Computer Tenders
Computer Tenders
National Irrigation Administration Tender
Software and IT Solutions
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 630 K (USD 10.7 K)
Details: Description Request For Quotation Supply & Delivery Of Ict Equipments Quotation No. Niar9-auditingservices-023 (svp) Company Name Pr No.: 2025-10-0006 Philgeps Ref. No.: Address Purpose: For The Use Of Coa Atl & Members Location: Balintawak, Pagadian City Date Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Together With Your Eligibility/legal Documents To Procurement Section, Regional Center, Balintawak, Pagadian City Not Later Than The Bid Submission Deadline On January 15, 2025 @ 9:00 Am. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. Rex L. Armentia Bac Chairperson Supervising Engr. A Total Approved Budget For The Contract: Php 630,000.00 No. Qty Unit Agency's Specification Bidder's Specification Unit Price Total Bid Price 1 1 Unit Laptop Specifications: Processor: Intel® Core Ultra 7 258v, 8c (4p + 4lpe) / 8t, Max Turbo Up To 4.8ghz, 12mb Ai Pc Category Copilot+ Pc Npu: Integrated Intel® Ai Boost, Up To 47 Tops Graphics: Integrated Intel® Arc Graphics 140v Chipset: Intel® Soc Platform Memory: 32gb Soldered Lpddr5x-8533, Mop Memory Memory Slots: Memory Soldered To Systemboard, No Slots, Dual-channel Max Memory: 32gb Soldered Memory, Not Upgradable Storage: 1tb Ssd M.2 2242 Pcie® 4.0x4 Nvme® Storage Support: One Drive, Up To 1tb M.2 2242 Ssd Storage Slot: One M.2 2242 Pcie® 4.0 X4 Slot Card Reader: None Optical: None Audio Chip: Sound Wire, Cirrus Logic Cs42l43 Codec Speakers: 4 Stereo Speakers, 2w X2 (woofers), 2w X2 (tweeters), Optimized With Dolby Atmos, Smart Amplifier Camera: Fhd 1080p + Ir With E-shutter, Tof Sensor Microphone: 4x, Array Battery: Integrated 70wh Power Adapter: 65w Usb-c® (3-pin) Design Display: 15.3inch 2.8k Wqxga+ (2880x1800) Ips 500nits Glossy / Anti-fingerprint, 100% Dci-p3 2 3 Unit Tablet Computer Specifications: Dimensions: 247.6 X 178.5 X 6.1 Mm (9.75 X 7.03 X 0.24 In) Weight: 462 G (1.02 Lb) Build: Glass Front, Aluminum Back, Aluminum Frame Sim: Esim Stylus Support Type: Liquid Retina Ips Lcd, 500 Nits (typ) Size: 11.0 Inches, 357.6 Cm2 (~80.9% Screen-to-body Ratio Resolution: 1640 X 2360 Pixels (~264 Ppi Density) Protection: Scratch-resistant Glass, Oleophobic Coating Os: Os 17.4, Upgradable To Os 18.2 Cpu: Octa-core (4 Performance Cores And 4 Efficiency Cores Memory Internal: 128gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e, Dual-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.1 Gen2, Displayport, Magnetic Connector Features Sensors: Fingerprint (top-mounted), Accelerometer, Gyro, Compass, Barometer Battery Type: Li-po 7606 Mah (28.93 Wh) 3 4 Unit Smartphone Specifications: Dimensions: 163 X 77.6 X 8.3 Mm (6.42 X 3.06 X 0.33 In) Weight: 227 G (8.01 Oz) Build: Glass Front (corning-made Glass), Glass Back (corning-made Glass), Titanium Frame (grade 5) "sim: Nano-sim + Esim + Esim (max 2 At A Time; International) Esim + Esim (8 Or More, Max 2 At A Time; Usa) Nano-sim + Nano-sim (china)" Ip68 Dust/water Resistant (up To 6m For 30 Min) Display Type: Ltpo Super Retina Xdr Oled, 120hz, Hdr10, Dolby Vision, 1000 Nits (typ), 2000 Nits (hbm) Size: 6.9 Inches, 115.6 Cm2 (~91.4% Screen-to-body Ratio) Resolution: 1320 X 2868 Pixels, 19.5:9 Ratio (~460 Ppi Density) Protection: Ceramic Shield Glass Cpu: Hexa-core (2x4.05 Ghz + 4x2.42 Ghz) Gpu: 6-core Graphics Memory Internal: 256gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e/7, Tri-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.2 Gen 2, Displayport Features Sensors: Face Id, Accelerometer, Gyro, Proximity, Compass, Barometer "ultra Wideband (uwb) Support (gen2 Chip) Emergency Sos, Messages And Find My Via Satellite" Battery Type: Li-ion 4685 Mah "charging: Wired, Pd2.0, 50% In 30 Min (advertised) 25w Wireless (magsafe), 15w Wireless (china Only) 15w Wireless (qi2) 4.5w Reverse Wired" Xxxxx Nothing Follows Xxxxx Total Amount: Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 After Having Carefully Read And Accepted The Attached General Conditions, I/we Quote You On The Items At The Prices Noted Above. Company Name Printed Name/signature/date Accomplished Contact/telephone Number Terms And Conditions 1 All Entries Must Be Printed Or Typed Written Using The Nia Prescribed Form (rfq). Any Modification In The Terms Of The Rfq Shall Constitute To Disqualification. 