Computer Tenders
Computer Tenders
Department Of Agrarian Reform - DAR Tender
Food Products
Philippines
Details: Description Item No./ Qty/ Unit/ Item Description/ Stock No./ Estimated Unit Cost/ Estimated Cost Catering Services (on-site) Re: Conduct Of Cy 2025 Gender Responsive Trainings For Organizational Development And Strengthening Under Social Infrastructure Building (sib) From February To October 2025 Php 141.00 For 1 Meal Lunch: Plain Rice, 2 Viands (beef/chicken/fish/pork) With Vegetable Recipe, Fruits, Desserts, Softdrinks/juices, 500ml Mineral Water Terms And Conditions: Items/foods Should Be Delivered On-site (actual Venue Determined By The Client) Materials Shall Be Shouldered By The Caterer Should Strictly Comply With The Specifications Indicated In The Purchase Order Darmo Bansalan/magsaysay Cluster Arbos Involved: Training On Basic Project Proposal Preparation 1.) 28 Pax Lower Marber Irrigators Mpc (lomaimco) @ Php 141.00/pax = Php 3,948.00 2.) 25 Pax Kasya Farmers Multi-purpose Cooperative (kafamulco) @ Php 141.00/pax = Php 3,525.00 3.) 27 Pax Malawanit Farmers Multi-purpose Cooperative (mafamco) @ Php 141.00/pax = Php 3,807.00 4.) 27 Pax Barangay Bala Water Users Association, Inc. (babawusa) @ Php 141.00/pax = Php 3,807.00 Training Workshop On Drafting Basic Organizational Documents 5.) 27 Pax Barangay Bala Water Users Association, Inc. (babawusa) @ Php 141.00/pax = Php 3,807.00 6.) 27 Pax New Ilocos Agrarian Reform Beneficiaries And Farmers Association. @ Php 141.00/pax = Php 3,807.00 7.) 28 Pax Tagaytay United Farmers And Workers Association, Inc. (tufawa) @ Php 141.00/pax = Php 3,948.00 Basic Computer Program/digital Farmers Program 8.) 27 Pax Badagoy Irrigation Association, Inc. @ Php 141.00/pax = Php 3,807.00 9.) 28 Pax Dalawinon Farmers Multipurpose Cooperative (dfmpc) @ Php 141.00/pax = Php 3,948.00 Strategic Planning And Management 10.) 28 Pax Tagaytay United Farmers And Workers Association, Inc. (tufawa) @ Php 141.00/pax = Php 3,948.00 11.) 30 Pax Kilolog Communal Irrigation Association, Inc. (kcia) @ Php 141.00/pax = Php 4,230.00 12.) 27 Pax San Isidro-tacul Communal Irrigators Association, Inc. @ Php 141.00/pax = Php 3,807.00 13.) 25 Pax Malawanit Water Users And Workers Association (mawufa) @ Php 141.00/pax = Php 3,525.00 14.) 27 Pax Bala Kanapulo Communal Irrigation Association (bkcia) @ Php 141.00/pax = Php 3,807.00 Training Workshop On Preparation Of Business Development Plan 15.) 25 Pax Sitio Alo Farmers Multi-purpose Cooperative (safamco) @ Php 141.00/pax = Php 3,525.00 16.) 27 Pax Saint Michael Multipurpose Cooperative (smmpc) @ Php 141.00/pax = Php 3,807.00 17.) 27 Pax Malawanit Farmers Multi-purpose Cooperative (mafamco) @ Php 141.00/pax = Php 3,807.00 Credit Management And Risk Management/deliquency Control 18.) 27 Pax Saint Michael Multipurpose Cooperative (smmpc) @ Php 141.00/pax = Php 3,807.00 19.) 28 Pax Dalawinon Farmers Multipurpose Cooperative (dfmpc) 141.00 3,948.00 20.) 28 Pax Lower Marber Irrigators Mpc (lomaimco) @ Php 141.00/pax = Php 3,948.00 21.) 25 Pax Sitio Alo Farmers Multi-purpose Cooperative (safamco) @ Php 141.00/pax = Php 3,525.00 Training On Records Management 22.) 25 Pax Malawanit Water Users And Workers Association (mawufa) @ Php 141.00/pax = Php 3,525.00 23.) 27 Pax San Isidro-tacul Communal Irrigators Association, Inc. @ Php 141.00/pax = Php 3,807.00 24.) 27 Pax New Ilocos Agrarian Reform Beneficiaries And Farmers Association. @ Php 141.00/pax = Php 3,807.00 25.) 26 Pax Bala Kanapulo Communal Irrigation Association (bkcia) @ Php 141.00/pax = Php 3,666.00 26.) 27 Pax Badagoy Irrigation Association, Inc. @ Php 141.00/pax = Php 3,807.00 Training On Financial Literacy And Preparation Of Simple Financial Report 27.) 30 Pax Kilolog Communal Irrigation Association, Inc. (kcia) @ Php 141.00/pax = Php 4,230.00 28.) 25 Pax Kasya Farmers Multi-purpose Cooperative (kafamulco) @ Php 141.00/pax = Php 3,525.00 29.) 27 Pax Mabuhay Mpc @ Php 141.00/pax = Php 3,807.00 Grand Total: Php 110,262.00 Purpose: Meals, Snacks For The Participants In The Conduct Of Above-mentioned Sib Trainings For Cy 2025 In Darmo Bansalan-magsaysay Cluster, Davao Del Sur
Closing Date23 Jan 2025
Tender AmountPHP 110.2 K (USD 1.8 K)
FEDERAL EMERGENCY MANAGEMENT AGENCY USA Tender
Software and IT Solutions
United States
Details: Amendment #1
the Purpose Of This Amendment Is To Clarify The Page Count For Rfi Submission And Clarify The Naics Code 541511 - Custom Computer Programming Services. See Revised Instructions Document.
the Purpose Of This Rfi Is Inform Both Industry And The Government On The Need To Establish A New O&m Contract That Meets The Federal Emergency Management Agency’s (fema) Hazard Mitigation Directorate (hmd)needs.
introduction:the Federal Emergency Management Agency’s (fema) Hazard Mitigation Directorate (hmd) Oversees An Operation And Maintenance (o&m) Contract For The Non-disaster Mitigation Electronic Grants (mt-egrants) Information Technology Financial System And The Disaster Hazard Mitigation Grant Program (hmgp), Fema Chief Financial Officer Designated Financial Systems. Both Systems Are Not Only Legacy In Nature But Also Custom Build. Hmd Is Currently At The End Of A Contract Cycle And Is Interested In Developing A Contract That Provides Comparable O&m Services.
background:hmd’s Existing O&m Contract Supports Including But Not Limited To: Disaster Recovery Reform Act Of 2018 (drra) Implementation Requirements, Building Resilient Infrastructure And Communities (bric) Grant Program Implementation Requirements; Engineering, Engineering Testing And Development Lab; Engineering O&m, Production Operations And Maintenance And All It Security Certification And Accreditation Requirements. In Addition, The Interconnectivity To The Fema/dhs Information Technology Network And The System’s Interfaces To The Fema Enterprise Identity Management System (feims), Nemis Enterprise Services (es) And Soa Financial Services (sfs).
these Interfaces Are Required To Ensure Proper Financial Processing For The Mt-egrants And Hmgp Systems Non-disaster And Disaster Transactions Between The Fema Integrated Financial Management And Information System (ifmis) And The Mt-egrants/hmgp Systems. The Hmgp System Interfaces With Feims For User Account Management And Routing, And The Document Management & Records Tracking System (dmarts) For The Storage And Retrieval Of Document Attachments.
support Fema’s Ocio Mission While Maintaining Current Operations Without Disruption Of Existing Application Functionality And Supporting The Immediate Emergency And Disaster Operations’ Needs. Apply Industry Standard Innovation To Implement A Service Oriented Architecture (soa), Enterprise Architecture (ea) And Cyber Security Directives And Policies.
