care Rooms For Exam, With Sinks, Approximately 100 140 Square Feet Each. 4 Patient Care Rooms For Consult, May Or May Not Have Sinks, Approximately 100 -140 Square Feet Each. 1 Waiting Room, Approximately 180 - 350 Square Feet. 1 Check-in Area With Space For 1-3 Computer Stations, Approximately 80 - 160 Square Feet. space For 12-20 Touchdown Desks. This Can Be One Large Space, Or The Desks Can Be Divided Across Multiple Rooms. 1 Single-person Office, 80-120 Square Feet. lab/blood Draw Space, With A Sink, Minimum Of 120 Square Feet. 1 Alcove Or Room For A Height/weight Station, Minimum 20 Square Feet. 1 Clean Storage Room, Minimum 120 Square Feet. 1 Soiled Storage Room, Minimum 30 Square Feet. 1 Telecommunications Room, Minimum 80 Square Feet. restrooms/toilets As Required By Local Code. there May Be Some Allowance For Tenant Improvements To Meet The Space Program Requirements. However, No More Than 25% Of The Space Offered Should Require Tenant Improvements To Meet The Space Program Requirements. conference Space Requirements: The Va Potentially Might Also Be Interested In Combining A Lease Of Approximately 4,000 Aboa Of Conference Center Space With The Clinical Space Lease. These Are Separate Requirements. The Space Need Not Be In The Same Building Or Site But Must Be Within The Original Delineated Area Of Portsmouth Or Newington, Nh. conference Center Space Should Be Able To Accommodate: 2 Conference Rooms, Approximately 1,400 Square Feet Each. 3 Offices, Approximately 100 Square Feet Each. 1 Kitchenette, Approximately 80 Square Feet. restrooms/toilets As Required By Local Code. there Is No Restriction On Tenant Improvements For The Conference Space. if The Lessor Also Has Conference Space Meeting The Above Requirements, Please Provide That Information In The Submission. expressions Of Interest: all Submissions Should Include The Following Information: name Of Current Owner. point Of Contact With Email Address And Phone Number. address Or Described Location Of Building(s). location On Map Demonstrating The Building(s) Lies Within The Delineated Area. site Plan Depicting The Building(s) And Parking. floor Plan, With Aboa, Of Proposed Space(s). identify Your Socioeconomic Status And Business Size Type. (i.e.: Wosb, Small Business, Other Than Small Business). if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $47 Million, Please Identify As Such And Attach Proof Of Status. all Interested Parties Must Respond To This Advertisement No Later Than January 9, 2025, At 4 Pm Et. e-mail Responses To: melinda Sanderson Melinda.sanderson@va.gov

