Computer Tenders
Computer Tenders
FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender
Others
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol, Gallon 23 500.00 11,500.00 2 Piece Sign Pen, Black, 0.3mm 86 90.00 7,740.00 3 Piece Sign Pen, Blue, 0.3mm 86 90.00 7,740.00 4 Piece Bar Soap 20 45.00 900.00 5 Piece Barrel Lock, 3" 10 200.00 2,000.00 6 Box Battery, Aa, Box (48's) 1 250.00 250.00 7 Box Battery, Aaa, Box (40's) 1 240.00 240.00 8 Piece Bisagra, 4" 10 100.00 1,000.00 9 Bottle Bleach Colorsafe, 3600 Ml 15 300.00 4,500.00 10 Bottle Bleach, 3785 Ml 20 200.00 4,000.00 11 Gallon Bleach, Gal 13 150.00 1,950.00 12 Piece Blue Drum 1 1,500.00 1,500.00 13 Piece Brown Envelope, A4 100 5.00 500.00 14 Piece Conference Notebook 86 190.00 16,340.00 15 Piece Correction Tape 86 30.00 2,580.00 16 Piece Coupling, 4" 3 200.00 600.00 17 Piece Cross Cut Saw 1 500.00 500.00 18 Dozen Detergent Powder, 65g Per Dozen 40 70.00 2,800.00 19 Kg Detergent, 2 Kg 8 250.00 2,000.00 20 Piece Diploma 420 22.00 9,240.00 21 Piece Diploma Jacket 420 58.00 24,360.00 22 Bottle Disinfectant Spray, 510 G 10 650.00 6,500.00 23 Piece Door Knob 25 200.00 5,000.00 24 Piece Doormat 40 35.00 1,400.00 25 Piece Double Sided Tape 300 45.00 13,500.00 26 Piece Dust Pan 36 100.00 3,600.00 27 Bottle Multi-purpose Glue, 130g 86 40.00 3,440.00 28 Piece Expanded Plastic Envelope, Long With Handle 86 180.00 15,480.00 29 Set Extension Wire, 10m, Heavy Duty Surface Type Extension Outlet, 3 Gang Outlet 50 500.00 25,000.00 30 Piece Feather Duster 18 100.00 1,800.00 31 Liter Fllorwax, Liquid, 1l 13 200.00 2,600.00 32 Piece Frame, A4 40 150.00 6,000.00 33 Meter Fringes, Green 150 25.00 3,750.00 34 Meter Fringes, Yellow 150 25.00 3,750.00 35 Pack Garbage Bag, L 200 20.00 4,000.00 36 Piece Gate Valve, Pvc, 3/4" 1 200.00 200.00 37 Piece Glue Stick, Small 286 5.00 1,430.00 38 Piece Hammer, Steel Handle 1 500.00 500.00 39 Piece Height Measurement 5 300.00 1,500.00 40 Piece Light Bulb, 15 Watts 45 150.00 6,750.00 41 Piece Masking Tape, 1" 86 120.00 10,320.00 42 Piece Medal Bronze 520 58.00 30,160.00 43 Piece Medal, Gold 170 58.00 9,860.00 44 Piece Medal, Silver 200 58.00 11,600.00 45 Piece Mesh Wire, 4x8 10 1,000.00 10,000.00 46 Piece Mop, Spin 26 300.00 7,800.00 47 Gallon Muriatic Acid, Gal 11 280.00 3,080.00 48 Kg Nails(4",3",2 1/2",2"1 1/2",1") 18 100.00 1,800.00 49 Pack Notepads, Pack 86 30.00 2,580.00 50 Piece Optimum, Opt-55a, Toner Cartridge 2 6,000.00 12,000.00 51 Piece Padlock 25 200.00 5,000.00 52 Piece Pail, 16l , Heavy Duty 13 250.00 3,250.00 53 Gallon Paint For Classroom ( Latex, Ivory Green) 20 800.00 16,000.00 54 Gallon Paint, Enamel Dark Gray (computer Tables) 3 800.00 2,400.00 55 Gallon Paint, White , Enamel Gallon 2 800.00 1,600.00 56 Gallon Paint, White, Latex 4 850.00 3,400.00 57 Piece Paintbrush 86 50.00 4,300.00 58 Box Paper Clip, Small, Box 86 25.00 2,150.00 59 Piece Pencil 186 10.00 1,860.00 60 Piece Permanent Marker Pen, Black 86 45.00 3,870.00 61 Piece Plastic Cover, Regular, Roll 5 950.00 4,750.00 62 Sheet Plywood, 1/4", Marine 10 450.00 4,500.00 63 Box Push Pin, Box 86 25.00 2,150.00 64 Piece Pvc Elbow, 4" 1 300.00 300.00 65 Piece Pvc Pipe, Blue, 3/4" 1 200.00 200.00 66 Piece Pvc Pipe, Orange,4" 5 300.00 1,500.00 67 Piece Rags 60 35.00 2,100.00 68 Spool Ribbon, Green 1/2", Spools 50 180.00 9,000.00 69 Spool Ribbon, Yellow 1/2", Spools 50 180.00 9,000.00 70 Piece Ruler 86 5.00 430.00 71 Piece Scissors 86 65.00 5,590.00 72 Piece Scothch Tape, 1" 86 70.00 6,020.00 73 Piece Sharpener 50 10.00 500.00 74 Piece Soft Broom 36 150.00 5,400.00 75 Box Staple Wire, #10, Box 86 15.00 1,290.00 76 Piece Stapler, #10, Heavy Duty 86 135.00 11,610.00 77 Piece Stick Broom 33 50.00 1,650.00 78 Sheet Sytrofoam Board, 75cmx35cmx2cm 20 200.00 4,000.00 79 Piece Tarpaulins 22 500.00 11,000.00 80 Box Thumbtacks 86 10.00 860.00 81 Set Tissue Paper, 12's 100 160.00 16,000.00 82 Pack Tissue, Pack 33 160.00 5,280.00 83 Piece Token Of Aprreciation 15 1,000.00 15,000.00 84 Piece Water Container, 100l 1 400.00 400.00 85 Piece Analog Weighing Scale, Max Capacity 120kg, High Accuracy, Heavy Duty 10 600.00 6,000.00 Total 343,760.00 Amount In Words: Three Hundred Fourty Three Thousand, Seven Hundred Sixty Pesos Only
Closing Date10 Jan 2025
Tender AmountPHP 343.7 K (USD 5.9 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: *****this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source***.
background
the National Institute Of Standards And Technology (nist), Materials Measurement Laboratory, Materials Science And Engineering Division (https://www.nist.gov/mml/materials-science-and-engineering-division) Is On The Market For A Video Rate Electrochemical Scanning Tunneling Microscopy. The Simplest Path To Attain This Capability Is By Upgrading The Electronics And Control System Of Our Existing Conventional Electrochemical Scanning Tunneling Microscope (ecstm) That Is Presently Limited To Conventional Slow Scan Rates, E.g. 36 Lines Per Sec. The New System Will Intercept Signals From Our Existing Microscope And Add Fast X,y,z Waveforms While Simultaneously Monitoring The Response Signal, Such As The Tunneling Current, Through A Fast Analog To Digital Converter. The Advanced Fast Scan And Video Imaging Capability Are Needed To Study Electrochemical Deposition And Etching Processes Relevant To The Fabrication Of Advanced Microelectronics Chips And Devices. Video Rate Ecstm Imaging Will Enable Measurement Of Surfactant Adsorbate Dynamics That Operate During Electrochemical Deposition Of Metals And To Track How Such Adsorbates And Their Phase Transitions Influence Morphological And Microstructural Evolution During Metal Deposition. The Proposed Research Will Help Reveal How Phenomena At Atomistic And Mesoscopic Length Scale Impacts Macroscopic Outcomes. In Addition To Imaging The Control System Should Off The Option Of Having The Ability To Track The Surface Diffusion Of Individual Molecules Or Adatom, A Process Known As Atom Tracking. Once Integrated Within Our Existing System The New Controller And System Should Enable Seamless Transitions Between Slow Scan Imaging With Our Existing Conventional Scanner And The New High Speed Video Rate Scanning Or Atom Tracking Functions. The High-speed Control System Should Have Its Own Control Algorithms And Software To Handle And Process The Substantial Data Flow Associated With Video Rate Imaging.