scope:the Scope Of This Effort Includes The Mt-egrants And Hmgp System Development And Applications Integration Throughout Fema. This Effort Encompasses The Full Range Of Application Development And Integration Services And Associated Applications Development Infrastructure Services (as Related To The Mt-egrants And Hmgp Systems). Specifically, This Effort Includes, But Is Not Limited To, Use Of Various Development Approaches For Mission Need Determination, Including Drra And Bric; Requirements Analysis; And Application, Testing, And Implementation; Support Of Non-production Environments; Application Development Organizational Consulting And Related Business Process Reengineering; Configuration Management And Release Management; And Related Project Management As Well As Systems Integration, Performance And Availability Analysis And Improvement, Support Contingency Planning And Execution Capabilities.
the Government’s Additional Goal Is To Benefit From Industry Best Practices That Will “extend” The Architecture To Make The Fema Enterprise More Adaptable, Agile, Interoperable And Mission- Responsive.
history (why We Want To Recompete This Contract):hmd’s Current Hma O&m Contract Is Coming To The End Of It Cycle. In The 25-year History Of The Mt-egrants And Hmgp Systems They Have Only Had Two (2) Vendors. Therefore, To Obtain The Best Industry Practices And Innovations We Are Expanding Our Search.
period Of Performance:the Period Of Performance For A New Contract Would Be A 1-year Base, With An Additional 4 Option Years.
option Period 1: 12 Months
option Period 2: 12 Months
option Period 3: 12 Months
option Period 4: 12 Months
place Of Performance:the Principal Place Of Work Shall Be The Contractor’s Facility Or Its Designated Alternate Workplace.
see Attached Rfi Instructions And Draft Pws.
please Submit Answers To The Following Questions In Your Rfi Response:
company Name And Unique Entity Identifier, As Registered In Www.sam.gov
provide A Point-of-contact Name, Phone, Address, And Email:
provide Your Business Size For The Naics Codes Of 541513 And 54151:
what Strategic Sourcing Vehicles (ssvs), Government-wide Acquisition Contracts(gwacs), Indefinite-delivery/indefinite-quantity (idiqs) Contracts, Or Othercontract Vehicles Are You A Part Of That Are Relevant To Our Requirement?
can Your Company Provide This Solution On Your Own Or Would You Partner/subcontract With Another Company? Do You Have An Existing Relationship In Place, Or Would You Need To Establish This With A Potential Partner/subcontract?
have You Provided Similar Services Of Similar Scope With Fema Legacy It Financial Systems?
included Above Is The Previous Evaluation Strategy, Our Team Is Planning On Revisiting The Strategy And Changes May Occur Prior To Release Of A Final Solicitation. How Does Your Company Want To Be Evaluated For This Requirement? Do You Have Any Recommendations For Evaluation Criteria We Should Consider Including For The New Solicitation Or Removing From The Previous Process?
please Include Anycomments, Questions, Or Suggestions Related To The Above Draft Requirements.
do You Have Any Concerns About This Requirement, Which If Not Addressed, May Adversely Impact Your Decision To Bid On This Requirement?
provide A Brief Description Of Your Organizations Experience With The National Emergency Management Information System (nemis).
Closing Date22 Jan 2025
Tender AmountRefer Documents
Dumaguete City Tender
Others
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Various Tvl Materials And Equipment – Second Posting Project No. 2024-006 1. The Department Of Education Division Of Dumaguete, Through The Lte-tvl 2024 Intends To Apply The Sum Of Five Hundred Nineteen Thousand Seven Hundred Two Pesos (php 519,702.00) For Lot 1 For The Supply And Delivery Of Bread And Pastry Materials & Equipment, Two Hundred Nine Thousand Seven Hundred Forty-two Pesos (php 209,742.00) For Lot 2 For The Supply And Delivery Of Front Office Services Materials And Equipment, One Million Four Hundred Five Thousand Nine Hundred Sixty Four Pesos (php 1,405,964.00) For Lot 3 For The Supply And Delivery Of Cookery Materials And Equipment, Five Hundred Seventy-one Thousand Two Hundred Forty-five Pesos (php 571,245.00) For Lot 4 For The Supply And Delivery Of Food And Beverage Service Materials And Equipment, Four Hundred One Thousand One Hundred One Pesos (php 401,101.00) For Lot 5 For The Supply And Delivery Of Computer System Servicing Materials & Equipment, Three Hundred Ninety-six Thousand Six Hundred Seventy-six Pesos (php 396,676.00) For Lot 6 For The Supply And Delivery Of Wellness & Massage Materials & Equipment And Three Hundred Twenty-three Thousand One Hundred Seventy Pesos (php 323,170.00) For Lot 7 For The Supply And Delivery Of Hairdressing Materials & Equipment Being The Approved Budget For The Contract (abc) To Payments Under Of Each Lot. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Division Of Dumaguete City Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 30 Calendar Days. 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). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From Department Of Education Division Of Dumaguete City And Inspect The Bidding Documents At The Address Given Below From 8 A.m. To 5 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 From The Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00) For Lot 1, Five Hundred Pesos (php 500.00) For Lot 2, Five Thousand Pesos (php 5,000.00) For Lot 3, One Thousand Pesos (php 1,000.00) For Lot 4, Five Hundred Pesos (php 500.00) For Lot 5, Five Hundred Pesos (php 500.00) For Lot 6 Five Hundred Pesos (php 500.00) For Lot 7. It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Department Of Education Division Of Dumaguete City Will Hold A Pre-bid Conference On January 15, 2025, 10:00 A.m. At Deped Dumaguete Bac Conference Room, Taclobo, Dumaguete City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 29, 2025, 10:00 A.m. At Deped Dumaguete Convergence Zone. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 29, 2025, 10:00 A.m. At Deped Dumaguete Bac Conference Room, Taclobo, Dumaguete City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 10. The Department Of Education Division Of Dumaguete City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: John Rey M. Limbaga Head, Bac Secretariat Dumaguete City Johnrey.limbaga@deped.gov.ph (035) 420-8522 Juditha O. Mapue, Ed.d. Chairman, Bids And Awards Committee
Closing Date29 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.2 K)
Department Of Agriculture Tender
Goods
Others
Philippines
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱138,996.00 Delivery Period: 30 Calendar Days Delivery Site: Zamboanga City Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 2 Unit "cellphone/mobile Phone " 9,999.00 "specification/s: " Cellular: Lte Sim: Nano Sim Screen: 6.55 Inches Ram: 8gb Rom: 128gb - 256gb Back Camera: 64mp Front Camera: 20mp Battery: Li-ion 4250mah Android Version: 11.0 Pie Cpu: Qualcomm 780g Cpu Preferable Color: Black 2 1 Set "computer Desktop Set " 49,999.00 "specification/s: " Cpu – At Least 6 Cores 12 Threads, 3.9ghz Base Frequency And Max 4.9ghz,12 Mb Cache, 8 Gt/s Bus Speed Ram – At Least 16gb (2x8gb Dual Channeled) Ddr4 Dram 3200mhz Motherboard – At Least Lga 1200 Pcie 4.0, 32gbps M.2 Slot, Intel® 1 Gb, Ethernet, Hdmi, D-sub Usb 3.2 Gen 1 Type-a, Sata 6 Gbps, Com Header, And Rgb Header Storage – At Least Nv2 1 Tb M.2-2280 Pcie 4.0 X4 Nvme Solid State Drive Cpu Cooler – At Least 4.84""l X 3.03""w X 6.25""h, 12 Volts 2.4 Watts, Maximum 1800 Rpm Power Supply - At Least 750 W Power Supply Monitor – At Least 24” 1920 X 1080p Accessories – Semi-mechanical Keyboard And Mouse "warranty – One (1) Year Warranty " 3 1 Unit "laptop " 49,999.00 "specification/s: " "processor: Intel Core I5 - 1135g7 (11th Generation), 2.4 Ghz (base Clock Speed At 28 W Tdp) Boosting Up To 4.2 Ghz (1-core Boost)" Ram: 16 Gb Ddr4 Storage: 512 Gb Ssd Display: 15.6-inch Full Hd (1920 X 1080) Ips Battery Life: Up To 8 To 10 Hours Build Quality: Durable Materials, Comfortable Keyboard, Responsive Touchpad Ports: Usb 3.2 Gen 1 Type-a Ports Usb 3.2 Gen 2 Type-c Ports Hdmi 4-in-1 Card Reader (sd, Sdhc, Sdxc, Mmc) Headphone/microphone Jack Power Connector With Complete Accessories Weight: At Least 1.8 Kg Operating System: Windows 11, Windows 64-bit/ With Ms Office Warranty: One (1) Year Warranty Accessories: With Bag And Mouse 4 1 Unit "printer " 15,000.00 "specification/s: " Printer Type: Print, Scan And Copy Resolution: At Least Up To 5760 X 1440 Dpi Print Speed: Black: At Least Up To 33 Pages Per Minute Color: At Least Up To 15 Pages Per Minute First-page Print Time: At Least Approx. 10 Seconds (black) / 16 Seconds (color) Copying: Speed: At Least Up To 7.7 Images Per Minute (ipm) For Black And 3.8 Ipm For Color Max Resolution: At Least It Has A 600 X 600 Dpi Scanning: Optical Resolution: At Least It Has A 1200 X 2400 Dpi Flatbed Scan Area: At Least It Has 216 X 297 Mm Adf Capacity: At Least 30 Pages For A4, 10 Pages For Legal Paper Handling: Input: At Least 100 Sheets Of Plain Paper Output: At Least 30 Sheets Connectivity: At Least Usb, Wi-fi, Ethernet, Wi-fi Direct Dimensions: Has A 375 X 347 X 237 Mm Weight: At Least 5.0 Kg Ink Yield: Black: At Least Up To 4,500 Pages Color (cyan, Magenta, Yellow): At Least Up To 7,500 Pages 5 2 Pc "web Camera " 2,000.00 "specification/s: " Color: Preferably Black Resolution: Preferably 1080p Full Hd Frame Rate: Preferably 30 Fps Field Of View: At Least 60-65 Degrees Microphone: Built-in Mic That Has A Noise Reduction Features. Purpose: For Official Use Integrated Laboratory Division (ild).