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: The Medical Readiness Contracting Office West (mrco) Is Issuing This Sources Sought Notice To Findpotential Sources To Provide Chemiluminescent Immunoassay (clia) Kits Compatible With Thegovernment’s Current Clia Instrumentation For The Brooke Army Medical Center (bamc) Department Ofpathology And Area Laboratory Services – Immunology Laboratory, Fort Sam Houston, Texas. Requiredassays Are Listed Below. A Base Period Of Performance From 01 October 2025 Through 30 September2030 Will Be Required For This Action. this Is Not A Solicitation Announcement – This Is A Sources Sought Notice And Is Issued Solely Forinformation And Planning Purposes – It Does Not Constitute A Request For Quote (rfq) Or A Promiseto Issue An Rfq In The Future. Solicitations Are Not Available At This Time And Requests For Asolicitation Will Not Receive A Response. This Notice Does Not Constitute A Commitment By Theunited States Government To Contract For Any Supply Or Service Whatsoever. All Informationsubmitted In Response To This Announcement Is Voluntary; The United States Government Will Not Payfor Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developinginformation Provided To The United States Government. Not Responding To This Sources Sought Noticedoes Not Preclude Participation In Any Future Rfq, Should One Be Issued. It Is The Responsibility of The Potential Offerors To Monitor This Site For Additional Information Pertaining To Thisrequirement. the Government Will Use Responses To This Notice In Formulating Its Acquisition Strategy. If Thegovernment Does Not Receive Sufficient Information In Response To This Notice To Verify Thepotential For Competition Exists, It Is Possible That A Sole- Source Contract, Supported By Ajustification And Approval Document, Will Be Issued To Support The Government's Requirement. Mrco-w is Seeking The Following Information (please Answer Paragraph Below With Your Response): 1. Company Name, Cage Code, And Point Of Contact Information (including Phone Number And Emailaddress), And Socio-economic Category(ies) As Related To Naics 325413 (in-vitro Diagnosticsubstance Manufacturing), Such As 8(a), Hubzone, Women-owned, Service-disabled Veteran-owned,small, Or Other-than-small. 2. Capability Statement (limited To Ten Pages), Describing How Your Company Meets The Belowobjectives, Providing Additional Proof (such As Fda Approval) Where Appropriate: requirements Of Services To Be Provided: basic Requirements: Chemiluminescent Immunoassay Applicable Kits Must Be Fda-approved Andcompatible With The Government’s Current Clia Instrumentation. Training Must Be Provided Forreagent Kits/assay Kits Provided.test Menu And Special Requirements For Awarded Contractor: Vendor Must Meet, Or Improve, Eachlaboratory's Existing Turn-around Times As A Minimum, By Any Change In Instrumentation. Listedtesting Requirements Must Becapable Of Completion In Under 60 Minutes From Start Time (time Of Loading Onto Instrument). proposal Shouldinclude Automated Clia Processing For: • Calprotectin (fecal) • Cytomegalovirus Igg • Cytomegalovirus Igm • Epstein-barr Virus o Ebv Igm o Vca Igg o Ebna Igg o Ea Igg • Herpes Simplex Virus ½, Type Specific Igg For Each • Measles Igg • Mumps Igg • Rubella Igg • Rubella Igm • Toxoplasma Gondii Igm • Toxoplasma Gondii Igg • Treponema Pallidum (igg/igm) • Varicella Zoster Virus Igg • Zika Virus Igm • Lyme o Lyme Total Antibody o Lyme Igg o Lyme Igm • Memed Bv (or Similar Structure) o Immune System-based Protein Signature To Differentiate Between Bacterial And Viral Infectionsmethod Performance/comparison Shall Be At The Expense Of The Vendor, Shall Include Linearitymaterial And Reagents, And Be Consistent With Current Clsi Standards And Related Documents, Capstandards And Federal Regulations, For The Following: 1. Correlation Studies For Each Analyte. A Minimum Of 20 Samples, Spanning The Reportable Range,shall Be Run By The Present And The New Contracted Method. Vendor Shall Analyze Numbers And Providestatistical Data To Accept The New Method. Statistics Shall Consist Of At Least Mean, Bias, Slope,y-intercept, Correlation Coefficient, And Meet Current Standards Defined By Clsi. 2. Linearity Analysis Shall Be Performed On New Contracted Instrument(s) For Each Analyte Todetermine Reportable Range With Data Reduction In Accordance With Clsi Guidelines. 3. Precision Study Shall Be Performed Utilizing Normal And Abnormal Control Material. This Shouldconsist Of A Within Run Precision Study Of 10 Normal And 10 Abnormal Controls And A Day-to-dayprecision Study Of Normal And Abnormal Controls. 4. Sensitivity: Sensitivity May Be Validated Concurrently With The Linearity Verifications. 5. Specificity Studies: Adverse Effects For Increased Bilirubin, Hemolysis, Lipemia, Or Otherinterrupting Substances Including Blood Container Are Evaluated For Interfering Substances For Eachmethod Performed. 6. Reference Range: Determine A Reference Range For Each Test Following Clsi Guideline C-23a.samples Used For The Reference Range Study Must Be Representative Of The Patient Population Beingtested. Reference Range Assessment Must Be Performed For Each Lab. One Of The Following Protocolsshould Be Used: a. If The Suggested Manufacturer's Range Is Not Appropriate For The Patient Population, A Referencerangemust Be Established And May Require Additional Reference Individuals. b. If A Laboratory Is Currently Using The Proposed Instrument/reagent System, The "in-use"reference Range Can Be Transferred To The "new" System If A Method Comparison Study Between The Twosystems Proves To Be Acceptable. If Comparison Studies Are Not Acceptable, Then An Alternate Testmust Be Provided. 7. Analytical Measurement Range Validation Studies Must Be Performed By Vendor For Applicableanalytes, 8. All Technical Procedures Must Be Provided Electronically By Vendor In Clsi Format, Usingsoftware Compatible With Each Laboratory's Computer System, For Local Modification (editable) Tomeet Cap Requirements. 9. Carryover Studies Must Be Performed, As Applicable, As Part Of The Initial Evaluation Of Theinstrument. Vendor Shall Provide Interpretation Of Raw Data For Each Instrument Installed Andvalidate No Carryover Exists Within The Test Platforms. 10. Vendor Must Provide All Reagents, Calibrators, And Controls Needed Along With Technicalassistance To Perform Correlation Studies From A Single Lot At No Additional Cost For New Testmethods Or Changes In Test Menus. (i.e., Vendor Is To Provide All Manpower And Reagents/supplies Todo Correlation Studies). 11. Vendor Must Provide Hands-on Training To Staff Onsite Prior To Or During Instrument Integrationat The Facility. Expert/advanced User Training Should Be Offered At Vendor/manufacturer Site At Aminimum Of Two (2) Staff Per Instrument. analytical Systems: • Not Applicable. Vendor Will Not Provide Instrumentation. The Government’s Instrumentation Willbe Used. reagents And Supplies: 1. Vendor Must Describe Kit Size Options Available For Applicable Tests. 2. Vendor Reagents Must Be 99% Liquid Ready To Use From Storage, Requiring No Reconstitution Ormixing. List All Reagents That Are Not Liquid, Ready To Use. 3. Vendor Calibrators Must Be At Least 95% Liquid Ready To Use From Storage, Requiring Noreconstitution Or Mixing. List All Assay Calibrators That Are Not Liquid, Ready To Use. 4. Quality Of Reagents, Supplies And Disposables: The Contractor Shall Assure That All Suppliesprovided/ordered For Use On Their Equipment Will Be Of The Quality Necessary To Produce A Qualityproduct. The Reagent Quality Must Be High Enough To Satisfy Proficiency Testing Standards Of Thecollege Of American Pathologists (cap) And The Joint Commission. In The Event That Supplies Arefound To Be Defective And Unsuitable For Use With The Contractor's Equipment Or The Contractor Hasfailed To Comply With The Requirements Herein, The Contractor Is Required To Deliver The Supplieswithin 24 Hours Of Receipt Of The Verbal Order. 5. Vendor Must Provide 5 Years Of Fda Field Action Notifications. table 1. Workload Data. All Volumes Are In Tests Per Year Included In The Attached Chart On A Different Document.