2 The Total Approved Budget For The Contract (abc) Is Php 630,000.00. All Bids In Excess Of The Abc Shall Be Automatically Rejected. 3 Delivery Period Is Within 30 Calendar Day(s) From Receipt Of Purchase Order (po). 4 Price Validity Shall Be For A Period Of 90 Calendar Day(s) From The Date Of Bid Opening. 5 For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot. That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6 Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Inspection & Acceptance Report (iar) By The Authorized National Irrigation Administration's Representative If Applicable. Bidders Shall Submit Only One (1) Copy Of Bid/request For Quotation (rfq) Together With The Following Licenses And Legal Documents Also In One (1) Copy Placed In One (1) Sealed. Mayor's Business Permit Professional License / Curriculum Vitae (consulting Services) Printed Copy Of Philgeps Registration Number Pcab License (infra) Income / Business Tax Return (for Abcs Above P500k) Omnibus Sworn Statement (for Abcs Above P50k) 7 If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) With In The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Order Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Item(s) From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1 Bid Quotations May Be Submitted To The Procurement Section, Regional Center, Balintawak, Pagadian City, Zamboanga Del Sur, Or Email At Niaregion9bac@gmail.com. 2 Please Make Certain To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3 Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected.
ILOILO STATE UNIVERSITY OF FISHERIES SCIENCE AND TECHNOLOGY Tender
Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 360 K (USD 6.2 K)
Details: Description Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003) - Lot 1 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of Two Hundred Twenty Thousand Pesos Only (php 220,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 11, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003) - Lot 1 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Reforming Aricultural: Employment Generation And Poultry Reduction/ Stokes/ 2023 2. 1 Pc Sensor Application In Managing Lu-season Crop Variability/ Uwera/ 2021 3. 1 Pc Urban Horticulture/ Bhanot/ 2021 4. 1 Pc Agriculture Innovation Systems In Asia/ Singh/ 2021 5. 1 Pc Production Technology Of Fruit Crops/ Patil/ 2022 6. 1 Pc Agriculture And Food Technology In Human Life/ Singh/ 2023 7. 1 Pc Agricultural Technology And Land Development Machinery/2022 8. 1 Pc Vegetables Crops Breeding/ Mulge/ 2021 9. 1 Pc Impact Of Globe Climate Change On Agricultural Productivity/ Miller 10. 1 Pc Herbicides And Weed Control/ Jhala/ 2021 11. 1 Pc Biotechnology For Food, Agriculture And Environment 12. 1 Pc Introductory Crop Science/ Ingram/ 2023 13. 1 Pc Crop Diseases Management: Principles And Practices/ James/2023 14. 1 Pc Remote Sensing And Gi's Application In Crop Mapping/ Khosravi/ 2024 15. 1 Pc Crop Production: Techniques And Technology/ Ingram/ 2023 16. 1 Pc Agricultural Implements And Machinery/ 3g E-learning/ 2023 17. 1 Pc Engineering Tolerance In Crop Plants Against Abiotic Stress/ 2022 18. 1 Pc The Latest Technologies In Agriculture And Plant Sciences: Improved Techniques, Methods, And Yields/ Fouda/ 2023 19. 1 Pc Role Of Biotechnology In Exploring And Protecting Agricultural Genetic Resources/ Ferry/ 2023 20. 1 Pc Integrated Farm Management For Sustainable Agriculture/ Recus/ 2024 21. 1 Pc Shelf-life Studiesin Food Science/ Marotirao/ 2023 22. 1 Pc Effects Of Food Processing On Bioactive Compounds/ Sharma/ 2023 23. 1 Pc Food Production And Processing/ Prakash/ 2020 24. 1 Pc Food Flavors: Generation, Analysis And Process Influence/ Kele/ 2022 25. 1 Pc Food Containing Genetically Modified Material/ Prakash/ 2023 26. 1 Pc Land Policy And Farm Management In Agriculture/ Brown/ 2023 27. 