Closing Date30 Jan 2025
Tender AmountPHP 138.9 K (USD 2.3 K)
MUNICIPALITY OF LANTAPAN Tender
Machinery and Tools
Philippines
Details: Description Name Of The Procuring Entity: Project Reference Number: Pr # 2025-01-009 Municipality Of Lantapan Name Of The Project: Standard Form Number: Sf-good-60 Purchase Of Office Supplies For Lwd Use Revised On: May 24, 2004 Standard Form Title: Request For Quotation Location Of The Project: Lgu Lantapan, Bukidnon Date: _____________________ __________________________________ Quotation No. : 2025-01-46 (company Name) __________________________________ (address) Please Quote Your Lowest Price On The Item/s Listed Below, Inclusive Of Tax, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than _______________________________ Together With The Following Valid Documents: 1) Business Permit; 2) Philgeps Registration Number; And 3) Omnibus Sworn Statement. Engr. Jessell S. Pacturan Procurement Officer Note: 1. All Entries Must Be Typewritten 2. Project Duration Is 10 Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of ____________ Calendar Days 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. Abc = Php 87,465.00 Item No. Unit Item & Description Quantity Unit Price Amount 1 Box Binder Clip, Backfold, 32mm, 12 Pieces Per Box 6 2 Box Binder Clip, Backfold, 50mm, 12 Pieces Per Box 6 3 Ream Bond Paper, A4 40 4 Ream Bond Paper, Short (8.5"x 11") 25 5 Piece Brown Envelop Long 25 6 Piece Brown Envelop Short 25 7 Piece Expanded Envelop Long 25 8 Piece Columnar Book (24 Columns) 3 9 Piece Calculator Big 1 10 Piece Calculator Small 2 11 Piece Correction Tape, 1 Piece In Individual Plastic 40 12 Box Data File Box, Single With Closed Ends And Finger Ring 5 13 Piece Finger Moistener (big) 5 14 Piece Folder White - Short 10 15 Piece Folder, - Expanded Long 25 16 Bottle Ink, Refill, Permanent Marker, Color Black 2 17 Bottle Ink, Refill, Whiteboard Marker, Color Black 2 18 Piece Marker, Permanent, Refillable, Black, Broad 6 19 Piece Marker, Permanent, Refillable, Blue, Broad 6 20 Piece Marker, Whiteboard, Refillable, Black, Fine 3 21 Pad Notepad, Stick-on, 4x3, 100 Sheets Per Pad 5 22 Pad Notepad, Stick-on, 3x2, 100 Sheets Per Pad 15 23 Bx Paper Clip, Vinyl/plastic Coat, 32mm, 100 2 Pieces Per Box Or 52 Grams (min.) (net Of Box) 24 Bx Paper Clip, Vinyl/plastic Coat, 48mm, 2 100 Pieces Per Box Or 120 Grams (min.) (net Of Box) 25 Bx Paper Fastener, Plastic, 25mm, 50 Sets/box 5 26 Pcs Puncher, Paper, Heavy Duty, With Two Hole 2 Guide, 1 Piece In Individual Box 27 Piece Ruler, Plastic, 12 Inch, 1 Piece In Individual Plastic 2 28 Piece Scissors, Symmetrical, Blade Length: 65mm, 2 1 Piece In Individual Plastic 29 Pair Shoelace 25 30 Piece Sign Pen , 0.5mm ( Black) 50 31 Piece Stamp Pad, Felt, Bed Dimension: 60mm X 100mm 2 32 Box Staple Wire For Heavy Duty (23/13") 5 33 Box Staple Wire, Standard #35, 5000's/bx /staple Wire 40 34 Piece Stapler With Remover Hd-50r No. 35 Staple Wire 5 35 Box Storage Box, With Cover & Handle, Plastic (big) 3 36 Roll Tape , Double Adhesive Mounting Tape , 1 Width: 24mm (±1mm) 37 Roll Tape, Masking, Width: 48mm (±1mm) 5 38 Roll Tape, Packaging, Width: 48mm (±1mm) 10 39 Roll Tape, Transparent, Width: 24mm (±1mm) 5 40 Roll Thermal Paper, 57mmx30m, 1/2" Core 500 41 Box Thumbtacks, 100's 3 42 Piece Computer Keyboard With Numpad, Usb Type Heavy Duty 3 43 Piece Optical Mouse, Usb Type 2 Total: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Brand And Model : _________________________________ Delivery Period: _________________________________ Warranty: _________________________________ Canvasser: Price Validity: _________________________________ __________________________________ Printed Name/signature Jovel Rey A. Vacalares __________________________________ Tel. No./cellphone No.