Government Of New Brunswick Tender

Machinery and Tools...+1Automobiles and Auto Parts
Canada
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Only The Brand Specified Will Be Considered. No Totals Required. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. This Procurement Is Subject To The Canadian Free Trade Agreement. Contract For The Supply And Delivery Of Repair Service And Oem Replacement Parts And Accessories For General Motors (gm / Chev), Light Duty Application For Automotive And Light Truck Up To And Including 1 Ton. Parts And Repair Services Provided Under This Contract Must Be Oem General Motors. Parts Must Be Genuine New And Genuine Remanufactured Products That Are Re-engineered To Like-new Condition And Meet Or Exceed Oem Specifications. This Contract Is Not To Include Rebuilt Products, Off Shore Lower Grade Product Or Private Label Brands. Vendors Are Asked To Carefully Read All Attachments Associated With This Invitation To Tender Prior To Submitting A Bid. Effective March 1, 2025 Through December 31, 2026 Plus One Year Option. The Province Intends To Award A Contract To The Vendors(s) With The Best Combination Of, Price, Product Coverage, And Delivery, Where Deemed Necessary For The Best Interest Of The Province. More Than One Supplier May Be Awarded A Partial Contract Depending On The Competitive Nature Of The Bid Score. Evaluated By The Most Competitive Supplier. The Evaluation Breakdown Is As Follows: O 50% Pricing Structure O 25% Distribution O 25% Product Availability. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Contract Of Supply To Be Delivered As And When Required For The Period Indicated Upon Receipt Of An Official Release Under Contract. The Province Of N.b. Does Not Guarantee That Any Amount, Make, Model, Brand, Item, Part Or Service Will Be Purchased. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. A Bidder Must Obtain Official Bid Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bids (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Failure To Submit The Official Bid Documents Or Provide Proof That The Official Bid Documents Were Properly Obtained Will Result In Rejection Of The Bid. In Order To Facilitate The Evaluation Process, Bidders Are Requested To Respond In The Same Format As The Official Bid Documents. For Procurements Which Are Not Subject To The Provisions Of One Or More Of The Interprovincial Procurement Agreements, The Province Of New Brunswick Reserves The Right To Apply Provincial Or Regional Preferences, Consider Local Content In The Evaluation Of Bids And/or Refuse To Consider Bids From Vendors From Other Jurisdictions When It Is Considered To Be In The Best Interests Of The Province. When Determining The Use Of These Conditions, The Province Will Consider, Among Other Factors, The Extent To Which New Brunswick Vendors Have Access To Equivalent Procurement Opportunities In Those Jurisdictions And The Treatment Accorded By Those Jurisdictions To Bids From New Brunswick Vendors. The Province Will Be The Sole Judge Of Whether These Conditions Will Be Used And The Extent To Which They Will Be Applied. All Discounts Quoted Will Be Considered To Be Without Limitations. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Government Payments. Suppliers Are Required To Provide Bank Account Information And Email Address For Remittance. Please Send The Completed Direct Deposit Form To The New Brunswick Internal Services Agency As Indicated On The Form. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids.