1 Pc Agriculture Trade And Marketing/ Wafullah/ 2023 28. 1 Pc Farm Management/ Kay/ 2024 29. 1 Pc Sustainable Use Of Agricultural Biodiversity In Nanotechnology/2023 30. 1 Pc Agriculture: Science And Technology/ Joseph/ 2022 31. 1 Pc Biointensive Integrated Pest Management In Horticultural Ecosystem/ Singh/ 2023 32. 1 Pc Horticulture Farming/ Kumar/ 2023 Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003)-lot 2 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of One Hundred Forty Thousand Pesos Only (php 140,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 10, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003)-lot 2 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Introduction To Molecular Biology Of Cell, Miller Bennett, 1666867241, C2024 2. 1 Pc Molecular Biology, Melton Vanessa, 1647403359, C2023 3. 1 Pc Psychology Of Human Sexuality, The \3ed., Lehmiller, 1119883954, C2024 4. 1 Pc Genetics: Analysis And Principles \8ed., Brooker, Robert 1266135170, C2024 5. 1 Pc Chemistry \10ed., Silbergberg, 1266222839, C2024 6. 1 Pc Biochemistry \10ed., Berg Jeremy, 1319498507, C2023 7. 1 Pc Events Management \4ed. Bowdin Glenn, 0367491842, C2024 8. 1 Pc Basic Knowledge Of Bartending, 3g, 1984685473, C2024 9. 1 Pc Basic Knowledge Of Front Office Management, 3g 1984685538, C2024 10. 1 Pc Basic Knowledge Of Housekeeping, 3g, 1984685503, C2024 11. 1 Pc Basic Knowledge Of Restaurant Service, 3g, 198468549x, C2024 12. 1 Pc Basic Knowledge Of Room Service, 3g 1984685481, C2024 13. 1 Pc Managing Operations Across The Supply Chain \5ed., Swink Morgan, 1266229779, C2024 14. 1 Pc Essentials Of Marketing \18ed., Cannon Joseph 1266124985, C2024 15. 1 Pc Biological Engineering For Pest Manangement, Anderson,1666867675, C2024 16. 1 Pc Biotechnology: Protection And Agricultural Genetic, Ferry Shad, 1666868868, C2024 17. 1 Pc Computer-based Study For Plant Pathology And Pannell, Chris 1666867667, C2024 18. 1 Pc Tissue Culture Techniques In Horticulture Crops, Turcotte, 1666869015, C2024 19. 1 Pc Mechanism Of Abiotic Stress Tolerance In Crop Plants, Jonathan, 1666869015, C2024 20. 1 Pc Management Of Pest And Soil In Horticulture Crops, Casper Raoul, 1666870773, C2024 21. 1 Pc Principles Of Marketing For A Digital Age \2ed. , Tuten Tracy L., 1529779790, C2024 22. 1 Pc Textbook Of Pest Control In Vegetable Crops, Wunsch Jake, 1666868531, C2024 23. 1 Pc Transgenic Technological Advances In Farmed Animals, Turner Taylor, 1666868663, C2024 24. 1 Pc Role Of Genetic Engineering In Insect Pest Management, Hatfield Henry, 1666867179, C2024 25. 1 Pc Agriculture Genetic Engineering For Crop Improvement , Avery Mark, 1666867217, C2024 26. 1 Pc Green Manuring: Approach For Soil Fertility Improvement, Treutel, Blaze, 1666870749, C2024 27. 1 Pc Plant Anatomy And Characteristics Of Soil & Water, Schamberger, 1666870838, C2024
Government Of New Brunswick Tender
Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. 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. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. 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. 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 A Bidder Must Obtain Official Solicitation 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), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. 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. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. 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. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. 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. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. 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. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. 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. 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; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: Combined Synopsis/solicitation Notice page 4 Of 4
combined Synopsis/solicitation Notice
*= Required Field
combined Synopsis/solicitation Notice page 1 Of 4 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. solicitation Number 36c25725q0196 Is Issued As A Request For Quote (rfq).
