Computer Tenders

Computer Tenders

FEDERAL LAW ENFORCEMENT TRAINING CENTER USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: **please Note This Is A Draft Solicitation- Dates Are Estimates Until Final Rfp Is Released** the Federal Law Enforcement Training Centers, Charleston, South Carolina Has A Dual Requirement For Student Support And Facilities Operating Maintenance Services. Potential Contractors Must Provide Comprehensive Facilities Operating And Student Support Services To The Department Of Homeland Security, Federal Law Enforcement Training Center, And Its Ancillary Support Facilities, Located In Charleston, South Carolina. the Government Will Be Using Innovative Procurement Techniques For This Award In Order To Maximize Competition. Only One Solicitation Will Be Issued For The Two Requirements; However, The Government Will Be Evaluating Tasks Separately And May Or May Not Award Two, Single-award Contracts As A Result Of This Solicitation. student Support Services Include Such Activities As Operation And Cleaning Of Dormitories, Operation Of The Dining Facility, Pick-up And Transportation Of Students To Various Locations, Janitorial, Recreation Services, Warehouse And Post Office Support, And Training Support Services Of Various Types (such As Providing Range Masters, Role Players For Practical Exercises, Computer Laboratory Support, Equipment Issue, Etc) Solicitation 70lchs25rpfb00001. facility-based Services Include Activities Such As Janitorial Services, Facility And Grounds Maintenance, Office Equipment And Furniture Cleaning And Movement. The Contractor Must Also Provide Labor, Equipment, Transportation, Administrative Support, Training And Supplies Necessary To Ensure Competent And Productive Performance Of Services In Accordance With The Terms And Conditions Described In The Performance Work Statement Solicitation 70lchs25rpfb00002. the Government Contemplates Award Of Two (2) Single Award, Indefinite Delivery Indefinite Quantity (idiq) Contracts To Include Firm-fixed Price (ffp) And Other Than Firm Fixed Price (otffp) Clins Resulting From This Solicitation. This Requirement Is Set-aside As A Competitive 8(a) With The Small Business Administration. The Naics Code Is 561210 With A Small Business Size Standard Of $47.0 Million. The Period Of Performance For This Contract Shall Consist Of One Base Year From Date Of Award Through September 30, 2025 Plus Seven One Year Option Periods. fletc Is Providing A Draft Solicitation For Vendors To Know What's Comingahead. below Is A Sample Of The Tentative Solicitation Schedule/evaluation Process. Please Submit Any Questions On The Evaluation Process/sow, Also Please Provide Any Recommendations For How You Want To Be Evaluated. all Communication Will Be In Writing Only And Should Be Submitted To The Contracting Officer’s Via The Email Addresses That Are Provided In This Notice. Please See The Below Date That Questions/answers Should Be Submitted By. the Government Requests All Questions Be Provided On The Draft Sow And Draft Evaluation Strategy Prior To The Final Rfp Being Issued. The Government Has Allotted An Estimated 3 Days For Vendors To Provide Any Remaining Questions Once The Final Solicitation Is Released. Therefore, Any Additional Questions Submitted Regarding This Solicitation After These Deadlines Will Be Responded To At The Discretion Of The Government. the Government May Or May Not Consider Any Suggested Changes. release Of Draft Solicitation January 22, 2025. final Rfp Released Tentatively February 10, 2025. questions And Answers Deadline 7 Calendar Days After Final Rfp Released. phase 1 Submissions Due 7 Calendar Days Post Rfp Publishing. government Evaluates Offerors Phase 1 Submissions And Determines Advisory Notification Designation Approximately 3 Calendar Days After Phase 1 Due Date. contracting Officer Distributes Advisory Notification Letters 1 Calendar Days After Government Determination. phase 2 Site Visit Confirmation Due 3 Calendar Days After Advisory Notification Distribution. site Visit Tbd phase 2 Oral Presentation (to Include Slides) February 24, 2025 - March 3, 2025. phase 2 Quotes/proposal Due (pricing) March 3, 2025.
