Computer Tenders

Computer Tenders

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Announcement; Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. Any Requests For A Solicitation In Response To This Notice Will Not Be Honored. Reynolds Army Health Center, (rahc), Fort Sill, Ok 73503 Has An Upcoming New Requirement For A Contract For An 8-man Audiometric (hearing) Booth To Facilitate Health Care Support. This Is An Fy 25 Requirement. key Features And Salient Characteristics: audiometric (hearing) Booth 8-person Multi-station Audiometric (hearing) Booth a. Must Have A Double Wall b. Must Be Pre-wired Jack Panel With Cable Pass-thru. c. Must Have An Acoustic Floor. d. Must Be Switch-activated With An Led Illuminations System. e. Must Be Acoustically Engineered With Roof-mounted Ventilation. f. Must Have A Sound Secure Patient Viewing Window. g. Features Carpeting With Cove Base Trim. h. Must Have Hospital-grade Recessed Electrical Devices. i. This Standard Specifies Maximum Permissible Ambient Noise Levels (mpanls) Allowed In An Audiometric Test Room That Produce Negligible Masking (р2 Db) Of Test Signals Presented At Reference Equivalent Threshold Levels Specified In Ansi S3.6-1996american National Standard Specification Of Audiometers. The Mpanls Are Specified From 125 To 8000 Hz In Octave And One-third Octave Band Intervals For Two Audiometric Testing Conditions (ears Covered And Ears Not Covered) And For Three Test Frequency Ranges (125 To 8000 Hz, 250 To 8000 Hz, And 500 To 8000 Hz). The Standard Is Intended For Use By All Persons Testing Hearing And For Distributors, Installers, Designers, And Manufacturers Of Audiometric Test Rooms. This Standard Is A Revision Of Ansi S3.1-1991 American National Standard Maximum Permissible Ambient Noise Levels For Audiometric Test Rooms. j. The Audiometer Shall Have A Computer, And Facilitates Test That Can Be Done Automatically, Semi-automatically, Or Manually. k. Unit Can Be Used In Mobile Applications. l. Uses For Screening Audiologic Examinations. m. Contractor Must Be Able To Custom Fit The Audiometric (hearing) Booth In The Government’s Specified Space For Usage. n. Provide Audiometric (hearing) Booth Installation, And Verification Of Operability. o. Provide Training On Usage. p. Provide Two (2) Operator Manuals (also 1 In Digital Format) q. Provide One (1) Service Manual (also In Digital Format) r. Provide Warranty For Equipment And Services. equipment Consists Of The Following: description Quantity 8-man Custom Audiometric Booth 1 Ea. audiometric (hearing) Booth Installation (with Training) 1 Ea. shipping 1 Ea. delivery Date: Estimated the Type Of Solicitation To Issue Will Be Based Upon The Responses To This Synopsis. Contact With Government Personnel, Other Than The Contract Specialist Identified At The Bottom Of This Notice, By Any Potential Offeror, Or Their Employees', Regarding This Requirement Is Strictly Prohibited. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Small Business Community To Include Section 8(a), Historically Underutilized Business Zones (hub-zone), Women-owned Small Business, And Service-disabled Veteran-owned Small Business (sdvosb), As Well As The Interest, Capabilities And Qualifications Of Various Members Of The Large Business Community, To Compete And Perform A Firm Fixed Price Contract For These Supplies. The Type Of Solicitation To Issue Will Depend Upon The Responses To This Sources Sought Synopsis. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. •offeror's Name, Address, Point Of Contact, Phone Number, And E-mail Address. •offeror's Interest In Providing A Proposal/quote On The Solicitation When It Is Issued. •offeror's Capability To Meet Personnel Requirements. •offeror's Capability To Perform A Contract Of This Magnitude And Complexity (include Offeror's In-house Capability To Execute The Required Transcription Services - Provide At Least Three (3) Examples. Documentation Of Appropriate Services Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Means To Compete For This Acquisition. •offeror's Type Of Small Business And Business Size (whether 8(a), Hub Zone, Women-owned Small Business, Service-disabled Veteran Owned Small Business, Etc.), Or Large Business Status, Should Be Documented In The Statement Of Capability. interested Parties Are Responsible For Marking Information That Is Proprietary In Nature. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. The Government Is Not Obligated To, Nor Will It, Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Subcontracting Opportunity Is Anticipated. A Determination By The Government To Not Compete This Proposed Contract Action Based On The Responses To This Notice Is Solely Within The Discretion Of The Government. interested Offeror Shall Respond To This Sources Sought Notice No Later Than The Response Time Indicated In This Sam.gov Posting. All Interested Businesses Must Be Registered In The System For Award Management (sam) At Www.sam.gov To Be Eligible For Award Of Government Contracts. Fax Or Email Your Response Perry J. Cannon, Contract Specialist At Email: Perry.j.cannon.civ@health.mil. Please Label The Email, “panhca-25-p-0000 005855” – Audiometric Booth [vendor’s Cage Code]”. telephonic Inquiries Will Not Be Honored. Email Is The Only Method.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Special Notice special Notice page 5 Of 5 *= Required Field special Notice page 1 Of 5 special Notice Notice Of Intent To Award A Sole Source Procurement the Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 17, Intends To Award A Firm-fixed Priced Contract To Ortho-clinical Diagnostics For An Automated Blood Bank Analyzer As Part Of A Cost Per Test Agreement That Includes The Following Items: 6904577 - Ortho Vision Analyzer (ups)& Full Coverage Service Agreement 6904837 External Drain Kit 6986674 Keyboard 6904701 - Ortho Vision Table 6986685 Printer- Lexmark 6844061 Five Blue Racks 6844062 One Red Rack training For Key Operators service And Maintenance For The Ortho Vision Analyzer All Additional Supplies Needed To Operate The Analyzer And Parts Need For Repair And Maintenance. external Drain Kit keyboard ortho Vision Table printer barcode Reader computer Windows 10 Or Above Operating System all Software -ortho Connect Lab Management Software. items description ship Frequency ship Date qrt. qty. Kits 6902317 0.8% Resolve A 11x3ml 28 Days 6/9/2025 3rd 1 7/7/2025 1 8/4/2025 4th 1 9/1/2025 1 9/29/2025 1 10/27/2025 1st 1 11/24/2025 1 12/22/2025 1 1/19/2026 1 2/16/2026 2nd 1 3/16/2026 1 4/13/2026 1 5/11/2026 3rd 1 6902316 0.8% Surg 3x10ml 28 Days 6/9/2025 3rd 6 7/7/2025 6 8/4/2025 4th 6 9/1/2025 6 9/29/2025 6 10/27/2025 1st 6 11/24/2025 6 12/22/2025 6 1/19/2026 6 2/16/2026 2nd 6 3/16/2026 6 4/13/2026 6 5/11/2026 3rd 6 6902318 0.8% Resolve B 11x3ml 28 Days 6/9/2025 3rd 1 7/7/2025 1 8/4/2025 4th 1 9/1/2025 1 9/29/2025 1 10/27/2025 1st 1 11/24/2025 1 12/22/2025 1 1/19/2026 1 2/16/2026 2nd 1 3/16/2026 1 4/13/2026 1 5/11/2026 3rd 1 719201 0.8% Affirmagen (2/10ml) 28 Days 6/9/2025 3rd 6 7/7/2025 6 8/4/2025 4th 6 9/1/2025 6 9/29/2025 6 10/27/2025 1st 6 11/24/2025 6 12/22/2025 6 1/19/2026 6 2/16/2026 2nd 6 3/16/2026 6 4/13/2026 6 5/11/2026 3rd 6 z498 alba Q Check Control 28 Days 6/9/2025 3rd 4 7/7/2025 4 8/4/2025 4th 4 9/1/2025 4 9/29/2025 4 10/27/2025 1st 4 11/24/2025 4 12/22/2025 4 1/19/2026 4 2/16/2026 2nd 4 3/16/2026 4 4/13/2026 4 5/11/2026 3rd 4 delivery Address: Department Of Veterans Affairs, South Texas Veterans Health Care System (stvhcs), Audie L. Murphy Division, 7400 Merton Minter, San Antonio, Texas, 78229. the Proposed Sole Source Procurement Will Be Made By An Open Market Pricing Agreement With Ortho-clinical Diagnostics. the Requesting Activity Has Submitted A Sole Source Justification Request That States That Vendor Is The Only Vendor That Can Provide The Necessary System To Be A Direct Replacement Of The Current Analyzer Instrumentation. Market Research Did Not Find An Alternate Approved Vendor That Can Provide All Of The Required Linearity Supplies For The Services. this Notice Is Not To Be Considered A Request For Quotations Or Proposals. No Contract Will Be Awarded On The Basis Of Offers Received In Response To This Notice; However, All Responsible Sources May Submit A Capability Statement, Proposal Or Quotation, Which Shall Be Considered By The Agency. Proposals Or Offers Received Will Be Used To Determine If A Comparable Source Is Available And More Advantageous To The Government. If No Affirmative Written Response Is Received Within 5 Days From The Publication Of This Notice, A Contract Will Be Issued To Cap Without Any Further Notice. the Anticipated Statutory Authority Permitting Other Than Full And Open Competition For The Requirement Is 41 U.s.c. 3304(a)(1), As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. end Of Document