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04.
this Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb), With The Associated Naics Code Of 541690, Which Has A Small Business Size Standard Of $40 Million. the Contractor Shall Provide The Services For Medical Physicistat The North Texas Veterans Health Care System (ntvhcs).
see Attached Schedule For The Contract Line-item Number(s), Quantities, And Statement Of Work. the Anticipated Start Of The Period Of Performance Date For The Services Is Approximately January 20, 2025. the Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
(a) This Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosb). The Vendor Must Be Registered Under Naics 541690 To Be Eligible For Award. late Quotes Or Documentation May Be Accepted If Advantageous To The Government.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show:
1) Solicitation Number.
2) The Time Specified In The Solicitation For Receipt Of Offers.
3) The Name, Address, And Telephone Number Of The Offeror.
4) Acknowledgment Of Solicitation Amendments.
5) A Technical Description Of The Services Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Service Literature, Or Other Documents, If Necessary;
6) Terms Of Any Express Warranty;
7) Price And Any Discounts;
8) Remit To Address, If Different Than Mailing Address;
9) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
10) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(e) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
11) Attachment C Cover Letter (attached) Filled Out By The Offeror.
attachment D Vendor S Questionnaire For Technical Evaluation (attached) Filled Out By The Offeror.
quoter Shall Provide At Least Two (2) References For Similar Contracts In The Public Or Private Sector. all Vendors Interested In Responding To This Solicitation Must, At Minimum, Provide The Following Documentation:
1. Completion Of B.2 Price/cost Schedule. 2. Completion Of E.5 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (not Required If Completed On-line In Sam.)
3. Far Provision 52.204-24 Is A Contractor Fill-in Requirement And Must Be Completed In Sam On-line Before Providing An Offer.
4. Proof Of Experience Working With/as Medical Physicist Which Must Include Authorized Certifications And Understanding Of Performance Sent To North Texas Veterans Health Care System (ntvhc)
the Following Submissions Are Required To Be Able To Evaluate Each Offer/quote Iaw 52.212-2 Evaluation - Commercial Products And Commercial Services:
1) Technical Capabilities:
a) Contractor Shall Submit Evidence Of The Reliability, Ability, Experience, Equipment, Facilities, And Personnel Directly Employed Or Supervised By Them To Render Prompt And Satisfactory Delivery Of Mirion 55tw Dose Calibration System: Iaw Sow.
3) Delivery Commitment:
a) Contractor/licensee Shall Submit Proof Of Having An Available And Adequate Supply Of Products To Meet The Requirements Of The Computer Peripherals For Va North Texas And Proof Of Contingency Supply Chain To Prevent Disruptions.
b) Contractor Shall Submit Evidence And Understanding Of Delivery Location.
4) Pricing:
a) Contractor Shall Submit Pricing For 1 Each And Any Other Pricing Factors Depending On The Quantity In The Price Schedule, Which Incorporates All The Requirements Within The Statement Of Work. Offeror Must Complete And Return The Price Schedule (b.2 Price).
b) The Offeror Shall Add A Statement Stating, The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers .
*failure To Submit A Complete Offer May Result In An Unacceptable Determination.