Closing Date3 Feb 2025
Tender AmountPHP 87.4 K (USD 1.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools...+2Electrical and Electronics, Electrical Works
United States
Description: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation.
if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interest Parties Must Response To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 811310, (commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance) With A Size Standard $12.5m. The Department Of Veterans Affairs (va), Network Contracting Office 1 (nco 1) Is Seeking A Contractor Who Can Provide Full Replacement Of The Mri Automatic Transfer Switch Located At The White River Junction Vamcâ per The Performance Work Statementâ below.
this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Encouraged To Submit Information Relative To Their Capabilities To Fulfill This Requirement, In The Form Of A Statement That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response To This Sources Sought Notice By 5:00 Pm Est, 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Kenya Mitchell At Kenya.mitchell1@va.gov And David Valenzuela At David.valenzuela2@va.gov With Rfi # 36c24125q0213 In The Subject Line. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format.
attachment 1
sources Sought Worksheet
qualification Information:
company / Institute Name: _______________________________________________________
address: ______________________________________________________________________
phone Number: ________________________________________________________________
point Of Contact: _______________________________________________________________
e-mail Address: ________________________________________________________________
unique Entity Identifier (uei) #:â ___________________________________________________
cage Code: __________________________________________________________________
sam Registered: (y / N)
other Available Contract Vehicles Applicable To This Sources Sought (gsa/fss/nasa Sewp/etc): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
socio-economic Status:
vip Verified Sdvosb: (y / N)
vip Verified Vosb: (y / N)
8(a): (y / N)
hubzone: (y / N)
economically Disadvantaged Women-owned Small Business: (y / N)
women-owned Small Business: (y / N)
small Business: (y / N)
note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered, And Center For Veterans Enterprise (cve) Verified In Vetbiz Registry Www.vetbiz.gov.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition.
capability Statement:
provide A Brief Capability And Interest In Providing The Service As Listed In Attachment 2 Performance Work Statement With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal, Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Services Outlined In The Pws. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
attachment 2
performance Work Statement
project Name: Mri Ats Replacement
place Of Performance:
163 Veterans Drive
white River Junction Vt 05001
period Of Performance:
45 Days Aro
project Scope
work Is To Include Full Replacement Of The Mri Automatic Transfer Switch. Contractor Will Remove Ats #5 And Replace With Owner Furnished Larger More Capable Ats To Handle The Ups And Mri Load. The Old Ats Will Be Removed, And The Va Will Take It Away And Store It. Contractor Will Be Responsible For Installing The Necessary Pipe Wire And Any Other Materials Such As Breakers And Anything Else Needed To Install The New Ats. The Contractor Will Be Responsible For Testing And Programming As Needed To Put The New Ats In Service And Functional. Va Has Asked That Asco Be The Contractor That Is On Site To Help Do The Testing And Making Sure That Timing And Settings Are Correct Before It S Put Back Into Service. This Work Will Involve Scheduling With Htm And Radiology So That Patient Care Is Not Affected Along With Any Damages That May Accrue With The Mri Magnet. Htm Will Need To Contact Siemens To Do The Necessary Maintenance, So The Magnet Doesn T Quench.
the Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Technicians Fault Or Negligence.
the Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract.
existing Site Conditions. Service Will Occur Within The... The Project Will Take Place In An Occupied Healthcare Facility And The Design/build Activities Will Require The Service To Be Phased In Such A Way As To Minimize Impact To Staff And Patients. Infection Control Measures Will Be Always Required As Defined In Icra Assessment. Service Activity Will Require Constant Coordination With Va Personnel.
work Shall Be Completed In Conformance With The Time Schedule Requested By The Va Contracting Officer S Representative (cor) Or Resident Engineer (re). The Contractor Is Solely Responsible For Preparing All Necessary Regulatory Notifications To Meet The Time Schedule.
tasks And Requirements
general Contractor Requirements
the Technician Will Install And Make The Necessary Repairs To Assure That The Ats Will Function Under Normal Conditions And Work Properly When The Work Is Complete.
period Of Performance
[anticipated Period Of Performance Is Not Expected To Extend Construction Completion Date And Not Require An Extension To Contract Period Of Performance. Notify The Va Of Any Exceptions Before Submitting Proposal For Increase To Cost Or Changes To Project Schedule.]
work Schedule
normal Working Hours Are From 7:30 Am To 4:30 Pm. Can Be Flexible Upon Request.
work Performed After Hours: If Necessary To Avoid Patient Care Scheduling.
to Maintain Schedule, Work Performed Over The Weekend, May Be Allowed. Contractor To Coordinate These Efforts With Va Cor With A Minimum 48-hour Notice.
the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract:
privacy Statement
information Security
the Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures. The Boiler Maintenance Service Shall Involve Connection Of Electronic Devices Or Systems To The Va Computer Network And Does Not Involve Sensitive Va Data.
records Management
the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract:
citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228.
contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest.
contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records.
contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act.
contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract.
the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract.
the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.
contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].
no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Mindanao State University Tender
Publishing and Printing
Philippines
Details: Description Mindanao State University Reference Nos. 011-25/01-06-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : Company Name January 6, 2025 __________________________ Quotation No. : 003-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quoation/offer Is Allowed, Suppliers Who Submitted More Than One Quoation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Uppon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Supplie Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 4 "printer Compact And Durable Ecological Design Wifi Replaceable Maintenance Box High Yield Ink Bottles Ultra-high Page Yield Of 7,300 Pages (colour) Borderless Printing (up To 4r) With Fax Function And Adf 2-year Warranty Or 50,000 Pages, Whichever Comes First" Units 2 1 Printer - Print, Scan, Copy, Fax With Adf Precisioncore Tm Printed 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Bi-directional Printing 4800 X 2400 Dpi 3.8 Pl Up To 32.0 Ppm/ 22.0 Ppm, Simplex: Up To 25.0 Ipm/unit12.0 Pm / Duplex: Up To 16.0 Ipm /9.0 Ipm, Simplex: Up To 13.5 Ipm/ 6.0 Ipm | Duplex 10.0 Ipm /5.0 Ipm, Simplex: Up To 5.5 Sec/ 8.5 / Duplex: Up To 11 Sec/ 17 Sec Approx. 43 Sec Per Photo (border)/ 52 Sec Per Photo (borderless) Esc/p-r, Esc/p Raster Yes (up To A3)" Unit 3 6 "computer Desktop Specification • Amd 5 5600x (3.7ghz) •tuf B550m-plus Gaming Wifi Ii • Amd Radeon Rx 570 • Xpg Spectrix 16gb Ddr4 3600mhz D50 Rgb • Xpg 1tb Sx8200 Pro Pcie Nvme M.2 •silverstone Sst-st60f-es230 600w 80+ •tuf Gaming Gt301 Arebtg •tuf Gaming K1 Rgb • Tuf Gaming M3 Rgb • 32 Inch Monitor • Secure 500watts Avr • Speaker • Anti-virus Software • Windows License • Microsoft 365 Family License Warranty 1 To 2 Years " Units Page 1 Of 2 4 1 "scanner Scanner Type: A4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi *1 Output Resolution: 50 - 1,200 Dpi (in 1 Dpi Increments) Bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size: 50.8 X 50.8 Mm Max Document Size: 215.9 X 6,096 Mm Supported Paper Weight: 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) Adf Capacity: 100 Sheets (80g/m2) Daily Scan Volume: Up To 14,000 Sheets / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0" Unit ***nothing Follows*** For Office Of The Chancellor Use (oc) Total Abc ₱472,000.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Page 2 Of 2 Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Jma
Closing Date13 Jan 2025
Tender AmountPHP 472 K (USD 8 K)
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Details: The Defense Logistics Agency-aberdeen, On Behalf Of The Army Integrated Logistics Supply Center (ilsc) – Supply Chain Management Directorate (scmd) – Strategic Sourcing Directorate (ssd), Intends To Acquire Parts To Support The Jbc-p.
requirements Description:
the Subject Installation Kits Are An Essential Element Of The Jbc-p System. The Installation Kits Each Accommodate Installation Of Jbc-p Computer-based Systems Into Us Army Vehicles. The Kits Are Each Described By A ‘build-to-print’ Technical Data Package With Gov’t Purpose Rights, Export Restriction And Distribution Restriction.
note: The Gov’t Has Imposed A Quality Assurance Provisions Requirement For Any Source Of Supply Whom Has Not Provided The Subject Installation Kits To The Government Within The Last 5 Years. The Gov’t May Grant A Waiver To A Source Of Supply Whom Has Provided A Similar Form/fit/function Installation Kit Within The Last 5 Years, Subject To Evaluation. For The Case Of A Source Of Supply Whom Has Not Provided The Subject Installation Kits To The Government Within The Last 5 Years, And Is Not Granted A Waiver, The Source Shall Be Required To Follow The Guidelines Described Within The Following Documents:
jbc-p Qa Provisions_new Sos_build To Print Electronic Cables_v1.1_9 11 2024
jbc-p Qa Provisions_new Sos_build To Print Mechanical Components_v1.1_10 24 2024
the Government Does Possess The Technical Data Packages (tdp) For The Parts. The Tdp Is Available For Release. The Tdps Include Level 3. Production Information.