DENR RXI 2, PENRO DAVAO ORIENTAL Tender

Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 3 Million (USD 51.6 K)
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"

Department Of Agrarian Reform - DAR Tender

Food Products
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 110.2 K (USD 1.8 K)
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

DEPARTMENT OF ENVIRONMENT AND NATURAL RES PENRO TARLAC Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 240 K (USD 4 K)
Details: Description The Denr-penro Tarlac Invites Suppliers Thru Negotiated Procurement – Small Value Procurement Based On Sec. 53.9, Rule Xvi Of The Revised Irr Of Ra 9184, Series Of 2016 With Which The Required Amount Does Not Exceed Php 1,000,000.00 With The Following Details: Project Name: Procurement Of Ict Equipment For Official Use Of Penro Tarlac Manila Bay Activities (2025-g-006) Approved Budget Of The Contract: P 240,000.00 Project Description: Unit Item Description Quantity Unit Desktop Computer Cpu: 8+ Cores, 16+ Threads Base Clock: 3.4ghz Or Higher Motherboard: Lga 1700 Socket B760 Chipset Or Equivalent Ddr4 Compatible Ram: 32gb Ddr4 Speed: 3200mhz Dual Channel Configuration Graphics Card: Mid-range Dedicated Gpu 12gb Vram Cuda Support Storage: Primary: 1tb Nvme Ssd Secondary: 2tb Hdd 7200rpm Power Supply: 750w 80+ Gold Certification Display: Size: 23.8" In. Resolution: 1920 X 1080 Aspect Ratio: 16:9 Maximum Brightness: 250 Nits / Cd/m2 1 Unit Geotagging Device Processor: Chipset: Exynos 1480, Core: Octa-core Display: Type: Super Amoled Size: 6.6 Inches Resolution: 1080 X 2340 Refresh Rate: 120hz Pixel Per Inch: 390 Main Camera: 50 Mp, F/1.8, (wide),1/1.56", 1.0µm,pdaf, Ois 12 Mp, F/2.2, 123° (ultrawide), 1.12µm 5 Mp, F/2.4, (macro) Video: 4k@30fps, 1080@30/60fps, 720p@480fps Selfie Camera: 32 Mp, F/2.2, 26mm (wide), 1/2.8", 0.8µm Video: 4k@30fps, 1080@30/60fps Sensor: Fingerprint(under Display, Optical), Accelerometer, Gyro, Compass, Barometer Ram: 8gb Internal Storage: 256 Gb Storage Expansion: Microsd Os: Android (14), One Ui 6.1 Battery: Capacity: 5000 Mah 1 Unit Laptop Processor: Core I7-13700hx Memory: 16gb Ddr5 2dm 4800 Storage: 512gb Pcie 4x4 Graphics: Nvidia Geforce Rtx 4060 8gb Vram Display : 16.1 Qhd Antiglare Lw Blult Ips 300 Nits 165hz Operating System: Windows 11 Home With Microsoft Office For Home And Student 2021 1 Unit 3 In 1 Printer With Wifi Print, Scan, Copy 1 Pair Drone Propeller Compatibility: Dji Mavic 3 Series 2 Pc Micro Sd Cardcapacity: 128 Gbcompatibility: Compatible With Microsdhc, Microsdxc, Microsdhc Uhs-i, And Microsdxc Uhs-i Supporting Host Devicesdimensions: (l X W X H): 10.92mm X 14.99mm X 1.02mmsequential Read Performance: Up To 200mb/ssequential Write Performance: Up To 90mb/s 1 Unit Desktop Monitor Display:23.6 In, Tn, W-led, 1920 X 1030 Pixels 1 Pc Mechanical Keyboard Wired Mixed Backlight Gaming Keyboard Anti-conflict Keyboard No Driver Needed Adjustable 6 Keys And 104keys Anti-ghosting Suspended Key Caps High Compatibility Applicable Objects: Home Office Game Notebook 2 Pc Optical Wired Usb Mouse Wired Usb Connectivity Three Programmable Button Optical Sensor Powered Via Usb 2 Please Quote Your Best Offer For The Items Described Herein. You May Submit Your Duly Signed Quotation From January 18, 2025 To Not Later Than The Deadline On January 21, 2025, At 10:30 In The Morning At Denr-penro Tarlac, Mc Arthur Highway, Paraiso, Tarlac City, Or Send Thru Email Address Of Pbac At Denrtarlacbacsec@gmail.com Or Denr_penrotarlac@yahoo.com. The Following Requirements Must Be Submitted Prior To The Issuance Of A Notice Of Award: 1. Mayor's Business Permit 2. Philgeps Registration Number 3. Omnibus Sworn Statement The Pbac Of Denr-tarlac Assumes No Responsibility Whatsoever To Compensate Or Indemnify Suppliers For Any Expenses Incurred In The Procurement Process. The Pbac Of Denr-tarlac Reserves The Right To Accept Or Reject Any Or All Quotations, To Annul Or Cancel The Procurement Process At Any Time Prior To Contract Award, Impose Additional Terms And Conditions, And Accept The Proposal Most Advantageous To The Government Without Thereby Incurring Any Liability. For Further Information, Please Contact: Denr-penro Tarlac, Mcarthur Highway, Paraiso, Tarlac City Tel. No. (045) 985-5928 Email Address: Denr_penrotarlac@yahoo.com Or Pbac Head Secretariat – Aiverlyn V. Teofilo Email Address: Denrtarlacbacsec@gmail.com (signed) Amalia A. Fajardo Bac Chairperson

FEDERAL EMERGENCY MANAGEMENT AGENCY USA Tender

Software and IT Solutions
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents 
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).

Dumaguete City Tender

Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.2 K)
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

Department Of Agriculture Tender

Goods
Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 138.9 K (USD 2.3 K)
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).

MUNICIPALITY OF LANTAPAN Tender

Machinery and Tools
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 87.4 K (USD 1.4 K)
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
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
7351-7360 of 7580 archived Tenders