(end Of Addendum To 52.212-1) please Be Advised: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation For Further Details): 1) Technical Acceptability Iaw Sow 2) Certifications 3) Ability To Start On Expected Period Of Performance 4) Price factor 1: Technical Acceptibility quotes Will Only Be Considered From Those Who Are Regularly Involved In The Business Called For As Listed In Statement Of Work (sow). 1) : The Contractor Shall Provide All Personnel, Transportation, Imaging Phantoms, Equipment And Software To Supply Nuclear Medicine Specialty Medical Physicist Services In Support Of The Veterans Affairs North Texas Health Care System (vanthcs) Nuclear Medicine Service. factor 2: Certifications (please Also See Attch. 2 Vendor S Questionnaire For Technical Evaluation) prior To Commencing Work All Contractor Employees Shall Meet Certain Criteria To Perform Work Under This Contract As A Medical Physicist. factor 3) Period Of Performance
the Period Of Performance Will Be From January 20th, 2025 Through January 19th, 2026 With The Possibility Of Additional Option Years To Extend The Contract. This Position Will Include A Low-level Background Investigation. factor 5: Price 1) Pricing: Contractor Shall Submit Unit Prices Rounded To The Nearest Hundredth. Prices Should Be Documented On The Price/cost Schedule With The Correct Unit Price And Total Amounts.
2) Period For Acceptance Of Offers: The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers.
prices Will Be Evaluated For Completeness And Reasonableness. Unrealistically High Or Low Proposed Costs Or Prices, Initially Or Subsequently, May Be Grounds For Eliminating An Offeror From Competition Either On The Basis That The Offeror Does Not Understand The Requirement Or Has Submitted An Unrealistic Offer. Additionally, Unbalanced Pricing Poses An Unacceptable Risk To The Government And May Be Reason To Reject An Offer. The Burden Of Proof For Credibility Of Proposed Costs/prices Rests With The Offeror. The Government Reserves The Right To Amend The Solicitation And Remove Any Set-aside Should Pricing Of All Quotes Be Found Unreasonable. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. offeror Must Complete Far 52.204-24 Must Be Completed In Sam On-line.
offeror Must Complete Far 52.212-3 Offeror Representations And Certifications
offers Are Due By January 15, 2025 By 13:00 Cst. Offers Must Submitted By Email (see Size Limit Note Below) To Oneka Robertson At Oneka.robertson@va.gov
. due To Email Constraints By The Va, It Is Requested That Emails Being Sent To The Poc Be No Larger Than 7mb. Multiple Emails Can Be Sent To The Poc For An Offer. If An Offer Is Sent In Multiple Parts, It Is Recommended That A Confirmation Request Be Included In The Final Email, For The Poc To Acknowledge That All (parts) Of The Offer Have Been Received. see Attached Documents: see Attached Document: 36c25725q0196
see Attached Document: Cover Letter
see Attached Document: Vendor S Questionnaire
see Attached Document: Wage Determination
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m.
the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cultural Landscape Report
1
jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research
the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital.
the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance.
in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation
after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr
upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables
the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025.
place Of Performance/place Of Delivery
address:
2250 Leestown Road, Lexington, Ky
postal Code:
40511
country:
united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable:
subparagraph (b)(18)(i)
subparagraph (b)(18)(ii)
subparagraph (b)(25)
subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors:
previous Work Performance Ratings
price the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
nathan Hutchison Contract Specialist
(615) 867-6000 Ext 28147
nathan.hutchison@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m.
the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cultural Landscape Report
1
jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research
the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital.
the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance.
in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation
after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr
upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables
the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025.