this Is An Initial Acquisition For These Kits By Us Army Cecom Ilsc-c3t.
the Following Additional Naics Apply:
items And/or Services To Be Procured:
nsn: 7010-01-698-4083
nomenclature: Mk-3555/v; Mfocs Log Delta Kit
part Number: A3339392-004-0
cage: 80063
requested Response Information:
we Request That Sources Who Can Supply The Listed Parts Or Services To Submit Information To Show Their Capability To Do So. At A Minimum The Support Information You Submit Should Include, But Is Not Limited To, The Following Types Of Documentation: Questionnaire.
in Your Response, Please Include Your Company Name, Cage Code, And A Technical Point Of Contract With Email Address And Telephone Number.
notice, Response Due Date, And Points Of Contact:
this Is Not A Request For Quote Or Proposal. The Government Does Not Intend To Award A Contract On The Basis Of This Ssa Or Reimburse Any Costs Associated With The Preparation Of Responses To This Ssa. This Sources Sought Announcement (ssa) Is For Planning And Market Research Purposes Only And Shall Not Be Construed As A Commitment By The Government. The Information Gathered From This Announcement Will Be Used To Determine If Responsible Sources Exist, And To Assist In Determining If This Effort Can Be Competitive And/or Set Aside For Small Business. Furthermore, The Government Will Use The Information, In Part, To Determine The Best Acquisition Strategy For A Potential Procurement Action And/or To Assist In Making Acquisition Strategy Decisions In The Future.
all Ssa Responses Should Be Emailed To The Points Of Contact At The Email Addresses Listed Below. No Phone Inquiries Will Be Accepted, Either As A Response To This Action Or For Information Requests. All Requests For Information Must Be Submitted Via Email To The Technical Point Of Contact And The Dla Aberdeen Small Business Office.
please Submit Responses By01/16/2025
technical Point Of Contact: Michael.r.toscan.civ@army.mil
secondary Point Of Contact: Darrick.l.kibble.ctr@army.mil
dla Aberdeen Small Business: Smbizlandcols@dla.mil
tdp Receipt Instructions:
please Note: All Requests For Tdps Must Be Submitted To The Dla.aberdeen.sourcessought@dla.mil Inbox Within 7 Days Of The Posting Date Of This Ssa/mr Request In Order To Allow Time To Verify Jcp Status. If Your Company Does Not Have An Approved Dd2345, Please Reach Out To Jcp-admin@dla.mil Or Visit Https://www.dla.mil/logistics-operations/services/jcp/
international Traffic In Arms Regulations: The Tdp For This Acquisition Is Subject To The International Traffic In Arms Regulations (itar). All Technical Documents For This Item Include But Is Not Limited To, Test Plans, Test Reports, Drawings And Specifications Contains Information That Is Subject To The Controls Defined In The International Traffic In Arms Regulation (itar). This Information Shall Not Be Provided To Non- U.s. Persons Or Transferred By Any Means To Any Location Outside The United States Department Of State. A Company Wishing To Receive The Tdp Must Have An Active Status In The Defense Logistics Agency Joint Certification Program (jcp) And Must Complete The Attached Nda. Please Email Our Central Inbox Dla.aberdeen.sourcessought@dla.mil With The Notice Id (dla-aberdeen-25-008) In The Subject, The Completed And Signed Nda Attached To The Posting, A Copy Of Your Company's Dd2345 (jcp), And A Copy Of Your Company’s Cage Verification In Sam (system For Award Management). Once The Government Has Received Your Nda, And Your Company Cage Has Been Verified To Have Active Status In Jcp, We Will Upload The Tdp To Dod Safe Https://safe.apps.mil/. You Will Then Receive An Email From Dod Safe Site With A Link To The Package Id And A Password.
*please Note* The Nda Signee And Data Custodian Listed In Jcp Should Be The Same Person. Please Verify That The Correct Data Custodian Is Listed In The Jcp Portal And Update If Necessary.
instructions For Updating Information And The Link To The Portal Itself Can Be Found At:
https://www.dla.mil/logistics-operations/services/jcp/
Closing Date16 Jan 2025
Tender AmountRefer Documents
DENR RXI 2, PENRO DAVAO ORIENTAL Tender
Others
Philippines
Details: Description Particulars: 6 Pcs Diving Gears (set) •dive Bags For Dive Gears •bcd (backplate 3 Sets) And Jacket Type 3 Sets ) •weight Belts •weights/led For Bcd (5 Pcs For 3 Sets) •regulators •masks •snorkel •fins •wetsuit •air Tanks •booties •dive Flag •dive Buoy •banger •diving Torch/underwater Flashlight 3 Pcs Underwater Camera With Complete Accessories (filter, Bags And Case) Specifications: 120mp Hi-speed Image Sensor For Improved Low Light Performance And Noise Reduction Dual Quad Core Truepic™ Viii Image Processor F2.0 High Speed Lens 4k And High Speed Video Field Sensor System W/ Gps, Manometer, Compass & Temperature Sensor Waterproof, Shockproof, Freezeproof, Crushproof Dimension: W: 4.43 In H: 2.6 In D: 1.23 In / W: 113 Mm H: 66 Mm D: 31.9 Mm Weight: Approx. 250 G 2 Pcs Underwater Camera With Complete Accessories (filter, Bags And Case) Specifications: 120 Megapixel Full-frame Cmos Sensor 4k/120p Recording Capability 5-axis In-body Image Stabilization New Dynamic Active Steady Shot Stabilization 15 Stops Of Dynamic Range S-log3, S-gamut3, S-cinetone Recording And Built-in User Luts 10-bit 4:2:2 Internal Recording Ai Autofocus Processor With Af Subject Tracking Ai Autoframing For People Made From Recycled Materials No Mechanical Shutter (for Photography) Low Light Autofocus Down To -6 Ev Size: 121 X 72 X 52mm Weight: 1.1 Lbs 2 Pcs Underwater Camera With Complete Accessories (with Case And Stick) Specifications: Dimensions 2.0 By 2.8 By 1.3 Inches Weight 5.6 Oz Type Action Camera Sensor Resolution 27 Mp Sensor Type Cmos Sensor Size Type 1/1.9 Memory Card Slots 1 Memory Card Format Microsdxc Battery Type Gopro Enduro (1,900mah) Minimum Iso 100 Maximum Iso 6400 Stabilization Digital Display Size 2.3 Inches Touch Screen Connectivity Wi-fi, Bluetooth, Usb-c Maximum Waterproof Depth 33 Feet Video Resolution 5.3k Hdmi Output None Flat Profile 5 Pcs Dive Computer Specifications: Lens Material Sapphire Crystal Bezel Material Stainless Steel Case Material Fiber-reinforced Polymer Quickfit Watch Band Compatible (20 Mm) Strap Material Silicone Physical Size 43 X 43 X 14.15 Mm Color Display Display Size 1.2” (30.4 Mm) Diameter Display Resolution 240 X 240 Pixels Display Type Sunlight-visible, Transflective Memory-in-pixel (mip) Weight Silicone Band: 60 G Case Only: 41 G Battery Life Smartwatch: Up To 7 Days Memory/history: 32 Gb 1 Pcs Portable Heavy Duty Dive Compressor Twin Valve 5 Pcs Laptop With Windows Operating System And Complete Accessories Specifications: Strix G15 G513qr-hf343w(eclipse Gray) - Amd Ryzen 7 5800h (8-core/16-thread, 20mb Cache, Up To 4.4 Ghz Max Boost Processor | 16gb Ddr4 Memory | 1tb Pcie 3.0 Nvme M.2 Ssd | 15.6"" Fhd 1920x1080 300hz | Nvidia Geforce Rtx3070 8gb Vram | 802.11ax Wifi + Bt | Windows 11 4 Pcs Gps Specifications: Advanced Gps Handheld Touchscreen Unit Battery: Up To 18 Hours Of Battery Life In Gps Mode. Also Can Be Powered With Traditional Aa Batteries Dimensions: 8.76cm X 18.30cm X 3.27cm Display Size: 6.48cm X 10.80cm (5” Diagonal) Display Resolution: 480 X 800 Pixels Display Type: Wvga Transflective, Dual Orientation Weight: 397g With Included Lithium-ion Battery Pack Battery Life: Gps Mode – Up To 18 Hours | Expedition Mode: Up To 330 Hours Water Rating: Ipx7 High-sensitivity Receiver Interface: High Speed Micro Usb And Nmea 0183 Compatible Memory: 32gb (user Space Varies Based On Included Mapping) 10 Pcs Fiber Transect Tape (50m) 10 Pcs Underwater Slates (notebook Size) With Pencil And Carabiner 1 Pcs First Aid Kit (including Medical Oxygen Regulator And Tank) With Bag 1 Pcs Specialize Toolkit For Scuba Equipment Set 1 Pcs Repair Kit (silicon Spray, Silicone Grease, O-ring, Mouth Piece, Fins Strap And Etc.) 6 Pcs Crates For Diving Equipment's 2 Pcs Waterproof Pelican Case For Camera And Projector Specifications: Trolley Wheel Bag Exterior :23 X 14 X 11.50 Inches Interior : 20.08x 11.42x 9.45inches Including :wavefoam And Pluck Foam"
Closing Date16 Jan 2025
Tender AmountPHP 3 Million (USD 51.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Request For Information (rfi)/sources Sought
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far Part 15.201(e).