Closing Date9 Feb 2025
Tender AmountRefer Documents 

Department Of Education Schools Division Of Sorsogon Provi Tender

Others
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Request For Quotation Date: December 27, 2024 Quotation No.: 24-12-370- Business Name: Address: Owner: Please Quote Your Lowest Price On The Item/s Listed Below, 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 In The Return Envelope Attached Herewith. Gina Q. Tarog Cid Chief Chairperson, Deped, Sor. - Bids And Awards Committee Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within Ten (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 Validityshall Be For A Period Of Thirty (30) Calendar Days 5. Philgeps Registration Certificate For Php 500,000.00 Above Projects And Philgeps Registration No. For Below Php 500,000.00 And Mayors Permit, Dti Registration, Latest Income Tax Return And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation Please Check: __/___ Philgeps Certification ___/______ Dti Certificate _______/__ Mayors Permit _______/__ Income Tax Return _______/____ Omnibus Sworn Statement 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. Item No. Item & Description Qty. Abc Unit Price Total Unit Cost Total Purchase Of Training Materials And Supplies On The Conduct Of The 2025 Division Schools Press Conference 1 Board Paper, 90 Gsm, Reams 3 433.33 1,300.00 2 Computer Printer Ink (magenta, Black, Cyan, Yellow), Set 7 1,300.00 9,100.00 3 Bond Paper, 70 Gsm, Reams 10 250.00 2,500.00 4 Personalized, Acrylic Medal With Lace, Pcs 350 65.00 22,750.00 5 Tarpaulin, 4x8 Feet, Pcs 2 1,000.00 2,000.00 6 Battery, Aa, Pcs 12 30.00 360.00 7 Trophy, Pcs 44 200.00 8,800.00 8 Certificate Holder, Pcs 25 150.00 3,750.00 9 Oslo Paper, Pack 1 150.00 150.00 10 Sticker Paper, A4, Matte, Packs 20 85.00 1,700.00 11 Pentel Pen, Broad, Black, Pcs 10 60.00 600.00 12 Envelope, Brown, Long, Pcs 150 9.00 1,350.00 13 Packing Tape, Transparent, 2" 200 Meters, Pcs 2 50.00 100.00 14 Stapler, Big, Size 35, Pcs 5 150.00 750.00 15 Stapler Wire, Size 35, Boxes 5 85.00 425.00 16 Colored Paper, Long, Assorted, Reams 2 300.00 600.00 17 Glue, Small, 40ml, Bottles 56 35.00 1,960.00 18 Glue, Big, 240ml, Bottles 2 80.00 160.00 19 Paper Clip, Big, Vinyl Coated 3 50.00 150.00 20 Paper Clip, Small, Vinyl Coated 2 30.00 60.00 X-x-x-x-x Total 58,565.00 Brand And Model: Delivery Period: Warranty: Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name/signature Tel.no./cellphone No. Email Address Date
Closing Date7 Jan 2025
Tender AmountPHP 58.5 K (USD 1 K)

National Irrigation Administration Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Item No. Qty Unit Item & Description 1 2 Set Laptop Computer Specification: Minimum Requirement Operating System: Windows 10 Processor: Intel Core I7-11370h Processor 3.3 Ghz, 4 Cores (12m Cache, Up To 4.8ghz) Graphics: Nvidia Geforce Rtx 3060 Laptop Gpu, With Boost Up To 1390mhz At 80w (85w With Dynamic Boost), 6gb Gddr6 Display: 15-inch, Fhd (1920 X 1080) 16:9, Anti-glare Display, Srgb:62.5%, Adobe:47.34%, Refresh Rate:240hz, Value Ips-level, Adaptive-sync, Optimus Memory: 16gb Ddr4 On Board, Ddr4-3200 So-dimm, Max Capacity:32gb Storage: 512gb 3.0 Nvme M.2 Ssd I/o Ports: 1x 3.5mm Combo Audio Jack 1x Hdmi 2.1 Tmds 3x Usb 3.2 Gen 1 Type-a 1x Rj45 Lan Port 1x Thunderbolt 4 Support Displayport / Power Delivery Protective Laptop Bag Ac Frequency Bandwidth: 40~400hz Installed With Licensed Windows Operating System And Microsoft Office 2 2 Set Desktop Specification: Minimum Requirement Intel I9-14900f 4.3ghz 24-cores 32-threads 36mb Cache Ddr4 Lga1700 Cpu Gigabyte Ga-b760m-ds3h Ddr4 Lga1700 M-atkingston Kf432c16rb2ak2/16 16gb (2x8) 3200mhz Cl16 Dimm Fury Renegade Rgb (32gb) Kingston Snv2s/1000g 1tb Nv2 Gen4 Pcie Nvme M.2 2280 Ssd Palit Ne63050018p1-1070d Rtx3050 Dual 8gb Gddr6 128bit Dvi Hdmi Dp Graphics Card Gigabyte Gp-ud850gm 850w 80+ Gold Fully Modular Power Supply Coolman Aurora W/ 3pcs Rgb Fan Atx Mid-tower Gaming Case Black 27" Ips 100hz Fhd Monitor Krs-8372 A-shape With Mouse Usb Black Secure 1000va/ 700watts Ups 3 1 Set Colored Photocopier,printer And Scanner Specification: Minimum Requirement Copy,print,network Scan And Optional Fax Function 600, Fast 1200 Dpi Resolution Up To 24/12 A4/a3 Pages Per Minute In Colour And B/w Automatic Back To Back Printing Automatic Sorting Duplex Automatic Document Feeder4 Inch Colour Touch Screen Function Menu Paper Thickness Capabilities -tray 1: (built In) 20gsm To 256gsm (500 Sheets) -tray 2: (optional) 20gsm To 256gsm -mptray: (built In) 100 Sheets Capacity Or Higher With 5 Sets Of Toner 4 4 Set Viewing Device Specification: Minimum Requirement Cpu: Dimensity 8100 Ram: 8gb Storage: 256 Gb Display: 6.6 In 1080p Ips Lcd 144hz Camera: 64+8+2mp Rear/16mp Front Os: Android 12 With Miui 13 Battery: 5080 Mah, 67w Fast Charging