place Of Performance/place Of Delivery
address:
2250 Leestown Road, Lexington, Ky
postal Code:
40511
country:
united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable:
subparagraph (b)(18)(i)
subparagraph (b)(18)(ii)
subparagraph (b)(25)
subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors:
previous Work Performance Ratings
price the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
nathan Hutchison Contract Specialist
(615) 867-6000 Ext 28147
nathan.hutchison@va.gov
Adela Serra Ty Memorial Medical Center Tender
Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 6 Million (USD 104.1 K)
Details: Description Invitation To Bid For The Procurement Of Urine Analyzer Reagents (tie-up Basis) With Ib No. 2025-02-04 (04) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Six Million Ninety Thousand Pesos Only [php 6,090,000.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Urine Analyzer Reagents (tie-up Basis). Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos Only [php 10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 8:30 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 8:30 Am; February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 8:31 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot Number Description Quantity Unit Total Delivered, Weeks/months Lot 1 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Three (3) Units Of Analyzers Utilizing The Same Reagents Free Of Use. >one (1) Of The Analyzer Shall Be Installed At The Er Satellite Lab. The Two Machine Shall Be Simultaneously Functional At The Main Laboratory. One(1) Machine Shall Serves As Main Machine And The Other One (1)shall Serves As Back-up In Case The Main Machine Breaks Down To Avoid Performing Manual Urinalysis That Will Affects The Test Turnaround Time. >must Provide Complete Set Of Reagents, Controls, Calibrators, Test Tubes, Disposable Urine Container And Other Consumables Needed To Generate A Fully Automated Accurate Urinalysis Result. >quantity Of Reagents Must Be Delivered In A Quarterly Basis Or Staggered Scheme Or Upon The Request Of The End-user. >payments Will Be Issued Per Delivery Of Reagents. >reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. >free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. >a Framework Agreement For A 1-year Contract Shall Be Made. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (3) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down.>failure Of Machine's Effective Functionality And Supplier's Performance Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier.>machine Should Be Supplemented With A Desktop Computer, Printer, Avr And Ups And Other Accessories To Function And Sturdy Table If Designed As Table Top. Machine Specifications: >analytical Principle/system Description: Urine Flow Cytometry/flow Imaging Technique, Photoelectric Colorimetry. > Throughput: At Least 100 Samples/hour > With Autoloader > Sample Volume: At Least 3 Ml > Built-in Reagent Strip Reader/ Chemical Testing And Visual Urine Sediment Reader In One Machine. >user Friendly Design, Simple Operation And Convenient Maintenance. >urine Strip Bottle Must Have Color Reaction Comparator For Manual Method >reagent Strip Parameters/chemical Testing (at Least 12 Parameters): 1. Urobilinogen 2. Bilirubin 3. Ketone 4. Creatinine 5. Blood 6. Microalbumin 7. Nitrite 8. Leukocyte 9. Glucose 10. Specific Gravity 11. Ph 12. Protein >microscopic Testing / Urine Sediment Visual Reading: 1. Rbc 2. Wbc 3. Non-squamous Epithelial Cells 4. Squamos Epithelial Cells 5. Bacteria 6. Mucus 7. Urine Crystals 8. Casts 9. Yeast Cells Urine Strips, At Least 12 Parameters (100's/bot) 420 Bottle 6,090,000.00 15 Calendar Days After Issuance Of A Call-off Total 6,090,000.00
Government Of New Brunswick Tender
Others...+1Machinery and Tools
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Bidders Are Requested To Include Specifications On Product Quoted With The Bid. This Procurement Is Subject To The Canadian Free Trade Agreement. 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. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. 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. 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 A Bidder Must Obtain Official Solicitation 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), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. 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. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. 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. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. 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. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. 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. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. 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. 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; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time.