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 561621. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
contractor Shall Provide The Maintenance Of The Va Police Security System And Repair The Security System As Required By The Statement Of Work (sow) At The Va Medical Center, St. Louis, Missouri (herein After Referred To As Vamc).
the Vamc St. Louis Has Two Divisions Located As Follows: John Cochran Division (jc), 915 North Grand Blvd., St. Louis, Mo 63106 And Jefferson Barracks Division (jb), #1 Jefferson Barracks Drive, St. Louis, Mo 63125.
it Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Brand Name.
if You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
does Your Company Have An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Above? If So, Please Provide The Contract Number.
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above.
please Provide Your Uei Number.
responses To This Notice Shall Be Submitted Via Email To James Hogue At James.hogue@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5th At 1700 Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
statement Of Work
security System Maintenance
i. Description
this Service Contract Requires The Furnishing Of All Labor, Material, Equipment, Supervision, Management, Tools, Transportation, And Supplies For The Complete Maintenance And Corrective Maintenance Services To The Security System At The John Cochran (jc) Division And Jefferson Barracks (jb) Division Of The Va Medical Center (vamc), St. Louis, Missouri.
a. Contractor Shall Furnish All Labor For Normal, Routine And Emergency Maintenance, 24 Hours Per Day, 365 Days A Year.
b. The Contractor Is Responsible For Providing Field Updates To As-built Drawings And Associated Documentation As Tests And Maintenance Is Performed. The As-built Drawings Will Be Provided By The Vamc For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 31 Of This Document.
c. All Material Used In The Course Of Normal, Routine And Emergency Corrective Maintenance, Testing And Inspections Are Included; Except See Vandalism, Paragraph Iii. All Parts Shall Be Of Current Manufacturer And Shall Have Full Versatility/compatibility With Presently Installed Equipment. All Replacement Parts For Access Control Must Be Fips 201 Compliant. Stl Va Is Currently Using A 75-bit Card For The Va Piv Credential.
d. Any Material Provided Outside This Contract For Adds, Moves, Changes, Act Of God, Etc., Will Be Provided To The Vamc At The Contractor S Preferred Customer Rate For Labor And Materials.
e. In Addition; The Contractor Is Required To Provide The Below Listed Administrative Duties For The St Louis Medical Center:
(1) Create C*cure Reports Requested By The Various Services. Update Schedules Of Reports And Report Parameters. Update Reports As Equipment Is Added Or Deleted. Approximately 3 Hours Per Month.
(2) Add And Delete C*cure Operators As Needed. Minimal Amount Of Time (maybe Once Every Three Months)
(3) Manage Active Directory To Include Adding And Deleting Users And Resetting Passwords. Minimal Amount Of Time (maybe Once Every Three Months)
(4) Maintain Cisco Equipment For Campus Interconnection.
(5) Provide Preventative Maintenance On Access Control, Video And Intercom System To Reduce Downtime Of Same. Minimum Of 16 Hours Per Week.
(6) Will Be Required To Maintain A Bench Stock Of Spare Parts Provided By The Va Medical Center To Be Used In Emergency Situations
(7) Will Be Required To Maintain Four Client Pcs And Four Servers, Including Keyboards, Mice And Speakers.
(8) As New Buildings Come Online Under The Jb And Jc Major Construction Projects The Contractor Will Be Responsible For The Initial Entry Of All The Security Related Hardware
(to Include Istars, Card Readers, Receivers, Relays, Duress Buttons Etc.) In The Master Application Server And The Satellite Server. In Addition; The Contractor Will Be Responsible For Adding All The New Video Surveillance Equipment Into The March Networks System
ii. Quality Control:
all Employees Of Vendor And Subcontractors Working On Site Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. All Contractors Who Work On Site Must Have A Photo Id Badge Issued By The Va Police. Applicants For An Id Badge Will Be Required To Provide Personal Data And Undergo A Background Check.
contractor S Service Technicians Used To Meet The Requirements Of A-e Below Shall Reside Within A 1.25-hour Radius Of The Spot Located Directly Between The Two Locations:
a. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Factory Trained And Certified In The Software House Ccure 9000, And No Less Than Three (2) Employees Who Have Successfully Passed The Software House Ccure 9000 Advanced Integrator Certification.
b. Contractor Must Have One (1) Or More Software House Ccure 9000 Enterprise Architecture Certified Technicians, Competent In The Commissioning, Programming And Maintenance Of A Ccure 9000 Mas/sas Configuration.
c. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Who Are Factory Trained And Certified In The March Networks R5 Platforms.
d. Contractor Shall Have At Least One Employee Who Is Factory Certified In The Stentofon Alphacom Intercom System.
e. The Contractor Shall Have At Least Two Employees Who Are Factory Certified On The Salto Locking Computer Software Program, And The Associated Hardware Installed.
f. The Contractor Shall Insure That They Have At Least One Certified Technician Available 24/7 365 Days A Year That Lives Within A 1.25 Hours Radius Of Both The Jc And Jb Campus .
iii. General Maintenance Requirements:
system Components:
the System Includes Components Of The System, Both Audio And Visual, Including But Not Limited To Motion Detectors, Wiring, Circuitry, Duress Buttons, Electronic Cameras, Monitors, Nvr S, Switches, Alarms, Card Readers, Computers, Boards, Intercoms, Equipment For Data Transmission And Storage And Other Items Described Herein At The Jc And Jb Divisions Of The Va Medical Center.
all Components And Accessories Of The System Will Be Covered Under This Service Contract.
all Systems Shall Be Left Functional At The Close Of Each Workday.
a. Network
all Devices Supported As Part Of This Contract Reside On The Security Network. This Includes But Is Not Limited To Fiber Optics Converters, Switches, Ups S, Csu/dsu S And All Other Devices To Make A Complete And Working, Full Gigabit Backbone, Security Network. The Network Includes The Link Between Campus Dedicated To Use By The Security Systems.
b. Access Control System
the Access Control System Is A Ccure 9000.
this Includes, But Is Not Limited To: Access Control Panel, Panel Power Supplies, Lock Power Supplies, Card Reader, Request To Exit Devices, Door Position Switches And Electronic Locking Hardware.
electronic Locking Hardware Including Maglocks, Electric Strikes, Electrified Locksets, Delayed Egress Hardware, Electric Latch Retraction, And Electric Trim Devices.
