Computer Tenders

Computer Tenders

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: It Is Anticipated That A Formal Solicitation Will Be Issued Within 30 Days Of This Pre-solicitation Notice. No Response Is Required For This Notice. pre Solicitation Notice For N66604-23-rfpreq-npt-10-0243 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Projects On Nuwc Facilities At Naval Undersea Warfare Center Newport Division (nuwcdivnpt), Newport, Ri. description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. background: the Naval Undersea Warfare Center Newport Division (nuwcdivnpt) Requires A-e Services In Support Of Various Projects At Nuwcdivnpt. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $5,000,000. The Guaranteed Minimum For The Contract Ordering Period Is $500 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Far 15.404-4(c)(4)(i)(b), The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed 6 Percent Of The Estimated Of Construction Of The Public Work Or Construction, Excluding Fees. There Will Be No Minimum Dollar Limits Per Task Order. The Maximum Dollar Limit Per Task Order Is $3,000,000. this Proposed Contract Is Being Solicited As A Small Business Set-aside. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein. comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including Sanitary And Storm; Mechanical Services; Electrical Services; Water Systems; Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies. performance Location(s): newport, Ri requirements: for Complete Details On This Requirement See Attachment 1, “saes.” Specific Types Of A‐e Services That May Be Required Under This Contract Include: facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects. development Of Design‐bid‐ Build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements. development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements. preparation Of Cost Estimates Using Unit Guidance And Parametric Cost Estimating: Services May Include Preparing Cost Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents. development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects. condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions. field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project. surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions. preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions. incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions. consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements. energy Computations; Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements. soil Borings: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions. obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work. environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions. review Of Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications. field Consultation And Inspection During Construction: Services May Include Responding To Contractor Rfi’s During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects. commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications. operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction. as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects. functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Services May Require Attendance At Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s). document Deliverable Requirements: cdrl Number title sub-title cdrl A001 contractor’s Personnel Roster contractor Personnel cdrl A002 hazardous Materials Management Program (hmmp) Plan facility Operations Inventory Hmmp Plan cdrl A003 monthly Status Report monthly Status Report cdrl A004 product Drawings/models And Associated Lists drawing Package cdrl A005 manhour Estimate, Technical Cost Proposal estimates And Proposal cdrl A001 – Contractor’s Personnel Roster within Ten Business Days Of Task Order Issue, The Contractor Shall Submit A List Of All Employees Working On The Project To The Contracting Officer. This List Shall Include Each Employee's Name, And Work Assignment. Changes To The Personnel List Shall Be Submitted At Least Ten Business Days In Advance. In Emergency Situations And Cases Of Adverse Actions Where Ten Business Days’ Notice Is Not Possible, The Contractor Shall Submit The Required Information Regarding The Change In Writing To The Contracting Officer Representative (cor) Not Later Than 24 Hours After The Replacement Employee Is On Board. cdrl A002 – Hazardous Materials Management Program (hmmp) Plan the Contractor Shall Submit A Hazardous Material Management Plan (hmmp) As Addressed In Paragraph 3.2 Of The Saes. cdrl A003 – Monthly Status Report contractor Shall Provide A Monthly Status Report For Each Project In Which The Support Was Provided. The Report Shall Discuss Major Impacts, Issues, And Steps For Remediation Of Issues, Proposals To Improve Operational Efficiencies, Effectiveness, Quality, Or The Customer Experience. cdrl A004 – Product Drawings/models And Associated Lists the Contractor Shall Develop And Deliver Drawings, Specifications, Architect / Engineering Reports, To The Technical Point Of Contact Upon Request. cdrl A005 – Manhour Estimate, Technical Cost Proposal Insert Title a‐e Firms Shall Prepare Cost Estimates Utilizing The Micro‐computer Aided Cost Estimating System (mcaces) Mii Estimating System. Specifications Shall Be Prepared In The Specifications‐kept‐intact (specsintact) Program. Design‐build Rfps Shall Be Prepared Utilizing Design‐build Masters, And Drawings Shall Be Prepared In Autocad (2016 Or Higher) Utilizing The National Computer‐aided Design And Drafting (cadd) Standards Format. Three‐dimension (3‐d) And Bim Modeling May Also Be Required. The Contractor Shall Provide Documents In Pdf Format. Final Documents Shall Be Electronically Signed By The Assigned Architect Or Engineer. All Projects Shall Be Designed In The Modern International Standard Version Of The Metric International System Of Units (si), Unless Specifically Exempted By The Statement Of Work At The Task Order Level. other Special Considerations: as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant. asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcb)s, And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces. all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s.army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens. a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including Naval Facilities Acquisition Supplement (nfas) 5252.209‐9300, Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. submission Requirements: a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Email To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, At Least 11 Point Times New Roman Or Larger. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Individual Subcontracting Reports (isr)s, Certificates Licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Dun & Bradstreet (duns), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330. all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov. in Accordance With The Federal Acquisition Regulations (far) 36.601‐4(b), The A‐e Firm Must Be A Registered And Licensed Architectural And/or Engineering Firm In Rhode Island To Be Eligible For Award. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering, (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration. firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement Will Result In The Firm’s Elimination From Further Evaluation. if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer At The Email Addresses Listed Below. sf 330 Submissions Are Due No Later Than Xx Xxxxx 2023 At Xx:xx Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Xxxxx Xxxxxx, At Xxxxxxxxx@navy.mil And Xxxxx Xxxxxxx, Contracting Officer, At Xxxxxxx@navy.mil. (to Be Provided Within Formal Solicitation) the Total Maximum File Size For Email Proposal Submission Is Limited To 10mb. If The Submission Will Exceed 10mb, It Is Acceptable For The Submission To Be Broken Up Into Multiple Emails Or The Firm Should Coordinate With The Identified Government Poc's To Obtain A Dod Safe Request For Submission. Failure Of The Firm To Coordinate A Dod Safe Request For Submission In A Timely Manner, To Allow Sufficient Time For Submission Of The Required Documents Before The Required Response Date, Will Not Be Acceptable Justification For The Government Allowing Or Considering A Late Submission. A Timely Manner Is Defined As Requesting Such Dod Safe Information From The Identified Government Poc's No Later Than 10 Calendar Days In Advance Of The Response Date Of The Synopsis. if The Firm Chooses To Complete Multiple Email Submissions, Emails Shall Clearly Indicate The Number Of Email Submissions The Government Should Expect To Receive And Shall Be Numbered To Indicate Which Email Of The Submission Each Email Received Is (i.e.: Email 1 Of 3; Email 2 Of 3; Email 3 Of 3). inquiries Concerning This Procurement Should Reference The Solicitation Number And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement On Sam.gov. list Of Attachments: scope Of Architect-engineer (a-e) Services (saes) (draft) cdrls (draft) selection Criteria: firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. failure To Comply With Instructions, Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include: specialized Experience professional Qualifications And Technical Competence past Performance quality Control program Management And Capacity firm Location volume Of Work criterion 1 —specialized Experience (sf 330, Part I, Section F): firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufc’s) And Military Standard (milstd); conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating; demonstrated Ability To Design To Project Budget And Schedule; experience Preparing Design‐bid‐build; experience Preparing Design‐build Rfp Packages; And designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’, Or Private Industry Criteria. firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following: experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above. experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above. demonstrated Experience Using The Micro Computer Aided Cost Estimating System Second Generation (mii) Cost Estimating Software. demonstrated Experience On Navy Bases Within The Primary Geographic Area Of The Contract. demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service. demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including: dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg), dd Form 1391 Validation Procedures Including Cost Validation. demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules. experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process. criterion 1 Submission Requirements: provide Up To A Maximum Of Ten (10) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐ Mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Ten (10) Projects. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1. criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G): firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are: project Manager(s) senior Architect senior Civil Engineer senior Structural Engineer senior Mechanical Engineer senior Electrical Engineer senior Quality Control Manager senior Fire Protection Engineer (a Licensed Fire Protection Engineer Is Required) key Personnel, Including Consultants, Shall Be U.s. Citizens. submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications. criteria 2 Submission Requirements: sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. criterion 3—past Performance (sf 330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. evaluating Past Performance And Experience Will Include Information Provided In The Contract Performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. criteria 3 Submission Requirements: submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If Cpars Or Acass Evaluations Are Not Available For The Projects Identified Under Criterion 1, Then The Firm Shall Provide A Point Of Contact Reference From The Requiring Organization Familiar With The Project Who Can Confirm The Quality Of The Offeror’s Work On The Project. Those References Shall Include Contract/task Order Number, Project Title, Point Of Contact Name, Telephone Numbers, And Email Addresses For The Reference. firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information Shall Not Exceed Two Double‐sided Pages (or Four Single‐sided Pages) In Total. awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4—quality Control Program (sf 330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract, And Means Of Ensuring Quality Services From Their Consultants/subcontractors. criteria 4 Submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components. identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. criterion 5—program Management And Capacity (sf 330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time. criteria 5 Submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub-contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. criterion 6—firm Location (sf 330, Part I, Section H) firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Undersea Warfare Center Newport Division, Newport, Ri). criteria 6 Submission Requirements: indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably. criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker) in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts. criterion 7 Submission Requirements: firms Shall Not Submit Data For This Factor.