PHILIPPINE RACING COMMISSION Tender
Software and IT Solutions
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description Terms Of Reference Supply And Delivery Of Devices In Relation To Philracom’s Establishment Of A Centralized File Server, And Upgrading Of The Local Area Network I. Project Description And Objective As Philracom Intends To Advance Its Digitization Program, The Need For A Robust And Scalable File Storage Solution Has Become A Necessity. A Network-attached Storage (nas) Will Provide Centralized Storage, Allowing The Effective Management Of And Easy Access To Digital Assets. The Installation Of The Nas Will Also Enhance Data Security, Streamline Backup Processes, And Support Efficient File Sharing Within The Office. The Investment In A Nas Will Not Only Address Philracom’s Current Storage Challenges But Also Future-proof Its Data Management Needs As The Digital Records Continues To Grow. However, Since Nas Systems/file Servers Can Be A Significant Resource Consumer, It Is Likewise Necessary To Upgrade Philracom’s Existing Local Area Network (lan) To Meet The Data Transfer Demands. Currently, The Network Infrastructure Is Inadequate For The Expanding Needs, Which Leads To Slow Data Transfer Speeds, Limited Connectivity, And Frequent Downtimes. In This Regard, Philracom Aims To Engage A Reputable And Capable Supplier To Provide And Deliver A Range Of Devices For The Establishment Of A Centralized File Server And Upgrading Of The Lan. Ii. Approved Budget For The Contract (abc) And Fund Source Philracom Has Allocated An Approved Budget For The Contract In The Amount Of Three Hundred Thousand Pesos (php 300,000.00), Inclusive Of All The Applicable Government Taxes And Charges. Fund For This Project Shall Be Sourced From The General Fund. Iii. Qualifications Of The Supplier A. The Supplier Must Be Registered With The Philippine Government Electronic Procurement System (philgeps). B. The Supplier Must Have An Updated Mayor’s Permit/business Permit, Sec/dti Registration, And Bir Form 2303. Iv. General Requirements The Supplier Shall Supply And Deliver The Following Devices, Based On The Following Guidelines: A. Schedule Of Delivery The Supplier Shall Deliver The Devices Within Ten (10) Days Upon Receipt Of The Notice To Proceed. B. Place Of Delivery The Devices Shall Be Delivered To The Philippine Racing Commission At 4th Floor Electra House Bldg., Esteban St., Legaspi Village, Makati City C. List Of Devices And Specifications: 1. Network Router (1-unit) Wi-fi Speeds 6 Ghz: 11520 Mbps (802.11be) 5 Ghz-1: 5760 Mbps (802.11be) 5 Ghz-2: 5760 Mbps (802.11be) 2.4 Ghz: 1376 Mbps (802.11be) Wi-fi Range 12x Antennas Beamforming High-power Fem Wi-fi Capacity Quad-band 4×4 Mu-mimo Ofdma Airtime Fairness Dfs 16 Streams Working Modes Router Mode Access Point Mode Advanced Functions 320 Mhz Channel 4k-qam Multi-rus Easymesh-compatible Iot Network Ethernet Ports 1× 10 Gbps Wan/lan 1× 10 Gbps Sfp+/rj45 Combo Wan/lan 4× 2.5 Gbps Lan 1× 1 Gbps Lan Quality Of Service Qos By Device 2. Mesh Wi-fi Network System (2-units) Wireless Standard Wi-fi 7 Ieee 802.11be/ax 6 Ghz Ieee 802.11be/ax/ac/n/a 5 Ghz Ieee 802.11be/ax/n/b/g 2.4 Ghz Wi-fi Speeds 6 Ghz: 11530 Mbps (802.11be) 5 Ghz: 8647 Mbps (802.11be) 2.4 Ghz: 1376 Mbps (802.11be) Wi-fi Range Ai-driven Mesh 8× High-gain Antennas (internal) Tri-band Wi-fi Capacity Tri-band Mu-mimo Ofdma Working Modes Router Mode Access Point Mode Ethernet Ports 1× 10 Gbps 1× 10 Gbps Sfp+/rj45 Combo 2× 2.5 Gbps 3. Network-attached Storage (1-unit) Cpu Model Amd Ryzen R1600 Cpu Quantity 1 Cpu Core 2 Cpu Architecture 64-bit Cpu Frequency 2.6 (base) / 3.1 (turbo) Ghz System Memory 4 Gb Ddr4 Ecc Sodimm Total Memory Slots 2 Memory Module Pre-installed 4 Gb (4 Gb X 1) Maximum Memory Capacity 32 Gb (16 Gb X 2) Drive Bays 4 Maximum Drive Bays With Expansion Unit 9 (dx517 X 1) Compatible Drive Type 3.5" Sata Hdd 2.5" Sata Ssd M.2 2280 Nvme Ssd Maximum Single Volume Size 108 Tb Hot Swappable Drive Yes 4. Ram Module (1-piece) Module And Type Ddr4 Ecc Sodimm Ram Capacity 16gb 5. Disk Drives (2-pieces) Type 3.5" Sata Hdd Capacity 4tb Interface Sata 6.0 Gb/s Rpm 5900 Rpm Cache 64mb 6. Laptop Computer (1-unit) Operating System Macos Processor • M3 Chip • 8-core Cpu, 4 Performance Cores, 4 Efficiency Cores • 8-core Gpu • Hardware-accelerated Ray Tracing • 16-core Neural Engine • 100gb/s Memory Bandwidth • Media Engine • Hardware-accelerated H.264, Hevc, Prores, And Prores Raw • Video Encode Engine • Prores Encode And Decode Engine • Av1 Decode Engine Display 13.6-inch (diagonal) Led-backlit Display With Ips Technology Ram 8gb Storage 256gb Ssd 7. Uninterruptible Power Supply (1-unit) Run Time For Load 37 Mins. For 500 W Main Input Voltage 230 V Rated Power In W 2700 W Rated Power In Va 3000 Va Input Voltage Limits 110...285 V 40% Load 180...285 V Full Load Maximum Configurable Power In Va 3000 Va Maximum Configurable Power In W 2700 W Output Frequency 50/60 Hz +/- 3 Hz Sync To Mains 8. Microsoft Office 2021 Home (1-license) Version 2021 Compatibility Pc Macos D. Other Requirements: 1. The Supplier Shall Ensure That All Devices To Be Delivered Are Brand New And Genuine Items. 