Closing Date17 Jan 2025
Tender AmountPHP 972.3 K (USD 16.6 K)

City Of General Santos , South Cotabato Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. Ra1. Desktop Computer I5 Series Cpu: Core I5 (14th Generation) Or Better Memory: 8gb Ram Ddr Motherboard: Built In An/gigabit Lan Storage Drive: 256 Gb Ssd (solid State Drive) Or Higher And At Least 500gb Hdd Display: 19.5 Inch Lcd Wide Led Backlit Or Bigger (1080p Resolution Or Better) Input: Usb Keyboard And Usb Optical Mouse Optical Drive: Dvd Writer (optional) Ups: 650va Others: Mid Tower Casing, Speaker, Avr. Os: Licensed Atleast Windows 1o Professional. Warranty: 1 Year After Sales Service 200,000.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of It Equipment And Supplies (rebid). Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 14, 2025 12:00 Noon 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 Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. Page 2 Of 3 25cb Gsc 028(r) *25cb Gsc 028(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 21, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 21, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date21 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

Municipality Of Loreto, Agusan Del Sur Tender

Publishing and Printing
Philippines
Details: Description Other Supplies Of Vice-mayor's Office - Pr# 25-01-0136 1 Unit "printer Printer Type: Print, Scan, Copy, Fax With Adf Printing Technology: Print Method: On-demand Inkjet (piezoelectric)printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow)maximum Resolution: 5760 X 1440 Dpiautomatic 2-sided Printing: No Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 "" *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2draft, A4 (black / Colour): Up To 33 Ppm / 15 Ppm*2iso 24734, A4 Simplex (black / Colour): Up To 10 Ipm / 5.0 Ipm*2first Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 Copying:maximum Copies From Standalone: 99 Copies Reduction / Enlargement: 25 - 400 %maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: Legaliso 29183, A4 Simplex Flatbed (black / Colour): Up To 7.7 Ipm / 3.8 Ipm Scanning: Scanner Type: Flatbed Colour Image Scannersensor Type: Cisoptical Resolution: 1200 X 2400 Dpi Maximum Scan Area: 216 X 297 Mmscanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Scan Speed:scan Speed (flatbed / Adf (simplex)): 200dpi, Black: 12 Sec / Up To 4.5 Ipm 200dpi, Colour: 29 Sec / Up To 4.5 Ipm Paper Handling: Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Premium Glossy Photo Paper Maximum Paper Size: 215.9 X 1200 Mm Paper Size: Legal (8.5 X 14""), Indian-legal (215 X 345 Mm), 8.5 X 13"", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7"", 5 X 8"", 4 X 6"", Envelopes: #10, Dl, C6 Supported Os And Applications: Operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Only Printing Functions Are Supported For Windows Server Os Mac Os X 10.6.8 Or Later Interface: Usb: Usb 2.0 Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Network Protocol: Tcp/ipv4, Tcp/ipv6 Network Management Protocols: Snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Slp, Wsd, Lltd Lcd Screen: 1.44"" Colour Lcd" 1 Unit Laptop Computer Cpu: Intel Core I3 11th Gen, Memory: 8gb Ddr4 3200mhz, Graphics: Intel Uhd Graphics, Storage: 512gb Ssd M.2 Nvme, Display: 15.6" Micro Edge Display
Closing Date27 Jan 2025
Tender AmountPHP 67.9 K (USD 1.1 K)

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Notice joint Light Tactical Vehicle (jltv) vehicle Ruggedized Display subject: Joint Program Office (jpo) Joint Light Tactical Vehicle (jltv) Market Survey For A Ruggedized Vehicle Display purpose: Jpo Jltv Is Assessing Options For The Driver Display Units. The Intent Is To Gain Industry Feedback On The High-level Technical Performance Requirements, Timing, And Pricing Of Potential Alternatives For The Driver Display Unit. jpo Jltv Is Asking Industry To Assist With The Identification Of Potential Drivers Within The High-level Requirements Of Ruggedized Vehicle Displays And Provide Alternatives To Help Control Costs And Schedule, While Still Meeting The Operational Requirements. There Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred For Your Review And