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Laboratory Equipment and Services
France
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Purchase of a Confocal and Multiphoton Microscope for Calcium Imaging on Insects as Part of the Erc Olfatask Project No. 101161791 for the Egce Laboratory of the University of Paris Saclay The purpose of this contract is to purchase this equipment to enable functional imaging recordings on insects in vivo. It therefore includes the purchase of a multiphoton microscope equipped with a scan head and various detectors, allowing measurements to be carried out in confocal microscopy. The contract also includes the purchase of the computer controlling the elements of the microscope, the anti-vibration table on which the system is placed, as well as a visible laser bench and an infrared laser.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: The Minneapolis Vamc Requires A Blood Bank Automation System With The Salient Characteristics Listed Below. this Is A Sources Sought Looking For Businesses To Provide The Supplies Listed Below For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement. if You Are A Vendor That Can Provide The Requested Information Above And Required Supplies Described Below With Competitive Pricing, Send Your Information (to Include Your Organization's Unique Entity Identifier Number) With A Description Of Proof Of Capability To: Joey Bloomer, Joseph.bloomer@va.gov By February 11th, 2025. Only Emailed Responses Will Be Considered. additionally, Please Provide Answers As Appropriate To The Following Questions In The Table Below With Your Response To This Sources Sought. Failure To Respond To The Following Questions May Affect The Acquisition Strategy. 1. identify Your Organization's Socio-economic Category. 2. identify If Your Organization Is The Manufacturer Of The Requested Supplies.â if You Are Not The Manufacturer, Identify The Manufacturer Of The Supplies That You Will Provide, Their Socio-economic Category And A Letter Showing That Your Organization Is An Authorized Distributor For The Requested Supplies.â  3. fill Out The Certificate Under Far Provision 52.225-2(b), Identifying The Item And Its Country Of Origin. ( Https://www.acquisition.gov/far/part-52#far_52_225_2__d3401e52). If The Product Is A Us Domestic End Product, Write In Usa For The Item's Country Of Origin. 4. state Whether Any Of The Requested Supplies May Be Ordered Against A Government Contract Awarded To Your Organization (e.g Federal Supply Schedule (fss), General Services Administration (gsa), Etc.). 5. address Whether Your Organization Meets The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-i/part-121/subpart-a/subject-group-ecfr0fca5207262de47/section-121.406#p-121.406(b)). 6. provide Estimated Shipping And Delivery Information For The Requested Supplies (e.g. Expected Lead Time On Delivery). â  *if Applicable, Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses.* â  *if Applicable, Vaar 852.212-71 Gray Market Items, Will Apply To The Potential Solicitation.* *if Applicable, Far 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses. * statement Of Work blood Bank Automation System 1. Basic Requirement: the Minneapolis Va Health Care System Blood Bank Laboratory Located At 1 Veterans Drive, Minneapolis, Mn 55417, Hereinafter Referred To As Mvahcs, Is In Need Of A Contract To Provide A Cost-per-test Or Reagent Rental For One Primary Automated Blood Bank Analyzer And Two Backup Manual Blood Bank Analyzers. Both Primary Automated And Backup Manual Analyzers Must Be Column-agglutination Based Technology For Red Cell Antibody Detection. All Costs Shall Be Figured Into The Price Of The Reagents, Supplies, And Consumables. This Agreement Is To Include One Primary Automated Analyzer, Two Backup Manual Analyzers (including Both An Incubator And Centrifuge), One Uninterruptible Power Supply (ups), Installation, Validation, Training, Customer Service, Technical Support, Preventative Maintenance, Equipment Service (including Parts, Labor, And Travel), And All Shipping Costs. the Analyzers May Be Placed In A Temporary Location For Validation And Need To Be Moved To A Permanent Location After They Re Validated For Use. Contractor Will Be Responsible For Moving Analyzers For This One Time Move, At No Cost To The Government. 2. Contract Type And Terms: the Mvahcs Will Award A 5-year Idiq With 6 Ordering Periods, Firm, Fixed-price, Indefinite Delivery Indefinite Quantity Contract For All Items Listed In The Schedule Of Items. Contract Use Will Be Limited To The Mvahcs. The Effective Ordering Period Of The Contract Shall Be From 4/1/25-3/31/30. the Ordering Period Of The Contract Shall Be: year 1 Pricing Period: 4/1/25-9/30/25 year 2 Pricing Period: 10/1/25-9/30/26 year 3 Pricing Period: 10/1/26-9/30/27 year 4 Pricing Period: 10/1/27-9/30/28 year 5 Pricing Period: 10/1/28-9/30/29 year 6 Pricing Period: 10/1/29-3/31/30 3. Estimated Quantities: the Tests Listed In The Test Menu Are Estimated Annual Requirements. The Mvahcs Attempts To Be As Accurate As Possible When Providing Estimated Quantities, However, Actual Quantities Required May Vary From Quantities Listed. All Reagents, Supplies, And Consumables To Support Testing Will Be Requested On An On Demand, As Needed Basis. test Menu abo Rh And (3 Cell) Antibody Screen = 11,000 abo Rh = 1500 antibody Id = 230 donor Unit Retypes