the System Is Used To Monitor Certain Alarms. Devices To Monitor These Alarms Include Wireless Receivers, Transmitters, Specialized Contacts And Motion Detectors.
the Contractor Will Be Required To Keep The Ccure 9000 System Properly Licensed And Under A Software Support Agreement With The Factory, Maintaining At Least The Current Level Of Licensure. A Copy Of The License Details Is Available Upon Request. The System Includes A Configuration Of One Mas And Two Sas S Both With Bidi Interface. This Will Require License Renewal On An Annual Basis.
c. Cctv System:
coverage Of The March Network Cctv System Shall Be Part Of This Agreement. This Includes The Network Video Recorders (nvrs), Encoders, Wireless Transmission Equipment, Ethernet Transmission And Extenders, Switches, Camera Power Supplies, And Camera.
cameras Consist Of Indoor, And Outdoor, Fixed And Ptz, As Well As Analog And Ip.
d. Intercom
there Are Four Different Intercom Systems In Use That Will Be Covered Under This Maintenance Agreement. A Bogen Intercom System Covering Seven Doors At Jc, Six Aiphone Door Intercom Systems (total For Both Campuses), A Stentofon All Ip Intercom System With Six Intercom Stations, And Six Emergency Phone Intercom Stations.
e. Security Servers And Workstations
multiple Pcs And Servers Make Up The Security System. These Include Three High Availability Enterprise Servers Built And Tuned Specifically For Operation With Ccure 9000. These Servers Include Raid Redundancy, Dual Power Supplies And All Required Windows Server And Sql Licensing. Two High End Workstations Are Used For The Dispatch Function And Are Each Capable Of Driving Up To Eight High Resolution Large Format Monitors. Two Badging Workstations With Associated Cameras And Pvc Card Printers Are Also A Part Of The System. As A Part Of The Servers And Workstations, Lcd/led/plasma Monitors Are In Use. Of Particular Note Are The Eight Large Format Monitors; Five At Jc And Four At Jb.
the Contractor Will Be Responsible For Providing Their Own Service Workstations As Desired; However, At A Minimum, At Least One Service Workstation Shall Be Provided For The Jb Campus (this Workstation To Remain The Property Of The Contractor).
g. Stand Alone Locking System
a Salto Hotel Style Access Control System Is Used In The Fisher House Bldg.#59 And The Domiciliary Bldg.#3 At The Jb Campus. Salto Readers Are Battery Operated And Requires To Be Monitored And Batteries Need To Be Replaced Approximately At The 2/3 Of The Rated Duty Cycle. Full Support Of The System Must Be Included.
i. As-builts (record) Drawings: After Contract Award, The Contractor Will Be Provided With The Vamc As-built Drawings For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 28. Engineering Service Will Provide The Initial Computer Disk Of As-built Drawings For The Contractor To Maintain And Update. These Drawings Are Not Completely Accurate. The Contractor Is Responsible For Providing Field Updates To The Drawings As Tests And Maintenance Is Performed. Up To Date As-builts Shall Be Submitted Every Four (4) Months On Autocad Version 12 To The Contracting Officer Representative (cor).
ii. Maintenance Manuals: Maintenance Manuals Shall Be Provided And Include Original Manufacturer S Catalog Cuts On All Equipment Installed, Internal Wiring Diagrams Showing Points Of Connection, Terminal Points Wiring Color Code And Tag Notation, As Well As Instructions For Troubleshooting The System In The Event Of A Malfunction. In Addition To The Operating And Maintenance Manuals, A Complete Materials List Of Systems, Including The Address And Phone Numbers Of The Local Supplier Of Each Item Shall Be Provided. The Maintenance Manuals Shall Be Submitted To The Cor Every Four (4) Months Along With The As-builts.
iii. Vandalism: Vandalism Is Defined As Renewals Or Corrective Maintenance Necessitated By Reasons Of Negligence Of Misuse Of The Equipment By Persons Other Than The Contractor, His Representatives And Employees, Or By Reason Of Any Other Cause Beyond The Control Of The Contractor, Except Normal Wear And Tear. Claims For Additional
compensation For Repair Of Vandalism Will Be Considered Upon Presentation Of Satisfactory Evidence That Vandalism Has Occurred. During Normal Working Hours, The Contractor Shall Contact The Cor Or His Designee And Have Them Verify The Damage Prior To Repair Of Vandalism. During Off-duty Hours, The Contractor Shall Contact Police Service To Verify That The Damage Will Be Noted On The Service Ticket As Repair Of Vandalism. All Parts Replaced Due To Vandalism Shall Be Returned To The Government. If The Contractor Is Called To Make Corrective Maintenance Identified As Vandalism And So Noted, Billing Will Be For Time Spent At The Vamc Only. Travel Time And Expenses Will Be Charged.
iv. Acts Of God. Corrective Maintenance Necessitated By Reason Of Acts Of God Will Be Processed In The Same Manner As For Vandalism.
v. Malfunctions: All Malfunctions Located During Inspection/maintenance And Repair Shall Be Reported To The Cor. The Report Shall Include A Narrative Of Malfunction And The Recommended Method Of Correction. The Government Requires Problems To Be Corrected Within Twenty-four (24) Hours Of Being Identified In Addition To The Required Documentation.
vi. Report Of Services
1. During Normal Working Hours, 8:00 To 4:30 P.m., Monday Through Friday, The Contractor Shall Report To Va Police Operations Center At The Jc Division And The Officer S Work Area Bldg. #1 Jb Division To Sign In And Out. Contractor Shall Then Notify The Cor, Police Service As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Them Before Leaving, And Advise The Cor On The Status Of System.
2. During Off-duty Hours, 4:30 P.m. Through 8:00 A.m., Monday Through Friday, Holidays And Weekends, The Contractor Shall Report To The Va Police Operations Center At Jc Division And Va Police Officer S Work Area, Bldg. #1 At Jb Division To Sign In And Out. Contractor Shall Then Notify Police Service (on-duty Supervisor) As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Police Service (on-duty Supervisor) Before Leaving, And Advise Supervisor On The Status Of System.
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
iv. Maintenance/corrective Maintenance:
a. Maintenance Services: Maintenance Is To Be Provided To All Equipment And Components Listed Herein:
1. The Contractor Shall Make Thorough Technical Inspections Of Equipment And Perform Necessary Maintenance In Accordance With Manufacturer S Recommendations And Commercial Practices Governing Maintenance For This Type Of Equipment.
2. All Equipment Including All Components And Accessories Shall Be Cleaned, Inspected, Adjusted, Calibrated, And Tested Prior To The Inspection Scheduled For Sixty (60) Days From Date Of Contract Award.
3. After The Initial Servicing Sixty (60) Days From Contract Award, All Equipment Will Be Cleaned, Inspected, Calibrated And Tested Once Every Twelve (12) Months, With The Exception Of The Pan Tilt Zoom Cameras Which Will Be Cleaned, Inspected, Calibrated And Tested Once Every Six (6) Months. Prior To The Commencement Of Work, The Contractor Shall Submit To The Cor, A Preventive Maintenance Schedule For All Devices Along With Procedures.
b. Inspection:
1. Va Medical Center Representatives (police Service) And A Representative Of The Contractor Will Jointly Inspect The Security System And All Components To Verify That All Systems Have Been Properly Maintained And Are Functioning In The Manner For Which They Are Intended. This Inspection Will Take Place In The First Month Of Performance Of This Contract And The Anniversary Month In Subsequent Years. The Contractor Shall Demonstrate At This Time That All Components Of The System Are Functioning Properly And State The Type Of Preventive Maintenance That Has Been Performed On The Equipment.
2. Within Ten (10) Calendar Days After Inspection Conclusion, The Contractor Shall Submit A Written Report (original And One Copy) To The Cor Citing The Components Inspected, Working Condition And Preventive Maintenance Performed To Date. The Report Will Be Completed In Accordance With The Provisions Of Paragraph Iv, Subparagraph D., Reporting.