Response To This Survey. Your Response To This Survey Will Yield No Favorable Considerations For Any Potential Future Solicitations. background: The Current Jltv Family Of Vehicles (fov) Include A Touchscreen Display And Computer To Assist In The Operation And Management Of The Vehicle. Jpo Jltv Is Interested In Potential Cost Savings And Performance/reliability/durability Enhancements To Existing Vehicle Displays. As A Result, Jpo Jltv Is Seeking Mature Display Solutions From Industry. Potential Solutions Can Be Any Or A Combination Of The Below: 2. A Ruggedized Vehicle Touchscreen (no Internal Computing) With Or Without Physical Buttons 3. A Ruggedized Vehicle Smart Display (with Internal Computing) With Or Without Physical Buttons 4. A Ruggedized Vehicle Embedded Smart Display (with Reduced Computing) With Or Without Physical Buttons. 5. Rationale For Advanced Release: Vehicle Electronics Computers Are Common On U.s. Ground Combat Vehicles. The Jltv Uses A Mix Of Commercial Off The Shelf (cots), Government Off The Shelf (gots), And Purpose Designed Equipment. Reliability, Durability, Affordability, And Long-term Production Are Highly Desirable To Maintain Operational Readiness Of The Jltv Fleet. The Draft Technical Performance Requirements (attachment A-ddu-dsdu-eddac-market Survey) Were Developed To Convey The Unique Military Uses, Duty Cycles And Performance To Meet The Anticipated Operational Needs. The Government’s Intent To Socialize These Draft Requirements Will Better Position The Army To Develop Achievable Final Requirements And Acquisition Timelines For Production. The Requested Feedback Will Help To Ensure The Final Jltv Display Solution Is Achievable Within Cost, Schedule, And Performance Constraints. questionnaire: Interested Sources Are Asked To Submit Information In Two Phases: phase I: Provide Responses To The Below High-level Requirements To Include Any Appropriate Market Literature (e.g., Specification Sheets). Submit Responses Via Email To The Contract Specialist, Guadalupe Garcia, With A Copy Furnished To Contracting Officer, Patrick Brown No Later Than 12:00 Pm Est.(15 Business Days After Release- 19 November2024. display Information type (i.e. Display, Smart Display, Embedded Computing, Touchscreen) if Touchscreen, Are There Physical Buttons? is The Screen Dimmable? screen Size And Resolution minimum Of 8”, Maximum Of 12” viewing Angle sunlight Readability Capability operating System, If Applicable input / Output Connectors (i.e. Usb, Displayport, J1939/can) if Embedded Computing, Information On Computing Capabilities (i.e. Ram, Processor Speed, Storage, Etc.) blackout / Nvg Capabilities diagnostic Capabilities durability Requirements (assume Display Without Shipping Packaging) number Of Screen Touches To Failure impact Resistance For Screen And Enclosure touchscreen Force Curve (maximum Pressure Allowed) any Concerns Over Point Touch Or Swipe Touch? resistance To Abnormal Electrical Noise/disturbances And Power Input (28vdc) what Standards Are Used? reliability Requirements (i.e. Hour To Failure) is There A Reliability With Confidence Number? environmental Capabilities operating Temperature, Shock, Vibration, Etc. ipxx (water And Dust) Rating emi, Emc, Eme, And Esd Capabilities manufacturing volumetric Output Per Year quality Standards Used is The Screen Used On Other Platforms? If Yes, Specify. locations For Corporate Office (include Engineering) And Manufacturing phase Ii: Provide Responses To (attachment A-ddu-dsdu-eddac-market Survey) And The Below Questions. Submit Responses Via Email To The Contract Specialist, Guadalupe Garcia, With A Copy Furnished To Contracting Officer, Patrick Brown No Later Than 12:00 Pm Est, (45business Days After Release – 17 January 2025). Questions From Phase I May Be Re-addressed And Re-submitted Along With The Phase Ii Questions. The Government May Also Request A Meeting To Discuss Your Responses After The Market Survey Closes. what Is The Name And Cage Code Of The Company Responding To The Survey? 2. What Is The Name, Position Title, Telephone, And Email Address Of The Survey Respondent? 3. What Is Your Expected Lead Time For Prototype Parts? 4. How Much Time Do You Need To Build Prototype Assets Once You Have All Required Parts And Government Furnished Equipment (gfe) Vehicles And/or Systems Integration Lab (sil)? 5. How Much Time Do You Need For Sub-system And System-level Contractor Testing? 6. What Types Of Testing Do You Expect To Be Able To Perform Internally? 