contract Line-item Number (clin) 0001: The Contractor Shall Provide One (1) Control System And High Voltage Unit With Software For Control And Data Acquisition Of Video Rate Scanning Probe Microscopy.
the System Shall Meet Or Exceed The Technical Specifications Identified Below. All Items Must Be New. Used Or Remanufactured Equipment Will Not Be Considered For Award. Experimental, Prototype, Or Custom Items Will Not Be Considered. The Use Of “gray Market” Components Not Authorized For Sale In The U.s. By The Contractor Is Not Acceptable.
dedicated Controller For Video Rate Scanning Probe Microscopy Based On Field Programmable Gate Array (fpga) Technology And Fast Analog To Digital (adc) Conversion.
the Control System Should Enable Accelerated Acquisition Of Atomic Scale Images And Also Offer As An Option The Ability To Track The Motion Of Features Such As Adatoms, Vacancies And Clusters Across The Surface, A Process Known As Atom Tracking.
the Implementation Of Fast Probe Motion Control And Signal Acquisition Need To Be Fully Compatible And Transparent With Our Existing Pid Stm Controller Control Electronics (e.g. Molecular Imaging Pico Scan). No Modification To The Existing Scanner Hardware Or Electronics Should Be Required For High-speed Operation And Its Should Be Able To Easily Switch Between The Fast-scanning Mode And The Traditional Slow Imaging Mode Without Any Disruption.
the System Should Intercept Signals From Our Existing Commercial Spm System And Adds Fast X, Y, And Z Waveforms, While Simultaneously Acquiring The Response Signal (such As Tunneling Current, Amplitude Or Phase) Through A Fast Adc.
the System Should Be Capable Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz.
the Control Unit Adc Must Sample At 100 Ms/s With 16-bit Resolution With An Input Range Of At Least ±1 V/±10 V And Control Unit Fast Output Of 1.39 Ms/s At Least 14-bit Resolution ±10 V.
the High-speed Scanning Voltage Unit Takes A ±10 V Input With Selectable Gain To Drive Differential Piezo Output With Max Input And Output Voltages Of ±200 V.
atom Tracking Involves Two-dimensional Feedback That Allows Local Extremum (protrusion Or Depressions) On The Imaged Surface To Followed With High Temporal Resolution.
a Computer, Monitor, Keyboard And Mouse Along With Software To Control Video Rate Scanning And Optional Atom Tracking Operation.
installation And Training Shall Be Provided And One Year Warranty And Service Agreement.
nist Conducted Market Research From August 2024 – November 2024 By, Speaking With Colleagues, Performing Internet Searches, And Speaking With Vendors To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Caen Technologies, Inc. (uei: Cgh1csxqj5h7) Can Meet All The Governments Minimum Requirements. Particularly, The Combination Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz. And A Control Unit With Adc Samples At 100 Ms/s With 16-bit Resolution.
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements.
whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization.
identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses.
for The Naics Code
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section.
provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement.
please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received By November 18, 2024. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future.
this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations.
no Award Will Be Made As A Result Of This Notice.
nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
thank You For Taking The Time To Submit A Response To This Request.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Province Of Occidental Mindoro Tender
Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang Under Reference No. B-8661-24-40/omsc Rfq 25-007 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Particulars Quantity/ Unit Total Abc (in Php) 1 Filing Steel Cabinet With 4 Drawers 15 Units 174,075.00 2 Graphicote Glass Writing Board (4ft X 8ft) 4 Units 94,600.00 3 Office Swivel Chair 10 Units 58,850.00 4 Teacher’s Table With One Main Drawer 11 Units 78,650.00 And Three Side Drawers, With Lock And Keys 5 Laminated Modular Table Cubicle 42 Units 484,129.80 With Grommet Cable Port 6 Open Shelf Cabinet, 7 Units 65,450.00 Five Adjustable Shelves 7 Magazine Shelf Or Newspaper Shelf 1 Unit 4,654.00 8 Computer Table 5 Units 9,717.50 With Printer And Speaker Stand 9 Whiteboard 6 Units 41,129.40 10 Steel Rack Shelves 1 Unit 13,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 10-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is 75-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 03 To 10, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 07, 2025 - 10:00 Am At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Delivery Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, Delivery Of Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule: Advertisement/ Posting Of Request For Quotation: February 03 To 10, 2025 Availability Of Request For Quotation: Beginning February 03 To 10, 2025 Pre-negotiation Conference: February 07, 2025 (friday), 10:00am; Venue: Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 Passcode: Bac2023) Deadline For Submission Of Quotations And Legal/ Technical Documents: 1:30pm Of February 10, 2025 (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) Address To: Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro Pmu Official Email: Omscpmu.main@gmail.com 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 10, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address () Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, 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. 12. For Further Information, Please Refer To: Michelle Lynne G. Fantone Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 03, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
Closing Date10 Feb 2025
Tender AmountPHP 1 Million (USD 17.6 K)
PHILIPPINE SPORTS COMMISSION Tender
Software and IT Solutions
Philippines
Details: Description Supply And Delivery Of Various It Equipment For Philippine Sports Commission Background The Philippine Sports Commission (psc) Provides Leadership, Formulates Policies, And Sets Priorities And Direction For All Amateur Sports Promotion And Development, Particularly Emphasizing Grassroots Participation. To Effectively Carry Out Its Responsibilities And Current Workload, The Psc Recognizes The Importance Of Equipping Its Workforce With Essential Tools To Ensure Efficient And Accurate Service Delivery. As Such, The Information Systems Unit (isu) Performed A Thorough Evaluation Of The Current State Of The It Equipment Of The Agency And Consolidated The Requirements Of Various Offices Of The Commission, Particularly In Its Main Office In Manila And Satellite Office In Pasig, Baguio, Cebu, And Davao. Objectives • To Replace The Defective, Unserviceable, And Obsolete It Equipment Of The Agency. • To Acquire Up-to-date, Reliable, Dependable, And Efficient Devices; And • To Improve Office Productivity Through Appropriate It Tools Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Deliver, Install, And Configure The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users. 5. Shall Provide Onsite Service/remote Assistance For 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Free Of Charge. 6. Shall Provide Appropriate Administrator Training To The Information Systems Unit And End-user Training. 7. Shall Submit A Certificate Of Authorized Reseller/distributor From The Brand For Items 1,2,3,4,6,7. 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700(33 Mb Cache,20 Cores,28 Threads,2.1 Ghz To 5.4 Ghz,65w) Or Equivalent • Thermal Cooling Standard Cpu Air Cooler • Intel Rapid Storage Technology Driver Or Equivalent • Memory 16gb:1x16 Gb, Ddr5,4400mt/s, Non-ecc • Intel Integrated Graphics Or Equivalent • Storage C2:m.