Municipality Of Manolo Fortich, Bukidnon Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.2 Million (USD 22 K)
Details: Description Invitation To Bid For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item The Local Government Unit Of Manolo Fortich Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Eighty-eight Thousand Forty-four Pesos And Ten Centavos (php 1,288,044.10) Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Number Unit Description Quantity Total Cost 1 Set Desktop Computer Set Core I5(latest Gen); 16gb Ram Ddr5 Or Ddr4; 256 Ssd M.2 + 1 Tb Hdd; True Rated Psu; 22 Inches Led Glossy Monitor; Mouse And Keyboard; Avr And Ups; 4gb Gpu; Casing With Fan; With Speaker 12 635,745.60 2 Unit Laptop Intel Core I7 (latest Gen) 16 Gb Ram Ddr5 1 Tb Ssd 15.6" Screen Rtx Series Gpu Windows 11 1 80,000.00 3 Unit Laptop Core I5 (latest Gen), 16gb Ddr4 Or Ddr5 Memory, 512gb M.2 Nvme Ssd With Numpad With Bag, Mouse And Usb To Lan Adapter If The Unit Does Not Have A Lan Port 1 55,000.00 4 Set Laptop (cpu: M3 Chip) -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 2 176,007.00 5 Set Laptop (cpu: M3 Chip) -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 1 88,003.50 6 Unit Printer A3 Printer - All In One Heavy Duty Inktank Printer With Adf-maximum Copy And Print Size: A3; Maximum Scan Area: 297.18 X 431.8 Mm (11.7 X17""); Reduction/enlargement: 25-400%, Auto Fit Function; Automatic 2-sided Printing:yes (up To A3) With Free Black And Colored Inks In A Bottle. 1 54,616.50 7 Unit Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Epson Connect (epson Iprint, Epson Email Print And Remote Print Driver, Scan To Cloud) 1 54,616.50 8 Set Projector 4500 Lumens, 3lcd Full Hd Laser Projector, With Screen, Outdoor 1 90,380.00 9 Unit Wireless Hdmi Video Transmission System "brand New And Branded Transmitter And Receiver - 4k Uhd - 450 Ft (150m) Los Range - 0.06s Low Latency (1080p60 Signal) - Sdi & Hdmi Support - Smart Channel Scan & Selection - Multiple Supply Power Options Inclusion: 2 Extra Batteries & 1 Dual Charger" 1 53,675.00 The Local Government Unit Of Manolo Fortich Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days Upon Receipt Of Approved Notice To Proceed. Bidders Should Have Completed 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). 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. Interested Bidders May Obtain Further Information From Local Government Unit Of Manolo Fortich And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00 Am – 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. The Local Government Unit Of Manolo Fortich Will Hold A Pre-bid Conference On January 21, 2025 At 2:00 Pm At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 04, 2025 At 1:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 04, 2025 At 1:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 04, 2025 At 2:00 Pm At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Local Government Unit Of Manolo Fortich 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. For Further Information, Please Refer To: Miriam C. Flaviano Head Bac Secretariat Local Government Of Manolo Fortich Procurement@manolofortich.gov.ph 0917-809-7461 Catherine C. Gatchalian Bids And Awards Chairman

Department Of Education Division Of Naga City Tender

Publishing and Printing
Philippines
Closing Date1 Jan 2025
Tender AmountPHP 350 K (USD 6 K)
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 *************

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Education And Training Services
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
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.
7281-7290 of 7448 archived Tenders