Abo Rh = 300 donor Unit Retypes Abd = 1000 anti-c = 200 anti-c = 100 anti-e = 200 anti-e = 25 immediate Spin (is) Crossmatch = 900 anti-human Globulin (ahg) Crossmatch = 600 direct Antiglobulin Test (dat) = 350 4. Technical Requirements: the Lis Interface System Must Be Established With Vbecs Prior To Contract Award. both Primary Automated And Backup Manual Analyzers Must Be Approved By The Food And Drug Administration (fda). both Primary Automated And Backup Manual Analyzers Must Be Column-agglutination Based Technology For Red Cell Antibody Detection. primary Analyzer Must Have Capabilities To Load Reagents And Supplies To Process Multiple Specimens Without Reloading Consumables. primary Analyzer Must Use Regular Saline Without The Addition Of An External Buffer. primary Analyzer Average Turn-around-time For A Type And Screen Must Not Exceed 35 Minutes. primary Analyzer Must Sit On The Counter And Not Exceed Dimensions Of 31 D X 48 W X 42 H. primary Analyzer Must Have Sample Capacity For At Least 10 Samples. primary Analyzer Must Have Continuous Access With Stat Capability. primary Analyzer Must Have Automatic Cap Detection. primary Analyzer Must Have Automatic Clot Detection. primary Analyzer Must Have Automatic Liquid Level Detection. primary Analyzer Must Be Capable Of Performing The Following Tests: abo/rh antibody Screen antibody Identification select Cell Panel crossmatch (is And Ahg) patient Abo/rh Retypes dat donor Unit Abo Confirmations antigen Typing primary Analyzer Must Have A Barcode Scanner Compatible With The Standard 128 Code. primary Analyzer Must Accept At Minimum 10 Alphanumeric Characters In The Specimen Identifier. primary Analyzer Must Have Capabilities To Backup And Retrieve Instrument Qc Results, Patient Results, And Reagent Info For 10 Years. primary Analyzer Must Have Capabilities To Retransmit Records In The Event Of Interface Outage. a Process For Antibody Work-up For Patients On Anti-cd38 Monoclonal Antibody Treatment Is Preferred. only One Type Of Diluent For Preparing Red Cell Dilutions Is Preferred. contractor Qualifications (including Manufacturing Qualifications) Shall Be Available Upon Request. 5. Software: the Analyzer S Computer Operating System Must Be Windows 10 Or Higher. Contractor Is Required To Have Established A Lis Interface With Vbecs, Which Is The Internal Software Used By The Mvahcs To Support Blood Bank Testing, Prior To Contract Award. 6. Customer Service/technical Support: a Contractor Representative Shall Be Available To The Mvahcs During The Contract Period To Review The Account, Provide Product Information, Handle Problems Or Defective Merchandise (if Required) And Address Any Other Issues Or Concerns That May Arise. Customer Service Must Be Available 7 Days Per Week, 24 Hours Per Day. If Necessary, On-site Support Must Be Available 7 Days Per Week, 7:00am-7:00pm. On-site Response Time Shall Not Exceed 24 Hours Of Determination That Service Is Required. 7. Ordering Procedures: orders Will Be Placed Via Contractor S Preferred Method, On An On-demand, As-needed Basis By The Mvahcs. A List Of Approved Personnel Will Be Provided At The Request Of The Contractor. Contractor Shall Provide The Following Preferred Ordering Information: preferred Method Of Ordering: ________________________________ telephone Number: ________________________________________ email Address: _____________________________________________ 8. Delivery: all Equipment Shall Be Shipped Within 30 Days After Award. All Supplies Shall Be Delivered Fob Destination To The Mvahcs (unless Otherwise Indicated On The Response To The Solicitation) And Shall Arrive At The Mvahcs No Later Than 5 Calendar Days After Receipt Of An Order. deliveries Shall Be Made To: Va Medical Center, Bldg. 70 Warehouse (90d), Po# (provided For Each Order) One Veterans Drive Minneapolis Mn 55417 Delivery Times: Between 8:00am And 3:30pm (monday-friday Except Federal Holidays) all Deliveries Shall Be Accompanied By A Packing Slip Which Shall Contain Contractor S Name, Purchase Order Number, Date Of Order, Date Of Delivery, Itemized List Of Products Furnished Including Product Description And Quantity Shipped. 9. Product Quality: all Products Offered To The Mvahcs Must Be Of The Same Consistent High Quality As Would Be Offered To The General Commercial Public In The United States. all Products Are Purchased Subject To Acceptance In Conformance With Contractor S Warranty And Product S Published Specifications. all Products Must Be Tested For Quality Control By The Supplier, And Only Those Products That Pass Quality Control May Be Sent To The Mvahcs. The Supplier Will Demonstrate Documentation Of Quality Control Performance Of Any Item Upon Request Of The Mvahcs. any Substitutions Of Product Must Have The Written Approval Of The Mvahcs And The Contracting Officer Or His/her Designee. all Products That Do Not Meet Contractor S Published Specifications Must Be Replaced Within 48 Business Hours At No Cost To The Mvahcs. the Mvahcs Is Not Required To Return Unacceptable Product But May Do So In The Rare Case Where A Limited Number Of Items May Be Returned To Solve A Quality Control Problem. it Is The Contractor S Responsibility To Provide The Mvahcs With Recall Notices On Any Product That Has Been Delivered To This Facility That May Be Defective. Notification Shall Be Made To The Mvahcs Via The Most Expedient Method. the Contractor Shall Provide Mvahcs With A Listing Of The Contractor S Products That Are Considered Hazardous. The Listing Should Also Include A Determination As To What Can Be Considered Harmless To Be Disposed Of By Normal Methods, Such As Disposing In The Sink Or Trash. Sds Shall Be Available Upon Request. to Assure Rotation Of Stock At The Distributor, Each Lot Of A Product Received Must Have An Outdate Later Than Previously Received. only One Lot Number Per Product May Be Shipped Per Order. Multiple Lot Numbers Per Product Per Order Will Not Be Accepted. all Products Must Be Received With At Least 2/3 Of The Shelf-life Remaining. The Contractor Shall Provide A Shelf-life List (time From Production To Outdate) For Each Product Purchased If Requested By The Mvahcs. contractor Shall Allow Reagents, Supplies, And Consumables To Be Set Up On A Delivery Schedule To Ensure A Months Worth Of Reagents And Supplies Remain Stocked At