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm,3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • Raid Connectivity • Power 300w Platinum Internal Power Supply (80 Plus Platinum Certified) • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018 Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower • With Additional Software • Windows 11 Pro Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Built-in Devices: Usb 3.2 Gen 1 Hub • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Brightness: 250 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Horizontal Viewing Angle: 178° • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Dell Comfort View Plus • Weight: 10.65lbs • Dimensions (wxdxh): 19.2 In X 7.1 In X 19 In - With Stand • Color Support: 16.7 Million Colors • Response Time: 5 Ms (gray-to-gray Fast), 8 Ms (gray-to- Gray Normal) • Viewable Size: 21.5" • Connectivity (interfaces) Displayport, Vga, Hdmi, Usb 3.2 Gen 1 Upstream And 4 X Usb 3.2 Gen 1 Downstream • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays 8, Tco Certified Edge Displays • Epeat Gold • Energy Star Certified • Cables Included: 1 X Displayport Cable - Displayport To Displayport - 6 Ft And 1 X Usb 3.2 Gen 1 Upstream Cable • Compliant Standards: Rohs, Nfpa 99, Displayport 1.2, Bfr-free, Hdcp 1.4, Pvc-free Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • With 1000w (80 Plus Platinum) Psu • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • External Antenna For Ax211 • Wired Keyboard • Wired Mouse Black • Premier Color 6.2 • Energy Star Qualified • Epeat 2018 Registered (gold) • Precision Tpm • Wlan Ax211 Wireless Card Driver • Document For Mui (english, Khemer, Bahasa Indonesia, Arabic, Spanish) • Quick Setup Guide • Precision Configuration • Shipping Material (apcc) • Mod, Shp Mtl, Pws, Rota, Bb, Apcc • Regulatory Label, 1000w Apcc • Intel I9 Processor Label Or Equivalent • Internal Speaker • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • Operating System: Windows 11 Pro, English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of High-end Desktop Computers / Item No.3 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840x 2160 At 60hz • Brightness: 350 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus • Weight: 15.9lbs • Diagonal Size: 26.96” • Contrast Ratio: 1000:1 / 1000:1 (dynamic) • Backlit Technology: Wled Edge Light Backlight • Dimensions (wxdxh): 24.1 In X 7.3 In X 21.1 In - With Stand • Interfaces: Hdmi (hdcp 2.3), Displayport 1.4 (hdcp 2.3), Usb-c 3.2 Gen 1 Upstream (power Up To 90w), 4x Usb 3.2 Gen 1 Downstream, Lan (rj-45) • Input Voltage Ac100-240 V (50/60hz) • Power Consumption (on Mode) 26 W • Power Consumption (typical) 169 Watt • Power Consumption Stand By 0.2 Watt • Power Consumption Sleep 0.3 Watt • Power Consumption (off Mode) 0.2 Watt • On/off Switch Yes Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English, French, Spanish • Graphics Card: Intel Iris Xe Graphics Or Equivalent. • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Stand: Triangle Stand • Wireless Keyboard And Mouse - Km5221w English – Black • Color: Dark Shadow Gray With Molded Cover Ports • 1 Usb 3.2 Type-c Gen 2 Port • 3 Usb 3.2 Gen 1 Ports With Power On/wake-up Support • 1 Hdmi-out 1.4b / Hdcp 2.3 Port • 1 Hdmi-in 1.4b / Hdcp 1.4 Port • 1 Power-adapter Port 1 Rj45 Ethernet Port • 1 Usb 3.2 Gen 2 Port With Powershare • 1 Universal Headset Jack Slots • 1 M.22230 / 2280 Slot For Pcie Solid State Drive 1 M.2 2230 Slot For Wi-fi And Bluetooth Combo Card • 1 Sata 3.0 Slot • 1 Sd-card Slot Dimensions & Weight Without Stand: • Height: 14.11 In. (358.50 Mm) • Width: 21.36 In. (542.7 Mm) • Depth: 1.58 In. (40.20 Mm) • Starting Weight: 11.55 • Lbs. (5.24 Kg) With Isosceles Stand: • Height: 16.21 In. (411.91 Mm) • Width: 21.36 In. (542.72 Mm) • Depth: 7.90 In. (200.70 Mm) • Starting Weight: 11.55 Lbs. (5.24 Kg) • Camera: 1080p At 30 Fps, Fhd Rgb+ir Camera • Audio And Speakers Stereo Speakers With Waves Maxxaudio Pro 12, 5 W X 2 = 10 W Total • Wireless: Wi-fi 6e Ax211, 2x2, 802.11ax, Bluetooth Wireless Card Power: 90 W Ac Adapter, 4.5mm Barrel Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi Wifi 6e (802.11ax)6 Bluetooth Bluetooth 5.3 • Camera 1080p Facetime Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvdia Mx570 Discrete Graphics Or Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Single Pointing Keyboard, No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable • English Us Non-backlit Ai Hotkey Keyboard, 79-key • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Wireless Realtek 8852be Wlan Driver Mod-srv + Bluetooth Wireless Card • Energy Star Qualified • Document For Mui (english, Khemer, Bahasa, Indonesia, Arabic, Spanish) • Quick Start Guide • Additional Software (same Brand) • Laptop Bottom Door, Discrete Graphics • 65w Ac Rugged Adapter, 4.5mm Barrel, E4 • E4 Power Cord 1m For Us • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone • Epeat 2018 Registered (silver) • Intel Rapid Storage Technology Driver Or Equivalent Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or Equivalent • Memory: 32gb Ram Max 96gb Ddr5- 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type • (30fps@720p) 3d Noise Reduction (3dnr) • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 • Ac Adapter: 280w Adapter • Color: Cosmos Gray Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. Document Scanner • Type: Desktop Sheet-fed Scanner • Scanning Speed: 45 Ppm (simplex) / 90 Ipm (duplex) Greyscale, 30 Ppm (simplex) / 60 Ipm (duplex) Colour • Scanning Element: Contact Image Sensor (cis) • Light Source: Led • Scanning Side: Simplex / Duplex • Scanning Modes: Black And White, Error Diffusion, 256- Level Greyscale, Advanced Text Enhancement, Advanced Text Enhancement Ii, 24-bit Colour • Scanner Features: Folio Scanning, Double Feed Detection Ignore, 2d / Barcode • Output Resolution*2 100, 150, 200, 240, 300, 400, 600 Dpi • Suggested Daily Volume: 4,000 Scans A Day Document Size • Plain Paper: Width: 50.8 To 216 Mm Length: 54 To 356 Mm (up To 3,000 Mm Long With Long Document Mode) • Business Card: 50.8 X 85 Mm Or Larger • Card (iso Standard) 54 X 86 Mm • Document Thickness And Weight • Plain Paper: Page Separation: 27 To 209 G/m2 (0.04 To 0.25 Mm) Non-separation: 27 To 255 G/m2 (0.04 To 0.3 Mm) • Business Card: 380 G/m2 (0.45 Mm) Or Smaller • Card: 1.4mm Or Smaller Connectivity And Software • Interface: Usb2.0 • With Bundled Software Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 2. Shredder • Cross-cut Paper Shredder • 12(a4), 8(a3) Sheets Capacity • Shred Speed: 3mpm • Cut Size: 3x28mm; Throat Width: 310mm • Bin Capacity: 30 Liters; Auto Feed/stop/reverse • With Thermal Overload Protection • Power Supply: 220v, 60hz • Power Consumption: 500 Watts • Dimensions: W450 X 325d X H675mm • Net Weight: 24kg • Can Shred Paper Clips/staples/ Cards/cd`s • Safety Cut-out Others: • Auto Start And Stop • Auto Reverse To Prevent Paper Jam • Thermal Overload Protection • Safety Cut-out When Doors Open • Accepts Clips, Staples, Credit Cards And Cds • With Casters Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • Compact Integrated Tank Design • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • Seamless Setup Via Smart Panel • With 1.44” Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Automatic 2-sided Printing: No • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Compact And Durable Ecological Design • Easy Operation With Smart Panel With Print Head Cleaning Notification • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Trays: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper : 64-90 G/m2, Photo Paper • : 102 - 300 G/m2 • Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Dimensions (w X D X H):498mm X 358mm X 165mm • Weight:6.4kg • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Print Direction: Bi-directional Printing • Maximum Resolution: 4800 X 1200 Dpi • Minimum Ink Droplet Volume:3.3 Pl Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd • Dimensions (w X D X H): 430 X 418 X 287mm • Weight 12.8 Kg • Print Speed (a4) : Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/ 10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi (equivalent) • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Warm Up Time (from Power On): 13 Sec Or Less Available Paper Size For Auto Duplex Print - • Print Margins 5mm - Top, Bottom, Left And Right (envelope: 10mm) • Print Features Poster, Booklet, Watermark, Page Composer, Toner Saver • Supported File Format For Usb Direct Print Jpeg, Tiff, Pdf Paper Handling - Paper Input (based On 80g/m²) • Standard Cassette 250 Sheets • Multi-purpose Tray 1 Sheet • Maximum Paper Input Capacity 251 Sheets • Paper Output 100 Sheets Paper Sizes • Standard Cassette A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Types Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope • Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² Connectivity & Software - Standard Interfaces • Wired Usb 2.0 High Speed, 10base-t/100base- Tx/1000base-t • Wireless Wi-fi 802.11b/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Minimum Ink Droplet Volume: 3.8 Pl • Print Direction: Bi-directional Printing • Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Dimensions (w X D X H):515 X 500 X 350mm • Weight:20.7kg • Usb:usb 2.0 • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Paper Handling • Paper Feed Method: Friction Feed • Number Of Paper Trays: 3 (front 2, Rear 1) • Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", • 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 • Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / • 12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / • 9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / • 6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / • 5.0 Ipm *2 • Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To • 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets Lcd Control Panel • Lcd Screen:4.3” Colour Lcd Touch Screen With Software Support, Mobile And Cloud Solutions Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days
Closing Date15 Jan 2025
Tender AmountPHP 32.6 Million (USD 559.2 K)
Bureau Of Fisheries And Aquatic Resources Region Xii Tender
Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Laptop (i5) 2 Units ₱90,000.00 Intel® Core™ I5-1155g7 Display: 15.6" Fhd (1920x1080) Memory: Ddr4 8gb (3200mhz) Storage: 512gb Nvme Pcle Ssd Os: Windows 11 Home Connectivity: Hdmi,dp,type-c,usb Port System Type: 64-bit Video Graphics: Intel® Iris® X E Graphics Monitor 27" Fhd Smart Monitor W/ Mobile Connectivity 1 Unit ₱20,000.00 Resolution: 1920 X 1080 Aspect Ratio: 16:9 Connectivity: Built-in Wifi & Bluetooth 60 Hz, 2 Hdmi Port Usb Hub: 2 Port Connect To Share With Speaker Connect To Share With Speaker Color: White Optical Usb Mouse 2 Pieces ₱1,200.00 Keyboard 2 Pieces ₱1,300.00 Mouse Pad 2 Pieces ₱1,200.00 Mouse (wireles) 6 Pieces ₱12,960.00 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Adlx65ccgu28 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Tpn-la15 Keyboard 3 Pieces ₱12,648.00 Specification: Rgb Keyboard Mouse Mat (xxl) 6 Pieces ₱9,420.00 16 Gb Ddr4 3200mhz Fury Beast Rgb(1x16gb) Memory Module 1 Unit ₱3,055.00 Cpu Cooler Fan (black) 1 Unit ₱2,340.00 Specification: Cooler Master Hyper 212 Argb Internal Drive 3 Units ₱8,385.00 Specification: Ssd 480gb 3 2.5" Solid State Drive Sata Graphics Card 1 Unit ₱11,050.00 Specification: Core 15-12400 Desktop Processor 6 Cores Threads Alder Lake Lga1700 Processor 8gb Ddr4 3200mhz Fury Beast Ram 2 Units ₱3,250.00 Cpu 2 Units ₱23,390.00 Specification: Core 15-2400 Desktop Processor 6 Cores 12 Threads Alder Lake Lga 1700 Processor Motherboard 2 Units ₱12,298.00 Prime H610m-k Ddr4 / Ddrs Lga 1700matx Power Supply 2 Units ₱5,460.00 Sst-st50f-es230 500w 80+true Rated Power Storage 480gb 2 Units ₱5,590.00 A400 Ssd 480gb 3 2.5" Solid State Drive Sata Cpu Cooler 2 Units ₱1,190.00 Tw-003 Hydro Bering Cpu Air Cooler Case S100 Tempered Glass Micro Chasis 2 Units ₱6,500.00 Mx-22 21.5" 1920 X 1080 Tn 75hz 7ms Monitor 2 Units ₱6,500.00 Ups 650va 2 Units ₱4,300.00 Powerbank Specifications: 20,000 Mah Portable Water Station 1 Unit ₱38,400.00 Specification: Sizeable 768wh Capacity And 800w Output Provide Upto 1.8kwh A Day With Solar Charging Fastest Recharge 0-100% In Only 70 Min Safest Lfp Battery Provides 10 Years Of Use X-boost Output To 1600w And Run 80% Of High Wattage Appliances 4 Ways To Charge: Ac, Car, Solar, And Usb-c Lightweight At Only 7.8kg Smart App Control With Bluetooth Or Wi-fi Drone 1 Unit ₱49,999.00 Specification: Up To 4k60p Video & 48mp Row Stills Tri-directional Obstacle Avoidance Regulation-friendly 8.8 Oz Weight Up To 34 Minutes Of Flight Time Rotating Gimbal For Vertical Shooting Slow Motion Video At Full Hd 1080p120 Upto 7.5 Mile Range With Ocusync 3 Focustrack Subject Tracking System Foldable Design For Easy Travel/storage Drone Battery 2 Pieces ₱8,640.00 Specification: Inteligent Flight Battery Backpack For Drone 1 Piece ₱16,200.00 Specification: Fits Pro Mirrorless Or Dslr With 70-200mm, 4-5 Extra Lenses Maxfit Divider System For Maximum Capacity & Snug Protective Fit Travel Friendly: Stowable Shoulder Straps, Removable Waist Belt 256gb Micro Sd Card 2 Pieces ₱6,300.00 Lens (16/64/256) 1 Pieces ₱5,600.00 Landing Pad 50cm Waterproof 1 Piece ₱950.00 Propeller (pair) X 2 Screws X 12 Diameter X Tread 2 Pieces ₱1,020.00 Phitch: 6.0 X 3.0 Inches Weight (each): 0.9 Grams Charging Hub 1 Piece ₱3,000.00 Wifi 6 Bluetooth 5.0 Pcie Adapter 5 Pieces ₱13,000.00 Specification: Unrivalled Wifi 6 Speed- Breaks The Gigabit Barrier With Speed Up To 2402 Mbps (5ghz) + 574 Mbps (2.4 Ghz) Reliable Connections-intel® Wi-fi 6 Chipest Brings Faster And Clearer Wi-fi To Fully Unlock The Potential Of Your Wi-fi 6 Router Luetooth 5.0 Rj45 Connector Cat6 200 Pieces ₱1,600.00 Rj45 Crimp Tool Kit 1 Set ₱1,600.00 Eight In One Docking Station Dmi Mode 100mbps Network Port 7 ₱4,550.00 Specifications: 100mbps Network Port High Speed Transmission Pd Power Supply Sd/tf High Definition Image Quality 7 Ports Led Usb 2.0 Adapter Hub Power On/off Switch For Pc Laptop Computer 3 ₱600.00 Solid State Drive (ssd) 1tb 3 ₱12,000.00 Powershared 10ml 9l Micro Cut Shredder 1 ₱24,200.00 Specification: Shreds 10 Shets Of Paper At A Time Into 1x12mm Micro-cut Particles (security Level P-5) That's 2000+ Particles Per A4 Sheet Safety Lock Manually Disables The Shredder To Prevent Accidental Activation Shreds Non-stop For Up To 10minutes 19l Pull-out Bin For Easy Disposal Of Paper Waste Shreds Staples And Credit Cards Xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx General Conditions: 1. All Entries Must Be Typewritten And Legible; *** 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec; Lgu; Dti; Cda, Etc.); 4. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: * Your Company Name * Pr No. * Rfq No. * Philgeps Reference No. 5. Delivery Period Must Be At Least Within Seven (7) Calendar Days Upon Receipt Of The Notice Of Award/ Purchase Order (indicate Days Of Delivery In The Bidder’s Certification Box); 6. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 7. Price Validity Shall Be For A Period Of Three (3) Months; 8. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract (abc); 9. Transactions With Bfar Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment; 10. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal. 11. Terms Of Payment: At Least Thirty (30) Days Upon Effectivity Of Purchase Order.