2. The Supplier Shall Provide A One (1)-year Warranty For All The Specified Devices. If Any Device Is Found To Be Defective Or Damaged, The Supplier Shall Replace It With A New One Within Ten (10) Days. V. Payment A. Payment Shall Be Made Upon Complete Delivery Of The Devices, Which Will Be Duly Certified And Accepted By The Philracom Inspection Officer. B. Payment Shall Be Made Within Fifteen (15) Days After The Supplier’s Submission Of A Billing Statement And Philracom’s Issuance Of An Inspection And Acceptance Report. Vi. Penal Clauses A. Liquidated Damages If The Supplier Fails To Deliver Any Or All Of The Goods Within The Period Specified In This Contract, Philracom Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price As Liquidated Damages, The Applicable Rate Of One-tenth (1/10) Of One Percent (1%) Of The Cost Of Unperformed Portion Of Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract. Once The Maximum Is Reached, The Procuring Entity Reserves The Right To Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To It Under The Law. The Damages Herein Provided Are Fixed And The Philracom Shall Not Be Required To Adduce Proof Thereof. B. Other Costs Should The Philracom Be Constrained To File A Suit To Obtain Relief Against The Supplier, The Latter Shall Be Liable To Pay An Amount Equivalent To Twenty Percent (20%) Of The Amount Claimed In The Complaint As Attorney’s Fees, Aside From The Costs Of Litigation And Other Expenses, Which The Philracom Is Entitled To Recover From The Supplier; Provided, However, That Any Action Brought By The Supplier For Whatever Cause Arising From The Contract, Should It Be Adjudged Not To Be Entitled To The Relief Sought, The Philracom As The Prevailing Party Shall Be Entitled To Such Reasonable Attorney’s Fees, Costs Of Litigation And Other Costs It May Have Incurred By Reason Of Such Action. C. Indemnity The Supplier Shall Defend, Indemnify, And Hold Harmless The Philracom Against All Claims, Losses, Liabilities, And Damages, And Pay All Claims, Judgments, Awards, Costs, And Expenses Arising Out Of Or In Connection With The Supplier’s Acts Of Omissions, Unless Such Claims Are Due Solely To The Negligence Of The Philracom. Costs Inclusive Of Expert Witness Fees And Other Legal Expenses Shall Be Charged Against The Account Of The Supplier. D. Other Costs The Supplier Shall Not Be Liable For Failure Or Delay In Performing Obligations Set Forth In The Contract If Such Failure Or Delay Is Due To Any Cause Reasonably Beyond The Control Of The Supplier. Vii. Mode Of Procurement The Procurement Shall Be Undertaken Through Negotiated Procurement – Small Value Procurement, As Stated In The Implementing Rules And Regulations Of Republic Act No. 9184 (government Procurement Reform Act) Viii. Right To Accept Or Reject Quotation And/or Annul The Procurement Process Philracom Reserves The Right To Accept Or Reject Any Quotation, To Annul The Procurement Process, Or Not To Award The Contract Without Thereby Incurring Any Liability To The Affected Supplier. Ix. Conformance With The Existing Laws The Procurement Process For This Undertaking Shall Be Executed In Accordance With Republic Act 9184, Otherwise Known As The Government Procurement Reform Act, And Its Revised Implementing Rules And Regulations.
Government Of New Brunswick Tender
Others
Canada
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Analytical Services To Determine The Geochemistry Of Rocks And Till Samples. 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. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. 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. 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 A Bidder Must Obtain Official Solicitation 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), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. The 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. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. 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. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. 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. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. 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. 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; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
8271-8280 of 8404 archived Tenders