3. When A Problem Has Been Identified As Caused By Lack Of Training Or System Knowledge Of The Vamc Staff, Contractor Shall Furnish Appropriate Information In Writing Or Verbally To Educate User Or Users As To Appropriate Procedures To Follow To Prevent Reoccurrence. Training For User Error And Technical Advice That Is Provided By Phone, Correspondence Or Personal Instructions Are Considered Part Of This Service Contract.
4. Reprogramming Of Software Due To Memory Loss, Software, And Firmware Updates Are Considered Part Of This Contract.
5. Time Spent By Service Contractor In Travel And Diagnostic Time For Assessing Cause Of System Failure Or Problem Is Considered Part Of This Service Contract. Once It Is Determined That The Problem Is Outside The Contract, Time And Material Spent To Repair Or Replace Components Of System Are Considered Additional Billable Items. A Quick And Accurate Diagnosis Is In Everyone S Best Interest. Proper Authorization Will Be Required. No Work Can Proceed Until A Purchase Order (p.o.) Number Is Issued.
6. If Door, Hardware, Or Other Component That Is Not Part Of Security System Needs Adjustment Or Replacement, Contractor Shall Have To State Corrective Action Needed To The Cor. The Necessary Security System Corrective Maintenance Shall Be Accomplished After Medical Center Personnel Have Completed Their Repair Work (diagnostic Time Is Part Of The Contract).
7. Assistance At The Head End Equipment Will Be Provided By The Va Police Supervisor While Preventive Maintenance Is Being Provided By The Contractor. Assistance Of The Va Police Supervisor Must Be Prearranged And Coordinated By The Contractor.
c. Response To Calls For Repair Service
1. Emergency Corrective Maintenance: A Repair Person Shall Be On The Premises And Provide Corrective Maintenance /trouble Shooting Initiated Within Two (2) Hours After Receipt Of An Emergency Call.
2. The Alarms For The Following Facilities/areas Have Been Assigned A Security Classification Of Critical/highly Sensitive. Trouble Alarms In Either Of These Categories Require A Two (2) Hour Response Time As Specified In C.1.
jc Division
(a) Methadone Dispensing Area Bell Street Clinic
(b) Agent Cashier Area Room B102f Bldg. 1
(c) Canteen Safe Area Room C303 Bldg. 1
(d) Bldg. 3, Irm Area 1st Floor Bldg. 3
(e) Inpatient Pharmacy Room B405 Bldg. 1
(f) Pharmacy Cache 2nd Floor Bldg. 1
(g) Emergency Room Doors Er Bldg. 1
(h) More Than 3 Istar Failures Bldg. #1
(patient Care Areas)
(i) C*cure Computer Failure Room C106 Bldg. 1
jb Division
(a) Pharmacy Outpatient Room 1c22 Bldg. 55
(b) Pharmacy Cache Room 1c35 Bldg. 55
(c) Agent Cashier Room 1b105 Bldg. 55
(e) Canteen Retail Office Section Room G010 Bldg. 24
(f) Pharmacy Bldg. 55
(g) Mental Health Sally Port Doors Wards N1, N3 West Bldg. 51
(h) C*cure Computer Failure Room 1e08 Bldg. 1
(i) Failure Of The Mas Or Sas Room 1e11a Bldg.1
3. Non-emergency (routine) Corrective Maintenance: All Other Areas Not Classified As Critical/highly Sensitive When Reported, Shall Be Considered Non-emergency (routine)
corrective Maintenance. A Repair Person Shall Be On The Premises And Initiate Repair/trouble Shooting Within One (1) Working Day After Receipt Of A Routine Maintenance Call. In No Instance Should Any Component Remain In A Fault/non-operational Status Exceeding Two (2) Working Days.
4. Failure Of The Contractor To Respond To The Requirements Of Emergency Call Back Period Within Two (2) Hours And To Non-emergency Corrective Maintenance Within One (1) Working Day, May Be Cause For Termination Of This Contract For Cause When Two (2) Occasions Of Non-compliance Occur.
5. If This Contract Is Terminated Because Of Contractor S Failure To Provide Services In Accordance With Contract Requirements, Payment Will Be Made For The Contractor S Services That Have Been Provided Through The Termination Date. No Payment Will Be Made For Any Scheduled Maintenance Services That Have Not Been Provided By The Contractor Prior To Termination Of This Contract.
d. Reporting
1. At The Completion Of Each Test, Repair And Maintenance Service, The Contractor Shall Provide A Verbal Report To The Cor Or His Designee On Duty Of Any Devices Or Systems That Were Found Not To Operate Properly Before Leaving The Medical Center. This Includes Location, Problems That The Malfunctioning Device May Cause, And Date When Corrective Maintenance Will Be Completed.
2. Written Reports: On Completion Of Each Inspection And Maintenance Service, The Contractor Shall Furnish A Written Report, Within Ten (10) Calendar Days Of Completion Of The Maintenance Or Inspection. Report Shall Be Legible And Provide, As A Minimum, The Following Information:
date Of Service
location Of Service
exact Component
type Of Service
service Performed (t-test, C-clean, A-adjust, Cal-calibrate, L-lubricate).
final Condition Of Device (wp-working Properly, Mal-malfunctioning, Etc.)
inspector Or Inspectors Initials
3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments.
4. Statement Of Power Related Problems By The Contractor Shall Be Substantiated By Documentation Utilizing The Appropriate Power Recording Equipment. The Contractor Must Also Present Information From The Manufacturer That The Recorded Conditions Would Cause Problems With The Equipment Before It Is Determined That Corrective Maintenance Is Not Covered By The Contract.
e. Acceptance By Contractor: Contractor Shall Accept The Existing Security System, All Accessories And Components, Listed Herein, In Its Present Condition And Shall Maintain Such System In Strict Conformance With The Specification Requirements. The Following List Of Components Is Intended As A Guide To The Equipment Covered Under This Contract. Note That These Quantities May Be In Error By As Much As + Or 10%. The Specific Location Of Each Device Is Listed In Table Nos.1 Through 28 Of This Document.
v. Emergency Calls: Contractor Shall Be Required To Have An Answering Service To Relay And Dispatch Emergency Calls. No Separate Phone Numbers Or Beeper Numbers Other Than The Main Company Number Will Be Accepted For Service Requirements.
vi. Quality And Performance Standards: All Performance Under This Contract Must Be Of High Standards And Must Conform To Good Trade Practices. All Service Under This Contract Shall Be Rendered Promptly And Efficiently Upon Receipt Of An Official Order. All Work To Be Performed Under This Contract Is Subject To Inspection By The Va To Insure Compliance With All Terms And Conditions Of This Contract.
vii. List Of Tables: See Section D Attachments.
table No. Description
1 John Cochran Building #1
2 John Cochran Building #2, 2a, 2b
3 John Cochran Building #3
4 John Cochran Building #4
5 John Cochran Building #6
6 John Cochran Building #7
7 John Cochran Building #5t
8 John Cochran Building #1t
9 Jefferson Barracks Building #1
10 Jefferson Barracks Building #24
11 Jefferson Barracks Building #23
12 Jefferson Barracks Building #51
13 Jefferson Barracks Building #52
14 Jefferson Barracks Building #53
15 Jefferson Barracks Building #18
16 Jefferson Barracks Building #3
17 Jefferson Barracks Building #3t
18 Jefferson Barracks Building #56
19 Jefferson Barracks Building #25
20 Jefferson Barracks Building #75
21 Jefferson Barracks Building #55
22 Jefferson Barracks Building #54
23 Jefferson Barracks Building #57
24 Jefferson Barracks Building #58
25 Jefferson Barracks Building #60t
26 Jefferson Barracks Building #60
27 Jefferson Barracks Building #55
28 Jefferson Barracks Fisher House #59
29 Jefferson Barracks Building #2
Closing Date30 Jan 2025
Tender AmountRefer Documents
7331-7340 of 7560 archived Tenders