Closing Date21 Jan 2025
Tender AmountPHP 470.1 K (USD 8 K)
DEPT OF THE NAVY USA Tender
Environmental Service
United States
Details: Product Service Code: F999 - Other Environmental Services
naics Code: 541620 – Environmental Consulting Services
this Is A Sources Sought Announcement/market Survey For Written Information Only. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. In Order To Protect The Procurement Integrity Of Any Future Procurement (if Any) That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made.
naval Facilities Engineering Systems Command, Washington, (navfac Wash) Is Conducting Market Research Of Industry To Identify Potential Firms, With Current Relevant Qualifications, Experience, Personnel, And Capability To Perform Services Required For A Firm Fixed-price (ffp), Indefinite-delivery, Indefinite-quantity (idiq) Contract For: Multi-media Environmental Compliance Services, With An Emphasis On Storm Water,wastewater, And Drinking Water For The Navfac Wash Dc Area Of Responsibility (aor) And Us Territories.
navfac Wash Is Seeking Eligible Small Business Firms, In Any Of The Following Categories: Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), Economically Disadvantaged Women-owned Small Businesses (edwosb), And Small Businesses, With The Capability To Perform A Full Range Of Multi-media Environmental Compliance Services Required For A Firm Fixed-priced Indefinite-delivery, Indefinite-quantity (idiq) Contract For Water, Wastewater, Stormwater, And Drinking Water Environmental Services Of Various Project Types.
this Sources Sought Is For Services Required At Dod Activities Primarily In, But Not Limited To, The Area Of Responsibility Served By Navfac Wash. Major Navy And Marine Corps Installations Include, But Are Not Limited To, Nsa Washington (includes Washington Navy Yard, Nsf Carderock, Nsf Suitland, Nsf Arlington, Usno, Fsf Olney), Nsa Bethesda, Nsa Annapolis, Nas Patuxent River, Nsf Indian Head, Nsf Dahlgren, And Mcb Quantico. To A Lesser Extent, Work May Occur At Any Sites Located In The Lands And Waters Of The Continental United States (conus) That Support The U.s. Navy, Marine Corps And Other Federal Entities Supported By Navfac Wash.
description Of Work:
typical Activities May Include, But Are Not Limited To, The Following:
primary Scope
stormwater Compliance:
survey, Inspection And Design Of Low Impact Development (lid) Facilities And Stormwater Best Management Practices (bmp) And Post Construction Award Services
preparation Or Review Of Lid And Structural And Nonstructural Bmp Documentation
develop Maintenance Manuals For Lid/bmp Features
inventory And Documentation For Lid/bmp Features
assess And Evaluate The Condition Of Stormwater System And Components
maintenance And Repairs Of Lid/bmp Features
permit Application And Support
identify Non-point Source Pollution Areas Including Land Use Changes
investigation And Evaluation Of Illicit Discharges
stormwater And Ambient Water Quality Sampling And Analysis Including Associated Quality Assurance And/or Sampling Analysis Plans And Self-monitoring Reports
development Of Geographic Information Systems (gis) Data And Computer Aided Design And Drafting Drawing Production
developing Storm Water Pollution Prevention Plans And Site Compliance Evaluations
other Stormwater Related Tasks
wastewater Compliance:
wastewater Evaluation, Investigation, And Reuse Studies
inflow And Infiltration Studies
potw Pretreatment Applications
wastewater Permit Compliance Sampling And Analysis
sludge And Wastewater Characterization Sampling And Analysis
preparation Of Operation And Maintenance Manuals For Wastewater Treatment Plants
sludge Management And Disposal Plans (including Land Application)
industrial Wastewater Management And Pollution Minimization Plans
conveyance System Mapping Using Geographic Information System (gis) Data Obtained Through Surveying
preparing Npdes Permit Applications And Monitoring Reports For Indirect And Direct Wastewater Discharges For Wastewater Collection And Treatment Systems
conducting Wastewater Treatment Plant Operational Evaluations
conducting Industrial Wastewater Surveys
providing Operator Training
illicit Discharge Studies
other Wastewater Related Tasks
drinking Water Compliance:
source Water (surface And Groundwater) Protection And Water Quality Evaluations
sanitary Surveys
water Leakage Surveys Or Investigations And Water Audits
condition Assessments
developing Vulnerability Assessment/emergency Response Plans
completion Of Various Studies: Water Conservation, Corrosion Control
wellhead Protection Assessments
drinking Water Characterization Sampling And Analysis
preparation Of Operation And Maintenance Manuals For Drinking Water Treatment Plants
evaluations For The Upgrading Or Improving Of The Operation Of Existing Drinking Water Facilities
distribution System Mapping Using Geographic Information System (gis) Data Obtained Through Surveying
development Of Sampling Monitoring Plans
hydraulic Modeling Of Distribution Systems
other Drinking Water Related Tasks
any Resultant Contract Is Anticipated To Be Awarded For A Five-year Ordering Period, And The Federal Acquisition Regulation (far) 52.217-8 Option Period, For Up To Six Months, If Necessary. The Anticipated Ffp, Idiq Contract Is Valued At $45m Over The Life Of The Contract.
the Estimated Range Of Task Order Values Is $50,000-$250,000. The Range Is An Estimate And The Government May Place Orders Below Or Above This Amount.
the Naics Code For This Contract Is 541620, Environmental Consulting Services, And The Size Standard Is $19m.
submission Requirements:
interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration. If You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov/.
responses Must Include Identification And Verification Of The Firm’s Small Business Status. For Each Of The Submitted Relevant Projects (a Maximum Of Five Projects), Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies The Type Of Work, Final Contract Price, And Addresses How The Project Meets The Scope/complexity Requirements.
submit A Minimum Of Three (3) And Up To A Maximum Of Five (5) Recent And Relevant Projects Your Firm Has Performed As A Prime Or Subcontractor, To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope And Complexity.