Mvahcs. The Mvahcs Will Determine The Products, Quantities And Frequency Required For The Delivery Schedule. if The Incorrect Products Or Quantities As Established In The Delivery Schedule Was Delivered Incorrectly, The Contractor Is Required To Deliver The Correct Supplies Within 24 Hours Of Notification By The Mvahcs. the Contractor Is Required To Provide A Continuously Stocked Inventory Of All Reagents, Supplies And Consumables Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted. 10. Equipment Installation, Validation And Training: the Contractor Shall Provide Site Preparation Requirements For The Equipment Prior To Installation. The Contractor Shall Provide Documentation And Information Characterizing The Physical, Electrical, Technological, And Environmental Requirements Of The Equipment Prior To Installation. A Risk Assessment Shall Be Completed Before Instrumentation Can Be Placed On The Mvahcs Network/lis System. Contractor Shall Provide Installation, Validation, And Training Of The Equipment, Including Labor And Travel. the Contractor Will Install All Equipment At No Additional Expense To The Mvahcs. The Installation Date Shall Be Mutually Agreed Upon By The Contractor And Mvahcs. Contractor Is Required To Provide All Necessary Items To Establish Normal Operation. remote Access Cannot Be Guaranteed To The Contractor. Instrumentation Shall Be Installed And Be Fully Operational Without Remote Access Being Granted To The Contractor. No Additional Cost To The Government Shall Incur If Remote Access Is Not Granted. if The Instrument Requires A Server Attached To The Mvahcs Network Or Lis System, The Contractor Shall Provide It. the Contractor Shall Assist With The Performance Of All Validation Studies To Include Precision, Method Comparison With The Current Instrumentation, Accuracy, Calibration Verification, And Determination Of Sensitivity And Specificity. The Contractor Shall Perform All The Statistical Analysis And Report Data In An Organized, Clearly Comprehensible Format. the Contractor Will Provide And Coordinate Training With The Mvahcs At A Mutually Agreed Upon Date. 11. Equipment Maintenance: contractor Shall Provide Enhanced Warranty Response, Agrees To Maintain The Equipment In Good Working Condition And Will Repair Or Replace Any Defects In The Equipment During The Contract Period (including Parts, Labor, And Travel) At No Additional Cost To The Government. The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Equipment Proposed (ex: Computers, Monitors, Printer, Ups, Starter Kits, Etc). Contractor Shall Provide The Equipment Operator Manual. Contractor Shall Retain Ownership Of The Equipment. maintenance/service Calls: Technical Support, Maintenance And Repair Service Must Be Available. Customer Service Must Be Available 7 Days Per Week, 24 Hours Per Day. If Necessary, On-site Support Must Be Available 7 Days Per Week, 7:00am-7:00pm. On-site Response Time Shall Not Exceed 24 Hours Of Determination That Service Is Required. preventive Maintenance: Contractor Will Provide Scheduled Preventive Maintenance (pm) Service Calls As Required By Manufacturer S Recommended Pm Schedule, Procedures, And Checklists. Contractor Will Work With Mvahcs To Schedule At A Time That Works For Both Parties. A Field Service Report Shall Be Supplied To The Mvahcs At The Completion Of Each Pm Inspection. updates: The Contractor Must Provide Updates To Instrument Hardware And Software To Maintain The Integrity Of The System And State-of-the Art Technology At No Additional Charge To The Government. This Must Be Provided As They Become Commercially Available And At The Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Updates That Enhance The Model Of Equipment Being Offered (. I.e., New Version Of Software, Correction Of Hardware Defect, Update Offered To Commercial Customers At No Additional Charge). if Equipment Repair Records Reflect A Downtime Of 10% Or Greater During A 3-month Period, The Mvahcs May Request A Replacement Of Malfunctioning Equipment With New Equipment At No Additional Cost To The Government. upon Termination Of The Contract, The Mvahcs Biomedical Department Will Remove The Hard Drive And Terminate It According To Policies And Procedures. The Equipment Will Be The Contractor S Responsibility To Dismantle, Decontaminate, And Remove From Mvahcs Premises Within 60 Days After Expiration Of Contract. All Costs For Removal And Return To Contractor Shall Be Borne By The Contractor.

National Irrigation Administration Tender

Software and IT Solutions
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 260 K (USD 4.4 K)
Details: Description January 28, 2025 Request For Quotation Supply And Delivery Of Ict Equipment For Personnel Selection Board Members Of Nia Regional Office 5, Naga City Pr No.: 2025-01-0004 Quotation/bid No. Mooe-ro-004-25 The Manager 3gx Computer & I.t. Solutions Technoshop Elias Angeles St., Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of February 5, 2025 With An Abc Of P 260,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery Period Within 45 Cd Upon Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of 3 Months For Supplies, Materials, One Year For Equipment From Date Of Acceptance. 4. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 5. All Items Shall Be Procured As “one Lot”. 6. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 7. Performance Bond: Yes ____; No _____ 8. Incomplete Quotation Shall Be Declared Non-responsive. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement (prescribed Form) 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Brand/ Model Unit Qty Unit Price Total Price 1. Tablet/pad With Keyboard And Folio Case Specs: • Processor: Qualcomm Snapdragon 870 • Storage: 256gb Ufs 3.1 Storage • Ram: 8gb Lpddr5 • Display: 11 Inch Ips Lcd, 144hz Screen Refresh Rate, 550nits Brightness (typ.) • Camera: 13mp Rear Camera; 8mp Front Camera • Audio: Quad (4) Stereo Speakers • Battery: 8840mah (typ.) With 33w Fast Charging Pd3.0, Qc4 • Connectivity: Usb 3.2 Gen 1 Type C • Network: Wifi 6, Bluetooth 5.2 • Operating System: Miui Pad 14, Android 13 • Accessories: Magnetic Back Plate Pogo Pin Connection Keyboard Folio Case (same Brand); 4096-levels Of Pressure 150-hour Long Battery Life 2nd Generation Smart Pen (same Brand); Usb Type C Earphones (same Brand) Unit 5 2. Document Scanner Specs: • Scan Type: Desktop Sheet-fed Scanner • Scanning Element: Contact Imaging Sensor (cis) • Light Source: Led • Scanning Side: Simplex/duplex • Scanning Modes: Black And White, Error Diffusion, Advanced Text Enhancement (i And Ii), 256-level Greyscale, 24-bit Colour • Scanning Features: Folio Scanning, 2d/barcode • Output Resolutions: 150, 200, 300, 400, 600 Dpi • Suggested Daily Volume (sdv): 1,500 Scans/day • Document Size (plain Paper): Width: 50.8mm To 216mm; Length: 53.9mm To 356mm; Up To 3,000mm Long With Long Document Mode) • Business Card: 50.8 X 53.9mm Or Larger (vertical Feeding Only) • Card (iso Standard): 53.9 X 85.5mm (horizontal Feeding Only) • Document Thickness And Weight (plain Paper): 52 To 128 G/m^2 For U-turn Path; 40 To 209 G/m^2 For Straight Path • Document Thickness And Weight (business Card): 300 G/m^2 Or Smaller • Document Thickness And Weight (card): 0.76mm Or Smaller And 1.4mm Or Smaller For Embossment • Automatic Document Feeder (adf) Capacity: 30 Sheets • Connectivity: Usb 2.0 • Software: Isis/twain Drivers, Captureon Touch, Cardiris Unit 2 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 28, 2025 Request For Quotation Supply And Delivery Of Ict Equipment For Personnel Selection Board Members Of Nia Regional Office 5, Naga City Pr No.: 2025-01-0004 Quotation/bid No. Mooe-ro-004-25 The Manager Hypertech Computers Diversion Road, Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of February 5, 2025 With An Abc Of P 260,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery Period Within 45 Cd Upon Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of 3 Months For Supplies, Materials, One Year For Equipment From Date Of Acceptance. 4. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 5. All Items Shall Be Procured As “one Lot”. 6. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 7. Performance Bond: Yes ____; No _____ 8. Incomplete Quotation Shall Be Declared Non-responsive. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement (prescribed Form) 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Brand/ Model Unit Qty Unit Price Total Price 1. Tablet/pad With Keyboard And Folio Case Specs: • Processor: Qualcomm Snapdragon 870 • Storage: 256gb Ufs 3.1 Storage • Ram: 8gb Lpddr5 • Display: 11 Inch Ips Lcd, 144hz Screen Refresh Rate, 550nits Brightness (typ.) • Camera: 13mp Rear Camera; 8mp Front Camera • Audio: Quad (4) Stereo Speakers • Battery: 8840mah (typ.) With 33w Fast Charging Pd3.0, Qc4 • Connectivity: Usb 3.2 Gen 1 Type C • Network: Wifi 6, Bluetooth 5.2 • Operating System: Miui Pad 14, Android 13 • Accessories: Magnetic Back Plate Pogo Pin Connection Keyboard Folio Case (same Brand); 4096-levels Of Pressure 150-hour Long Battery Life 2nd Generation Smart Pen (same Brand); Usb Type C Earphones (same Brand) Unit 5 2. Document Scanner Specs: • Scan Type: Desktop Sheet-fed Scanner • Scanning Element: Contact Imaging Sensor (cis) • Light Source: Led • Scanning Side: Simplex/duplex • Scanning Modes: Black And White, Error Diffusion, Advanced Text Enhancement (i And Ii), 256-level Greyscale, 24-bit Colour • Scanning Features: Folio Scanning, 2d/barcode • Output Resolutions: 150, 200, 300, 400, 600 Dpi • Suggested Daily Volume (sdv): 1,500 Scans/day • Document Size (plain Paper): Width: 50.8mm To 216mm; Length: 53.9mm To 356mm; Up To 3,000mm Long With Long Document Mode) • Business Card: 50.8 X 53.9mm Or Larger (vertical Feeding Only) • Card (iso Standard): 53.9 X 85.5mm (horizontal Feeding Only) • Document Thickness And Weight (plain Paper): 52 To 128 G/m^2 For U-turn Path; 40 To 209 G/m^2 For Straight Path • Document Thickness And Weight (business Card): 300 G/m^2 Or Smaller • Document Thickness And Weight (card): 0.76mm Or Smaller And 1.4mm Or Smaller For Embossment • Automatic Document Feeder (adf) Capacity: 30 Sheets • Connectivity: Usb 2.0 • Software: Isis/twain Drivers, Captureon Touch, Cardiris Unit 2 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 28, 2025 Request For Quotation Supply And Delivery Of Ict Equipment For Personnel Selection Board Members Of Nia Regional Office 5, Naga City Pr No.: 2025-01-0004 Quotation/bid No. Mooe-ro-004-25 The Manager Pcworx Elias Angeles, Naga, Camarines Sur Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:10 Am Of February 5, 2025 With An Abc Of P 260,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery Period Within 45 Cd Upon Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of 3 Months For Supplies, Materials, One Year For Equipment From Date Of Acceptance. 4. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 5. All Items Shall Be Procured As “one Lot”. 6. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 7. Performance Bond: Yes ____; No _____ 8. Incomplete Quotation Shall Be Declared Non-responsive. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement (prescribed Form) 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Brand/ Model Unit Qty Unit Price Total Price 1. Tablet/pad With Keyboard And Folio Case Specs: • Processor: Qualcomm Snapdragon 870 • Storage: 256gb Ufs 3.1 Storage • Ram: 8gb Lpddr5 • Display: 11 Inch Ips Lcd, 144hz Screen Refresh Rate, 550nits Brightness (typ.) • Camera: 13mp Rear Camera; 8mp Front Camera • Audio: Quad (4) Stereo Speakers • Battery: 8840mah (typ.) With 33w Fast Charging Pd3.0, Qc4 • Connectivity: Usb 3.2 Gen 1 Type C • Network: Wifi 6, Bluetooth 5.2 • Operating System: Miui Pad 14, Android 13 • Accessories: Magnetic Back Plate Pogo Pin Connection Keyboard Folio Case (same Brand); 4096-levels Of Pressure 150-hour Long Battery Life 2nd Generation Smart Pen (same Brand); Usb Type C Earphones (same Brand) Unit 5 2. Document Scanner Specs: • Scan Type: Desktop Sheet-fed Scanner • Scanning Element: Contact Imaging Sensor (cis) • Light Source: Led • Scanning Side: Simplex/duplex • Scanning Modes: Black And White, Error Diffusion, Advanced Text Enhancement (i And Ii), 256-level Greyscale, 24-bit Colour • Scanning Features: Folio Scanning, 2d/barcode • Output Resolutions: 150, 200, 300, 400, 600 Dpi • Suggested Daily Volume (sdv): 1,500 Scans/day • Document Size (plain Paper): Width: 50.8mm To 216mm; Length: 53.9mm To 356mm; Up To 3,000mm Long With Long Document Mode) • Business Card: 50.8 X 53.9mm Or Larger (vertical Feeding Only) • Card (iso Standard): 53.9 X 85.5mm (horizontal Feeding Only) • Document Thickness And Weight (plain Paper): 52 To 128 G/m^2 For U-turn Path; 40 To 209 G/m^2 For Straight Path • Document Thickness And Weight (business Card): 300 G/m^2 Or Smaller • Document Thickness And Weight (card): 0.76mm Or Smaller And 1.4mm Or Smaller For Embossment • Automatic Document Feeder (adf) Capacity: 30 Sheets • Connectivity: Usb 2.0 • Software: Isis/twain Drivers, Captureon Touch, Cardiris Unit 2 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Draft Statement Of Work urgent Repair For Philips Digital Diagnost X-ray System 1.0. Scope: the Contractor Shall Provide All Parts, Labor, Tools, Materials, Equipment, Transportation, And Supervision Necessary To Perform Repair Services On The Philips Digital Diagnost Located At The Central Arkansas Veterans Healthcare System (cavhs), In Complete And Strict Accordance With The Contract And All Attachments Thereto. 