7. Do Any Devices Require Custom Development? If So, Which Ones? 8. Do You Plan To Use Commercial Of The Shelf Components? If So, For Which Components? 9. How Much Time Do You Need To Go From Concept To Prototype Delivery? 10. Describe Your Experience In Cybersecurity On A Vehicle Platform And What Solutions You Would Put In Place To Mitigate Any Potential Cyber Risks For A Light Tactical Vehicle. 11. Describe Your Experience And Locations For The Production, Manufacturing, Sustainment, Software Development, And Engineering For Your Products. 12. Detail Where, When, And What Type Of Platforms (identify Both Commercial And Military Applications) On Which Your Products Have Been Fielded. 13. Rough Order Magnitude Pricing (rom) Of Your Solution For The Following Annual Production Quantity Ranges: 10, 100, 500, 1,000, 2,000, And 5,000 Per Year. 14. What Is Your Estimated Non-recurring Engineering And Program Management Rom Price To Obtain An Initial Level Design? 15. What Is Your Estimated Non-recurring Engineering And Program Management Rom Price To Get From An Initial To Final Design And Then Prototype Delivery?
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Department Of Environment And Natural Resources - DENR Tender

Food Products
Philippines
Details: Description Pr# 2025-01-0022 Planning And Management Division Approved Budget Of The Contract (abc) = Php 217,725.00 Qty Unit Particulars 73 Pax Food, Venue And Accommodation For Two (2) Days "day 1 (february 11, 2025): 2 Meals (lunch And Dinner) 2 Snacks (am & Pm)" "day 2 (february 12, 2025): 1 Meal (lunch) 1 Snack (pm)" "suggested Meal And Snacks Meal: Plain Rice, Beef Caldereta, Buttered Chicken, Fish Fillet (sweet And Sour) And Four Seasoned Snacks: A.m Snacks: Baked Macaroni & P.m Snacks: Kakanin (puto, Kutsinta. Biko, Etc.) Dessert: Fresh Fruits Drinks: Softdrinks/canned Juice " Accommodation Two (2) Nights Accommodation - Two (2) Pax Two (2) Rooms Check-in: February 10, 2025, 2:00 Pm Check-out: February 12, 2025, 12:00 Nn One (1) Night Accommodation - 27 Pax Nine (9) Rooms Triple Check-in: February 11, 2025, 2:00 Pm Check-out: February 12, 2025, 12:00 Nn "venue Must Have The Following: 1. Dedicated 24/7 Internet Connection Of At Least 100mbps 2. Unlimited Use And Spacious Function Room And Free Electrical Charging Of Laptop Computers 3. Spacious Parking Space & Nature Ambience" Please Attach Menu Activity: Conduct Of 1st Quarter Cy 2025 Regional Management Conference Cum New Year's Call Date: February 11-12, 2025 Venue: Within Cagayan De Oro Vicinity All Entries Should Be Typewritten / Legibly Written Requirements For Below P 50,000.00 1. Philgeps Registration Number Or Business Permit For P 50,000.00 Above 1. Philgeps Registration Certificate (platinum Membership Or Red Membership) Or Eligibility Requirements: 1. Registration Certificate 2. Mayor's/ Business Permit Or Its Equivalent Document 3. Tax Clearance 4. Audited Financial Statements 5. Omnibus Sworn Statement (additional Document For P500,000.00 Above)
Closing Date27 Jan 2025
Tender AmountPHP 217.7 K (USD 3.7 K)

NATIONAL COMPUTER AND FREEDOM COMMISSION Tender

France
Purchaser Name: NATIONAL COMPUTER AND FREEDOM COMMISSION | Carrying out monitoring of the written press and audiovisual media (radio & TV) and daily and weekly overviews
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Adela Serra Ty Memorial Medical Center Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For The Procurement Of Immuno-serology Reagents (tie-up Basis) And Supplies With Ib No. 2025-02-04 (07) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Ten Million Four Hundred Forty Eight Thousand Pesos Only [php 10,448,000.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Immuno-serology Reagents (tie-up Basis) And Supplies. Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos Only [php 25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 10:00 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 10:00 Am; February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:01 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot / Item Number Description Quantity Unit Unit Cost Total Delivered, Weeks/ Months Lot 1 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Immunology Analyzer For Free Of Use."if It's Not Brand New Machine, It Must Have Been Used For Not More Than Five Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage >a Floor Type Machine > Must Provide At Least 3 Consecutive Excellent Neqas Result For The Past 3 Years. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down. >failure Of Machine's Effective Functionality And Supplier's Performance (ex. No Consumables Available) Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier. >meet Our Objective Which Is Our Turnaround Time (tat) To Release Our Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Analyzer Should Be Delivered Complete With Its Accessories (ups 6kva, Keyboard, Printer, Avr 6kva, Etc.) > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers In Mindanao. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. >must Provide And Free Of Charge (foc): - All Consumable Needed For The Machine To Function Like Calibrators, Controls, Cuvettes/sample Cups, Rv, Pre-trigger, Disposable Tips, Deionized / Distilled Water, Wash Buffer, System Cleaning Solution And Etc. - Computer Sets, Ups, Avr, Printer - Calibration And Preventive Maintenance - Any Parts Or Accessories Of The Machine > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: >analytical Principle/system Description: Electrochemiluminescence (eclia) Immunoassay Technology Or Chemiluminescence Immunoassay (clia) Only. > Throughput: At Least 75 Tests/hr > Test Mode: Routine/random, Batch > Stat Assay Turnaround Time: <15mins > Non-stat Assay Turnaround Time: <25mins > Sample Volume: 10-50ul Per Test > 2-point Calibration Per Reagent Lot > Sample-clot Detection > Liquid-level Detection > Sensitivity : >99% > Specificity : >99% > Accuracy :> 99% >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >on-board Reagent Integrity/stability Control >automatic Inventory Tracking And Updating As To Number Of Tests And Remaining Test Available >program For Calibration Tracker And Validity >machine Quality Assurance: Auto Calibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access >barcode Reader/scanner For Easy Samples And Reagents Identification And Tracking >lis Ready >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Built-in Water System Or Distilled Water Must Be Provided. >provide Computer/software System To Store Results For Accessibility And Result Management >floor-type T3 (100's/box) 4 Box 38,000.00 152,000.00 15 Calendar Days After Issuance Of A Call-off T4 (100's/box) 4 Box 38,000.00 152,000.00 15 Calendar Days After Issuance Of A Call-off Tsh (100's/box) 32 Box 38,000.00 1,216,000.00 15 Calendar Days After Issuance Of A Call-off Ft3 (100's/box) 16 Box 38,000.00 608,000.00 15 Calendar Days After Issuance Of A Call-off Ft4 (100's/box) 30 Box 38,000.00 1,140,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbs (100's/box) 14 Box 38,000.00 532,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbe (100's/box) 4 Box 32,000.00 128,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbc (100's/box) 6 Box 32,000.00 192,000.00 15 Calendar Days After Issuance Of A Call-off Hbsag Quantitative (100's/box) 6 Box 25,000.00 150,000.00 15 Calendar Days After Issuance Of A Call-off Hbeag (100's/box) 4 Box 40,000.00 160,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 4,430,000.00 Lot 2 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Immunology Analyzer For Free Of Use. “if It's Not Brand New Machine, It Must Have Been Used For Not More Than Five Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage > Must Provide At Least 3 Consecutive Excellent Neqas Result For The Past 3 Years. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down. >failure Of Machine's Effective Functionality And Supplier's Performance (ex. No Consumables Available) Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier. >meet Our Objective Which Is Our Turnaround Time (tat) To Release Our Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Analyzer Should Be Delivered Complete With Its Accessories (ups 6kva, Keyboard, Printer, Avr 6kva, Etc.) > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. >must Provide And Free Of Charge (foc): - All Consumable Needed For The Machine To Function Like Calibrators, Controls, Cuvettes/sample Cups, Rv, Pre-trigger, Disposable Tips, Deionized / Distilled Water, Wash Buffer, System Cleaning Solution And Etc. - Computer Sets, Ups, Avr, Printer - Calibration And Preventive Maintenance - Any Parts Or Accessories Of The Machine > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: >analytical Principle/system Description: Electrochemiluminescence (eclia) Immunoassay Technology, Chemiluminescence Immunoassay (clia) Or Fluorescent Enzyme Immunoassay (feia). > Throughput: At Least 75 Tests/hr > Test Mode: Routine/random, Batch > Stat Assay Turnaround Time: <15mins > Non-stat Assay Turnaround Time: <25mins > Sample Volume: 10-50ul Per Test > 2-point Calibration Per Reagent Lot > Sample-clot Detection > Liquid-level Detection > Sensitivity : >99% > Specificity : >99% > Accuracy :> 99% >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >on-board Reagent Integrity/stability Control >automatic Inventory Tracking And Updating As To Number Of Tests And Remaining Test Available >program For Calibration Tracker And Validity >machine Quality Assurance: Autocalibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access >barcode Reader/scanner For Easy Samples And Reagents Identification And Tracking >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Buit-in Water System Or Distilled Water Must Be Provided >provide Computer/software System To Store Results For Accessibility And Result Management >floor-type/bench Type Ca-125 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ca-15-3 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ca-19-9 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Cea (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Afp (100's/box) 1 Box 50,000.00 50,000.00 15 Calendar Days After Issuance Of A Call-off Total Psa (100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Ana (anti-nuclear Antibody) (100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Cmv (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Toxo-igg (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ferritin (100's/box) 1 Box 80,000.00 80,000.00 15 Calendar Days After Issuance Of A Call-off Anti-dsdna (100's/box) 1 Box 75,000.00 75,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 565,000.00 Lot 3 Winning Bidder Responsibilities: > Winning Bidder Must Provide For Free An Iso-certified, Fully Automated Machine And Its Consumables, Calibrators And Controls. > Analytical Principle/system Description: Fluorescense Immunoassay (fia). > Provide Accessories For Effective And Uninterrupted Operation Like Ups, Avr, Computer Set And Printer. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down > Expenses Incurred For Send Out Of Tests Due To Failure Of The Machine And/or Poor Supplier Performance Shall Be Charged To The Winning Bidder. > Reagents Delivered Must Be At Least 18 Months From The Expiration Date. >lis Ready >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Buit-in Water System Or Distilled Water Must Be Provided > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 Troponin I (48's/box) 60 Box 40,000.00 2,400,000.00 15 Calendar Days After Issuance Of A Call-off C-reactive Protein (25's/box) 20 Box 15,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Procalcitonin (50's/box) 6 Box 15,000.00 90,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 2,790,000.00 Lot 4 Winning Bidder Responsibilities: > Winning Bidder Must Provide For Free An Iso-certified, Fully Automated Machine Bench Top And Its Consumables, Calibrators And Controls For The Analysis. > Analytical Principle/system Description: Fluorescense Immunoassay (fia) > Provide Accessories For Effective And Uninterrupted Operation Like Ups, Avr, Computer Set And Printer. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down > Expenses Incurred For Send Out Of Tests Due To Failure Of The Machine And/or Poor Supplier Performance Shall Be Charged To The Winning Bidder. > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Aso (anti-streptolysin O) Titer (100's/box) 2 Box 28,000.00 56,000.00 15 Calendar Days After Issuance Of A Call-off Pro-bnp (100's/box) 1 Box 120,000.00 120,000.00 15 Calendar Days After Issuance Of A Call-off Rheumatoid Factor (100's/box) 1 Box 24,000.00 24,000.00 15 Calendar Days After Issuance Of A Call-off D-dimer(100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 260,000.00 Technical Specs For Item No. 1 To 10 >sample Type: Serum, Plasma, Whole Blood > Sensitivity : >98% > Specificity : >98% > Accuracy: >98% 1 H. Pylori Ab Rt (20's/box) 20 Box 3,000.00 60,000.00 2 H. Pylori Ag Rt (20's/box) 2 Box 3,000.00 6,000.00 3 Typhidot Ab Duo Rt (25's/box) 40 Box 5,000.00 200,000.00 4 Leptospira Ab Rt (10's/box) 60 Box 9,000.00 540,000.00 5 Dengue Ns1 6000 Box 110.00 660,000.00 6 Dengue Rapid Test ( Igm, Igg) 6000 Box 60.00 360,000.00 7 Hcv Rt (100's/box) 4 Box 12,000.00 48,000.00 8 Hbsag Rt (30's/box) 120 Box 3,000.00 360,000.00 9 Hav Rt (25's/box) 8 Box 8,000.00 64,000.00 10 Syphilis Rt (100's/box) 15 Box 7,000.00 105,000.00 Subtotal 2,403,000.00 Total Amount 10,448,000.00 Purpose For Immuno-serology Section Use.