“recent” Is Defined As Having Been 100% Completed Within The Last Seven (7) Years Prior To The Submission Due Date For The Sources Sought. A Relevant Project Is Defined As The Type Of Work Completed By A Firm That Is Similar In Scope, Size, And Complexity.
A. “scope”: Refers To Work That Includes Storm Water, Wastewater And Drinking Water B. “size”: Refers To A Final Contract Price Of $100,000.00
C. “complexity”: Refers To Concurrent Projects In Maryland, Virginia, And Washington, Dc.
"projects" Are Defined As Either Stand-alone Contracts Or Specific Task Orders Under An Indefinite-delivery Indefinite Quantity (idiq) Contract.
note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period.
the Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. Submission Of Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. After Completing Its Analysis, The Government Will Determine Whether To Limit Competition Among 8(a), Hubzone, Sdvosb, Wosb, Edwosb, Veteran-owned Small Business, And/or Small Business Firms Or To Proceed With Issuing An Unrestricted Solicitation, Inviting Full And Open Competition.
responses Are Due On Tuesday, 21 January 2025 Nlt 12:00 Pm Eastern Standard Time. The Submission Package Shall Only Be Submitted Electronically To Ariana Gray, Via Email At Ariana.m.gray2.civ@us.navy.mil And Must Be Limited To 5 Mb In Size. The Subject Line Of The Email Shall State: “multi-media Environmental Compliance Services, Sources Sought N40080-25-water.” You Are Encouraged To Request A "read Receipt." Responses That Do Not Meet All requirements Or Are Not Submitted Within The Allotted Time Will Not Be Considered.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Baybay City Water District Tender
Civil And Construction...+2Chemical Products, Water Storage And Supply
Corrigendum : Tender Amount Updated
Philippines
Details: Description Baybay City Water District 119 E. Jacinto St., Baybay City, Leyte Fax No.(053)-563-9478 R E Q U E S T F O R Q U O T A T I O N Rfq No.:2025-01-009;010;013;015 Date Sir/ Madam: Please Quote Your Lowest Price For The Following Items Enumerated Below, Taking Into Consideration The Following: Terms And Conditions 1. The Approved Budget For The Contract (abc) Is P 477,777.50 2. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Witholding Tax (ewt) Of 1%. 3. Price Quotation Shall Be Valid Within Thirty (30) Calendar Days From The Deadline Of Rfq. 4. Delivery Period Is Within Fifteen (15) Calendar Days From Receipt Of Purchase Order. 5. If Awarded The Contract, Processing And Payment Shall Be Made After The Complete Delivery Of Services/ Supplies And Final Acceptance. 6. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxii Of The Revised Irr Of Ra 9184. 7. Fob- Baybay City Water District, 119 E. Jacinto St., Baybay City, Leyte 8. The Water District Can Accept Or Reject Any Bid At Anytime. 9. The Water Dsitrict May Terminate The Contract, In Whole Or In Part, At Anytime For Unsatisfactory Service. 10. Request For Quotation Should Be Returned Within 1 Day From Receipt Hereof. Qty Unit Description Unit Price Total 3 Pcs Bathroom Soap 134 Pcs Ballpen (black) 50 Pcs Ballpen Blue 21 Pcs Ballpen (red) 31 Rm Bond Paper, Long (s-20) 133 Rm Bond Paper, Short (gsm-70) 158 Rm Bond Paper, Long (gsm-70) 34 Rm Bond Paper, Short (s-20) 7 Rm Bond Paper, Long (s-16) 25 Rm Bond Paper, Short (s-16) 5 Pc Bathroom Diodorizer 26 Pc Brown Envelope - Short 32 Pcs Envelope W/ Lettherhead 35 Pcs Plastic Envelope With Holder 50 Pcs Field Notebook Velvet 100lvs 25 Pcs Notebook Green Apple (80shts) 5 Pc Bond Paper Short Gsm-100 1 Pc Correction Pen 30 Pc White Board Marker 15 Pc Deodorizer (albatros) 15 Rm Bond Paper A4 3 Rm Bond Paper A-3 Gsm80 5 Pc Record Book Valiant 500pages 5 Pc Pentel Pen White Board 5 Bx Staple Wire #10 1 Pc Wifi Adaptor 2 Pc Paper Cutter Blade 6 Gal Alcohol Casino 1 Galloon 2 Pcs Pvc Laminating Film 3 Pcs Calculator Casio J-120te 5 Pcs Rubber Gloves 20 Pcs Continuous Paper- 13 X 9 1/2 (s-20) 228 Pcs Correction Tape 2 Pcs Correction Fluid 3 Btl Elmers Glue (473ml) 1 Btl Elmers Glue (40ml) 3 Btl Elmers Glue (130ml) 3 Pcs Tornado Mop 1 Pcs Flashlight 2 Btls Rugby 4 Pcs Sticker Paper 2 Pcs Ruler 12" 49 Pcs Chip Board #70 215 Pcs Folder - Short 474 Pcs Folder- Long 6 Pcs Scissor 1000 Pcs Thermal Paper 57x40mm Coreless 12 Pcs Expanded Envelope (plastic) Long 16 Pcs Record Book (500 Pages) 8 Pcs Record Book (300 Pages) 3 Pcs Record Book (150 Pages) 25 Box Eyeball Clip - Big 14 Box Fastener Plastic 53 Pcs Folder Expanded- Long 20 Pcs Folder Expanded- Short 11 Pcs Packaging Tape 2" Brown 2 Pcs Packaging Tape 2" Transparent 57 Pcs Masking Tape 1" 14 Pcs Pen - Pentel (pilot)- Black (broad Type) 5 Pcs Pen - Pentel (pilot)- Black (fine Type) 1 Pc Ink- Pentel Pen Refill - Black 15 Pcs Hacksaw Blade 27 Box Paper Clips (plastic Coated) Big 28 Box Paper Clips (plastic Coated) Small 13 Pcs Scotch Tape 1" 4 Pcs Scotch Tape 2" 8 Pcs Stamp Pad Ink (red) 50ml 10 Pc Stamp Pad Ink Purple 10 Pcs Stabilo Boss (blue, Green, Pink, Orange, Red) 2 Pcs Stamp Pad Felt Pad 60mm X 100mm 39 Pcs Cigarette Box Empty 4 Pcs Computer Keyboard 6 Pcs Stapler #35 36 Box Staple Wire #35 4 Pcs Usb- 32gb 5 Pcs Usb 128gb 16 Btl Ink Refill (epson 003) Black 7 Btl Ink Refill (epson 003) Cyan 7 Btl Ink Refill (epson 003) Magenta 7 Btl Ink Refill (epson 003) Yellow 66 Pcs Raincoat 11 Pair Rainboots 8 Roll Straw Twine 81 Pc Ribbon Cartridge, S015639/ So15634- Lq-310 2 Pc Notebook Spring 11 Pc Staple Remover 14 Btl Disinfectant Spray (lysol) 7 Pcs Mop Handle With Mop Head 4 Pcs Umbrella 7 Btl Domex 14 Btl Fabric Conditioner 25 Btl Diswashing Liquid 15 Pcs Floor Mop/ Rug 3 Pcs Puncher Big 3 Bxs Rubber Band 28 Pcs Pen- Sign Pen (my Gel) 0.5 30 Pc Pen, Ballpoint Panda Black 1 Pc Cork Board 2 X 3ft 5 Pc Electrical Tape Big 5 Pc Mechanical Pencil (staedler) 0.5 Heavy Duty 5 Box Binder Clip 1" (one Doze2 Per Box) 12 Box Binder Clip 2" (one Dozen Per Box) 3 Pc Led Bulb 13 Watts 23 Pc Led Bulb 15 Watts 3 Pc Bag For Meter Reading 10 Box Carbon Paper Long (blue) 2 Pc Pen Sign Pen My Gel Red 100 Pc Zip Lock (for Water Sample Bottle) 46 Pc Battery Aa 116 Pcs Battery Aaa 8 Doz Epson 664 Ink Black 2 Pcs Epson 664 Ink Yellow 2 Pcs Epson 664 Ink Cyan 2 Pcs Epson 664 Ink Magenta 10 Pair Soft Rubber Rain Boots, Size 7 13 Pair Soft Rubber Rain Boots, Size 8 9 Pair Soft Rubber Rain Boots, Size 9 2 Pair Soft Rubber Rain Boots, Size 10 1 Pair Soft Rubber Rain Boots, Size 10.5 4 Pair Soft Rubber Rain Boots, Size 11 3 Pair Soft Rubber Rain Boots, Size Women 3 Pc Glass Wiper 1 Pc Water Deeper 2 Pc Toilet Scrub With Handle 2 Btl Muriatic Acid 13 Box Garbage Bag Xl 5 Pc Safeguard 2 Pc Broom Lanot 3 Pc Broom Stick 34 Pc Detergent Soap/ Powder 1 Pc Coffe Maker 100 Pc Disposable Paper Plate 100 Pc Disposable Spoon 100 Pc Disposable Fork 1100 Pc Disposable Plastic Cup 17 Btl Zonrox 3 Btl Ink Refill (epson 001) Black 1 Btl Ink Refill (epson 001) Magenta 1 Btl Ink Refill (epson 001) Cyan 1 Btl Ink Refill (epson 001) Yellow Date Engr. Quintin A. Lim, Jr Bac Chairman I Have Read And Understood The Terms & Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Terms & Conditions. Signature Over Printed Name: ______________________ Prepared By: Canvassed By: Position In Firm:________________________________ Business Address:______________________________ Riza Q. Lasco Jefren V. Loterte Telephone No.:________________________________ Administrative Services Aide Aaide Iv