2.0. Task: 2.1. Contractor Shall Provide All Labor, Parts, Travel, And Trained Personnel To Maintain Proper Working Condition For The Equipment Listed Below: philips Digital Diagnost; Serial Number: 16000265 2.2. Contractor Shall Provide Only Certified Technician(s) Who Are Authorized By The Original Equipment Manufacturer (oem) In The Repair Of The Equipment Listed Within This Contract. 2.3. Contractor Shall Provide Only Original Factory Or Oem Approved Parts And Materials, Provide Labor To Install, Retest, And Calibrate Repairs As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment. 2.4. The Contractor To Warrant That All Supplied Parts Are Free Of Manufacturer Defects For A Period Of No Less Than 12 Months. 2.3. Contractor Shall Obtain The Most Current Legal Editions Of The Original Equipment Manufacturer (oem) Literature Or Approved Copies. 2.4. The Performance Of All Services Shall Meet Or Exceed The Specifications Of The Original Equipment Manufacturer. 2.5. Contractor Shall Comply With Applicable Federal, State, And Local Laws And Regulations. 2.6. Any Additional Services/repairs, Beyond The Scope Of This Contract Will Require Additional Funding And Authorization Prior To Rendering Such Services. 3.0. Replacement/repair Parts: 3.1. The Contractor Shall Have And Maintain An Adequate Inventory Of Repair Parts To Service The Equipment Listed Herein And Satisfactory Sources Of Supply For Such Parts As May Be Needed In The Performance Of This Contract. 3.2. The Contractor Shall Provide Only Original Factory Or Oem Approved Parts As Per Manufacturer S Specifications To Ensure Proper And Safe Operation Of Equipment. 3.3. Contractor Shall Provide For All Replacements Of Worn And/or Defective Parts Necessary To Restore The Equipment To 100% Operational Condition As Specified By The Oem. 4.0. Performance Period: From Receipt Of Award Notice To Proceed 5.0. Place Of Performance: department Of Veterans Affairs central Arkansas Veteran Healthcare System (cavhs) 2200 Fort Roots Drive, North Little Rock, Ar 72114 building 66, X-ray Room #2 6.0. Type Of Contract: Firm Fixed Price 7.0. Government Furnished Property And Materials: The Cor Will Provide The Contractor Access To The Equipment Covered Under The Contract. 8.0. Contractor Furnished Property: 8.1. All Materials, Other Than Those Materials Specified As Government Furnished, Required In The Performance Of This Contract Shall Be Furnished By The Contractor. 8.2. Availability Of Manufacturer S Service Literature Needed In The Performance Of The Contract Will Be Contractor S Responsibility And Will Remain Contractor Owned At The Termination Of The Contract. 8.3. Contractor Shall Notify The Cor Immediately When Parts Required To Accomplish Repair Service Are Not Available From The Original Manufacturer, Authorized Sales Representative, Or Other Repair Parts Supply Outlets. 8.4. The Government Shall Not Be Responsible For Any Damages Or Loss Of Contractor Supplies, Materials, Or Equipment. 8.5. The Government Shall Not Be Responsible For Any Damages Or Loss Of The Contractor S Personal Belongings, Or Those Of The Contractor S Employees, Due To Fire, Theft, Accidents Or Other Causes. 9.0. Hours Of Operation: 9.1. Central Arkansas Veterans Healthcare System (cavhs), Office Hours 8:00 A.m. Thru 4:30 P.m., Cst, Monday Thru Friday (excluding Federal Holidays). These Dates Include: New Year's Day, Martin Luther King's Birthday, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. 9.2. Work Performed Outside The Normal Hours Of Coverage Shall Be Discussed With And Approved By The Cor Prior To Performing. 10.0. Contractor Personnel: 10.1. Contractor Shall Provide Technically Qualified Technicians To Accomplish All Maintenance Services Required By The Contract. Repair Technician Must Have Received Formal Training Presented By The Oem Specific To Make And Model Of Equipment Listed. 10.2. Contractor Shall Designate A Point Of Contact (poc) For The Contract. The Contractor S Poc Shall Be Authorized To Discuss With The Contracting Officer Representative (cor), Any And All Maintenance Services Required By The Contract And Ensure Response To Requests For Performance Of The Contract. The Poc Shall Have The Authority To Make Decision For The Contractor. The Cor Shall Be Notified Immediately Whenever The Poc Changes. 10.3. Contractor Shall Provide Each Employee An Identification Badge Which Shall Be Displayed On Their Outer Garment At All Times When On Duty. The Badge Shall Include, At A Minimum, The Employee S Name, Current Picture, The Contractor S Name, And Title Identification. 11.0. Reporting Requirements: 11.1. Contractor Shall Be Required To Contact Biomedical Engineering, (501) 257-5470, For Check In. This Check-in Is Mandatory. 12.0. Privacy/security: 12.1. Information Systems Officer / Information Protection: The Contractor Will Not Have Access To Va Desktop Computers, Nor Will They Have Access To Online Resources Belonging To The Government While Conducting Services. 12.2. Privacy Officer: The Contractor Will Not Have Access To Patient Health Information (phi) And They Will Not Have The Capability Of Accessing Patient Information During The Services Provided To The Va. 12.3. Records Manager: There Will Not Be Federal Records Created, Maintained, Used Or Disposed Of With This Contract; Regardless Of Format (paper, Electronic, Etc) Or Mode Of Transmission (email, Fax, Ext.).