Closing Date4 Feb 2025
Tender AmountPHP 10.4 Million (USD 179.3 K)

DEPT OF THE NAVY USA Tender

Software and IT Solutions...+1Telecommunication Services
United States
Details: Please See Attached Pws. sources Sought/request For Information (rfi) scope: this Is A Sources Sought/request For Information (rfi), As Defined In Federal Acquisition Regulation (far) 15.201(e). The Government Is Issuing This Rfi In An Effort To Understand Market Availability, Technical Characteristics, Cost, And Functionality Of Information Technology (it) Tools, Applications Or Products Capable Of Satisfying The Life-cycle Technical, Functional, Operational, And/or Capabilities Described In This Rfi. any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal, Request For Quotation, Or Invitation For Bid, Nor Does Its Issuance Obligate Or Restrict The Government To An Eventual Acquisition Approach. The Government Does Not Intend To Award A Contract On The Basis Of Responses From This Rfi Or Pay For The Preparation Of Any Information Submitted Or For The Use Of Such Information. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only. to The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. Responses To The Rfi Will Not Be Returned. background: the Navsup Fleet Logistics Center Sigonella (flcsi) Souda Bay Detachment, Souda Bay, Greece Is Conducting Market Research For Telecommunications Operations And Maintenance (o&m) Services At Nsa Souda Bay, Greece Area Of Operation As Described In The Attached Draft Performance Work Statement (pws). purpose: the Purpose Of This Rfi Is To Gather Information On Best Practices And Cost Estimates For Telecommunications Operations And Maintenance (o&m) Services. a Draft Copy Of The Performance Work Statement (pws) Is Attached. This Document Is Only A Draft And Is Not Considered A Final Document. Performance Is Anticipated In All Of The Following Countries: greece the Anticipated Clearances Are Secret. it Is Anticipated That The Contractor Will Be Responsible For Obtaining Any Necessary Technical Representative Status, Licenses, Permits, Country/theater Clearances, Visa And Entry Authorizations To Comply With Any Applicable U.s. And Host Nation Laws, Codes, And Regulations. additional Information Requested: provide The Following Business Information: company Name company Socio-economic Size email Address point Of Contact For Further Clarification Or Questions. uei/cage Code questions: questions With Regard To This Rfi Are Requested To Be Submitted By E-mail To: navsup Flcsi kelly Mcfarlin Kelly.n.mcfarlin.civ@us.navy.mil magdalini Schoulidou Magdalini.schoulidou.ln@us.navy.mil responses: interested Vendors Are Requested To Submit A Capabilities Statement In Response To This Rfi By E-mail To: navsup Flcsi kelly Mcfarlin Kelly.n.mcfarlin.civ@us.navy.mil magdalini Schoulidou Magdalini.schoulidou.ln@us.navy.mil the Deadline For Responses To This Request Is 1500 Hours, Eastern Standard Time, On Sunday 26 January 2025. response Should Be Single-spaced, Times New Roman, 12 Point Font, With One Inch Margins All Around, Compatible With Ms Office Word 2007, With A Total Page Count Not To Exceed 10 Pages. Response, Including Attachments, Shall Not Exceed 10 Mb. Each Page Of Your Package Shall Be Printable On 8 ½” X 11” Paper. Please Note That Some Email Systems May Block File Types Such As .zip Or Other Macro-enabled Extensions; Respondents Should Verify Receipt. any Response Submitted By Respondents To This Request Constitutes Consent For That Submission To Be Reviewed By Navsup Flcsi And Naval Computer And Telecommunication Area Master Station Atlantic (nctams Lant). The Responses May Be Forwarded To Other Government Entities In Consideration For Applicability To Other Programs. respondents Are Advised That The Government Is Under No Obligation To Provide Feedback With Respect To Any Information Submitted. All Submissions Become Government Property And Will Not Be Returned. this Rfi Is Issued Solely For Information Purposes. It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service In Any Manner. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense.
Closing Date26 Jan 2025
Tender AmountRefer Documents 
8061-8070 of 8412 archived Tenders