Closing Date20 Jan 2025
Tender AmountPHP 477.7 K (USD 8.1 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For A-e Vertical Design Services In Support Of The South Pacific Division’s Military, Interagency And International Services (iis), And Civil Works (cw) Projects.
the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately October 2025. If Solicited, The Government Intends To Procure These Services In Accordance With The Selection Of Architects And Engineers Statute As Implemented In Far Subpart 36.6.
if The Requirement Is Solicited, Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For All The Required Work. The Government May Issue Five Or More Firm-fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Contracts Within The Five-year Period. The Combined Capacity Is Estimated At $499,000,000.00.
the North American Industrial Classification System (naics) Code For This Potential Requirement Is Anticipated To Be 541330, Engineering Services. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration, Is $25,500,000 Annual Revenue. The Product Service Code (psc) For The Potential Requirement Is Anticipated To Be C219, Architect And Engineering- General: Other.
projects Will Primarily Locate Within The Area Of Responsibility (aor) Of Usace South Pacific Division (spd) But May Be Used At Conus Locations If Determined Within Scope Of The Contract By The Contracting Officer. Spd’s Civil Works Boundaries Generally Include Ca, Nv, Az, Ut, And Portions Of Or, Id, Co, Tx And Wy. Military/iis Boundaries Generally Include Ca, Nv, Ut, Nm, And Az. This Regional Acquisition Tool Will Be Used By Any District Within Spd (sacramento, San Francisco, Los Angeles, And Albuquerque Districts) To Encompass The Entire Spd Geographical Aor For All Programs. A Specific Scope Of Work And Services Will Be Issued With Each Task Order.
all Interested Firms Are Encouraged To Respond To This Notice And May Respond To This Announcement By Submitting A Capabilities Statement Which Addresses The Following Key Areas:
the Primary Focus Of This Contract Is To Provide Vertical Design Services In Support Of The Spd Military, Iis And Civil Works Programs. The Design Services Could Range From An Architectural Renovation (some Of Historical Significance), Maintenance And Repair Of A Variety Of Small Projects, Energy Conservation Investment Program (ecip) Program Studies/designs (more Detail Below), Or May Also Include Design Of Complete Additions, Alterations, Or New Facility Designs For Projects Such As Barracks, Warehouses, Storage Facilities, Administrative Facilities, Training Facilities, Maintenance Facilities, Aircraft Hangars, Computer Facilities, Aircraft Runways, Taxiways, Aprons, Treatment Plants, And The Entire Spectrum Of Infrastructure (road And Utility) Systems. Ecip Projects Include Energy Reduction And Renewable Energy Projects, Including But Not Limited To Photovoltaic, Wind, Microgrids, Energy Management Control Systems (emcs) And Water Conservation. Projects May Also Include Design Of Waterfront Or In Water Facilities Such As Piers And Marine Terminals, Which Would Require Design Services For Either Sustainment Of Existing Facilities Or Design Of New Facilities. Demolition Of Existing Facilities May Be Required Which Will Necessitate Asbestos And Or Lead Based Paint Investigation With Provisions For Removal Included In The Design Documents.
design Services May Also Be Required To Support The Interagency And International Services (iis) Program Providing Technical Assistance To Non-department Of Defense (dod) Federal Agencies, State And Local Governments, Tribal Nations, Private U.s. Firms, International Organizations, And Foreign Governments.
designs May Require Compliance With Previously Obtained Environmental Clearance Under The National Environmental Policy Act (nepa) Process. Project Designs May Require Measures For Environmental Restoration To Include Wetlands Development And Establishing Or Restoring Plant And Animal Habitat.
projects May Be Required To Mitigate Impacts On Protected Resources Such As Plant And Animal Species. Other Design Strategies May Be Necessary To Meet The Requirements Of An Environmental Clearance Issued For The Project, Such As Limiting Land Disturbing Activity To Specific Seasons Of The Year Or Controlling The Generation Of Dust And Equipment Exhaust. Project Designs May Also Be Required To Address Cultural And Biological Resource Preservation, Clean Air And Water Attainment Goals, And Other Resource Protection Requirements.
although The Primary Intent Of This Prospective Suite Of Idiqs Is Vertical Design, Design Services May Also Include Support Of The Civil Works Program. Civil Works Project Studies And Designs Could Involve Levees, Floodwalls, Dams, Spillways, Various Mechanical Gate Structures, Pumping Stations, Stilling Basins, Hydraulic Flow Control Structures, And Bridges. Civil Works Studies May Include, But Not Be Limited To, The Evaluation Of Flood Damage, Preparation Of Engineering Analysis, Acquisition Of Topographic And Hydrographic Data, And Environmental Restoration To Include Wetlands Development.
capability Statement
all Interested Firms Are Encouraged To Respond To This Notice And May Do So By Submitting A Capabilities Statement.
the Capabilities Statement Is Limited To Six (6) Pages Total And Shall Include The Following Information:
1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number (ein), Address, Point Of Contact, Phone Number, And E-mail Address.
2) Demonstration Recency And Relevancy Of The Firm's Experience As The Designer Of Record On Projects Of Similar Size, Scope, And Complexity Within The Past Five (5) Years. List At Least Three (3) Vertical Design Projects That Have Been Constructed Within The Last Five (5) Years. Include The Project Title, Location, Brief Description Of The Project, Dollar Amount Of The Project, Period Of Performance And Percentage & Description Of Work That Was Self- Performed. Different Facility Type Designs Are Highly Encouraged To Show The Depth Of The Firm’s Design Capabilities.
3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One Document, Limited To The Page Maximum Above.
please Consider The Following When Preparing Your Capabilities Statement: Unrestricted Task Orders Will Generally Contain More Complex Requirements With An Anticipated Value Ranging From $250,000 To $5,000,000 Or Greater. A Lower Task Order Value May Be Considered. Small Business Set Aside Task Orders Will Generally Contain Less Complex Requirements And Lower Anticipated Values. The A-e Will Be Expected To Handle Multiple Task Orders Throughout The South Pacific Division Simultaneously. Please Indicate The Dollar Amount And Number Of Task Orders Your Firm Could Comfortably Complete At The Same Time. This Will Inform The Government’s Decision About The Set Aside Of Any Contracts And Number Of Contracts To Set Aside For Small Business Concerns.
the Response Must Be Specific To The Qualifications Listed Above To Show That The Respondent Meets The Requirements And Possesses The Necessary Skills And Experience. If A Response Does Not Show That The Respondent Meets The Qualifications And/or Does Not Possess The Necessary Skills And Experience, The Results Of The Government’s Market Research Will Not Reflect The Accurate Number Of Qualified And Interested Firms.
this Is A Sources Sought Announcement Only. It Is Not A Request For Quote/proposal. There Is No Solicitation Available At This Time. This Notice Does Not Represent A Commitment By The Government To Pay For Costs Incurred In The Preparation And Submission Of Information Or Any Other Costs Incurred As A Response To This Announcement.
responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received.
please Provide Responses (i.e. Capabilities Statements) By E-mail To The Contract Specialist, Gilbert Coyle, At Gilbert.coyle@usace.army.mil By 0800/8:00 A.m. (pacific Time) Monday, 3 February 2025.
please Include The Sources Sought Notice Number, ‘w9123825s0011’ In The E-mail Subject Line.
Closing Date3 Feb 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Machinery and Tools
Canada
Details: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Where It Is Deemed Practicable And In The Best Interest Of The Province A Contract May Be Awarded To More Than One Supplier For The Same Item Or Group Of Items. No Totals Required. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. Contract For The Supply And Delivery Of North American Approved Oem Off Brand And After Market Parts, Light Duty Application For Automotive And Truck Up To And Including 1 Ton. This Is Not A Contract For Rebuilt Products But A Contract For Genuine New Or Genuine Remanufactured Products That Are Re-engineered To Like-new Condition And Meet Or Exceed Oem Expectations. Vendors Are Asked To Carefully Read All Attachments Associated With This Invitation To Tender Prior To Submitting A Bid. For The Purposes Of This Contract, The Term Pnb Represents The Province Of New Brunswick. Effective January 1, 2025 Through November 30, 2026 With The Option To Renew For One Additional Year. Evaluation Criteria The Province Intends To Award Contract To The Supplier With The Best Combination Of Product Coverage, Price And Delivery, In The Best Interest Of The Province. More Than One Supplier May Be Awarded Partial Contract Depending On Competitive Bid. To Determine The Most Competitive Bid, The Evaluation Criteria Breakdown Is As Follows: 1. 50% Pricing Structure 2. 25% Distribution 3. 25% Product Availability This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Contract Of Supply To Be Delivered As And When Required For The Period Indicated Upon Receipt Of An Official Release Under Contract. The Province Of N.b. Does Not Guarantee That Any Amount, Make, Model, Brand, Item, Part Or Service Will Be Purchased. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. A Bidder Must Obtain Official Bid Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bids (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Failure To Submit The Official Bid Documents Or Provide Proof That The Official Bid Documents Were Properly Obtained Will Result In Rejection Of The Bid. In Order To Facilitate The Evaluation Process, Bidders Are Requested To Respond In The Same Format As The Official Bid Documents. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick Or The Atlantic Region. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; B) Secondly, New Brunswick Vendors; And C) Thirdly, Atlantic Suppliers. The Preference Will Be Applied Based On The Price Differential Between The Lowest Acceptable Bid And The Bid Receiving Preferential Treatment. Unless Otherwise Indicated, There Shall Be No Limit On The Price Differential Under Which A Preference May Be Applied. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. All Discounts Quoted Will Be Considered To Be Without Limitations. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf This Procurement Is Subject To The World Trade Organization Agreement On Government Procurement. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. No Totals Required. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation.
Closing Date7 Jan 2025
Tender AmountRefer Documents
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Laboratory Equipment and Services
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs.
background
the National Institute Of Standards And Technology (nist), Physical Measurement Laboratory (pml), Microsystems And Nanotechnology Division (mnd), Chips R&d Program (https://www.nist.gov/chips/metrology-community) As Part Of The Chips Act Activities, Requires A Singly-resonant, Continuous Wave Optical Parametric Oscillator. The Microsystems And Nanotechnology Division Advances Nanofabrication Technologies And Uses Them To Develop Innovative Integrated Measurement Microsystems. This Optical Parametric Oscillator Allows For The Spectral Translation Of Near-infrared Laser Light Into The Mid-infrared Spectral Region. The Mid-infrared Region Contains Strong Absorption Features Of A Wide Variety Of Atomic And Molecular Species Of Interest To The Chemistry And Physics Communities. A Singly-resonant, Continuous Wave Optical Parametric Oscillator Is Well Suited For This Type Of Spectroscopy Due To Its Wide Tunability, High Optical Power, Narrow Linewidth, And The Ability To Translate Modulation With High Fidelity. In Order To Measure The Wavelength Of The Pump, Signal, And Idler Beams Which The Optical Parametric Oscillator Emits We Require A High Accuracy Wavelength Meter.
nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements:
the System Must Run Off 120 V Power (i.e., Standard Usa Power).
the Wavelength Meter Must Be Able Of Measuring Wavelengths Between 1050 Nm And 2150 Nm (in Order To Cover The Range Of Pump And Signal Wavelengths Of The Optical Parametric Oscillator).
the Wavelength Meter Should Be Designed To Measure Continuous Wave Optical Inputs.
the Wavelength Meter Should Be Fiber Coupled And Allow For Fibers With Fc/apc Or Fc/pc Connectors.
the Wavelength Meter Should Allow For Usb Connection To An External Computer.
the Wavelength Should Allow For Multichannel Operation Where Both The Signal Beam (1450 Nm To 2150 Nm) And The Pump Beam (1050 Nm To 1070 Nm) Can Be Measured Without Adjusting Any Fibers Or Connections. In Addition This Multichannel Operation Should Be Automatic Without The Need For User Intervention Or The Programming Of New Software By The User.
optical Powers Less Than 1 Mw Should Be Required To Reach The Specifications Listed Here.
the Wavelength Meter’s Accuracy Should Be Better Than 300 Mhz.
no External Reference Laser Should Be Required To Reach These Specifications.
the Measurement Rate Should Be At Least 100 Hz.
the Wavelength Meter Should Allow For The Display Of The Associated Interferogram In Order To Assess The Optical Parametric Oscillator’s Output State.
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following:
manufacturer Name
model Number
technical Specifications
if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s)
describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response.
discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization.
identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive.
state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured.
identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline.
for The Naics Code Listed In This Notice:
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance.
describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available.
state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase.
state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services.
if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address.
provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement.
state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s).
thank You For Taking The Time To Submit A Response To This Request!
Closing Date24 Jan 2025
Tender AmountRefer Documents
8251-8260 of 8400 archived Tenders