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: 1.0 Description this Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Department Of Veterans Affairs (va) Strategic Acquisition Center (sac) Is Issuing This Sources Sought Notice In Accordance With The Far 10.002(b)(2) As A Means Of Conducting Market Research To Identify Qualified Sources With The Capability And The Resources To Meet The Veterans Health Administration S (vha) Non-expendable Equipment National Program Requirement For Ultrasound Guided Fusion Biopsy System. the Sac In Conjunction With Vha Is Seeking A Qualified Source To Supply Brand Name Of Philips Healthcare Uronav Mr And Associated Equipment Or Equal On An Agency-wide Basis. Va Intends To Award A Single Requirements Contract With Firm-fixed Price (ffp) Orders Iaw Far 16.503, Requirements Contract To A Supplier Of This Equipment. Vendors Will Be Required To Deliver Ultrasound Guided Fusion Biopsy System To Va Medical Centers And Facilities Nationwide Including Oconus. the Anticipated Period Of Performance Is For One 12-month Base Period With Four 12-month Option Periods From The Date Of Award. However, The Government's Decision As To Whether To Continue With The Contract, Upon Annual Review, Will Be Based Upon Successful Performance During Each Previous Year And Continued Need. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 334510 Electromedical And Electrotherapeutic Apparatus Manufacturing And The Associated Size Standard Is 1,250 Employees. the Far Provision Found At 52.204-7(b)(1) Requires That All Interested Offerors Must Be Registered In Sam Prior To Submitting An Offer Or Quotation. You May Access The Sam Website At Sam.gov | Home. All Offerors Must Be Certified With The Appropriate Naics Code On The Sam Website. All Sdvosb/vosb Offerors Must Be Verified In The Sba Database At: Https://veterans.certify.sba.gov/#search At The Time Of Submission. submissions For This Sources Sought Shall Include The Notice Id In The Email Subject Line And Be Submitted By Email No Later Than The Date And Time Listed In This Announcement To: alex.beck1@va.gov kimberly.lemieux@va.gov this Notice Is For Planning Purposes Only And Does Not Constitute A Commitment On The Part Of The Government To Award A Contract, Nor Does The Government Intend To Pay For Any Information Submitted As A Result Of This Notice. This Sources Sought Notice Is Part Of A Continuous Process For Obtaining The Latest Information On The Commercial Status Of The Industry With Respect To Their Current And Near-term Abilities. The Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For, Or Award, A Competitive Contract. It Is Emphasized That This Is A Notice Solely For Planning And Informational Purposes. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. The Government May Or May Not Issue A Solicitation As A Result Of This Notice. There Is No Solicitation Available At This Time. 2.0 Scope Of Work the Philips Healthcare Uronav Mr Or Equal Is An Image-guided Computer-aided Stereotactic Surgical System Designed To Aid In The Performance Of Minimally Invasive Biopsy Procedures By Combining Medical Imaging, Dedicated Computer Software, And Surgical Instrument Tracking Systems For Guidance. The Systems Provide Surgeons With Real-time, Three-dimensional (3d) Positioning And Orientation Of Surgical Instruments Relative To The Patient S Anatomy On A Video Display During The Biopsy Without The Use Of An Endoscope. Biopsy-image Guided Stereotactic Systems Provide Medical Images That Show The Location Of The Instruments In Real Time During The Biopsy. One Or More Imaging Modalities, Such As Computed Tomography (ct) And/or Magnetic Resonance Imaging (mri), May Be Used In The Procedure. Dedicated Image-guided Stereotactic Systems Intended For Particular Procedures Such As Breast, Bronchi, And Prostate Biopsies Are Available. the Following Contract Line Items Are Being Considered: contract Line Item# brand part Number description 0001 philips 784039_ncsa320 uronav 4 Fusion Biopsy 0002 philips 784039_ncsa431 transperineal Stepper Biopsy 0003 philips 784039_ncsa432 freehand Transperineal Biopsy 0004 philips 784039_ncsa425 uronav 4 System Upgrade In-center 0005 philips 784039_ncsa426 uronav 4 System Upgrade 0006 philips 784039_ncsa427 uronav 4 Sw Upgrade In-center 0007 philips 784039_ncsa428 uronav 4 Sw Upgrade 0008 philips 784039_fcs0011 pole Cart 0009 philips 784040_ncsa433 uronav 4 Add Options: Trial License 0010 philips 784040_ncsa431 uronav 4 Add Options: Transperineal Stepper Biopsy 0011 philips 784040_ncsa432 uronav 4 Add Options: Freehand Transperineal Biopsy 0012 philips 784040_ncsa377 uronav 4 Add Options: Stepper Floor Stand 0013 philips 784040_ncsa378 uronav 4 Add Options: Stepper Rail Support 0014 philips 784040_ncsa380 stepper, Hitachi C41l47rp 0015 philips 784040_ncsa379 stepper, Bk 8848/e14cl4b 0016 philips 784040_fcs0011 pole Cart 0017 philips 78053-ncsa025 uronav Starter Sets: Str Set, Ge, E8c/e8cs/ic5-9-d 0018 philips 78054-ncsa026 uronav Starter Sets: Str Set, Phc, C9-5ec 0019 philips 78054-ncsa027 uronav Starter Sets: Str Set, Phc, C10-4ec 0020 philips 78054-ncsa039 uronav Starter Sets: Str Set, Bk, 8808e/8818/e14c4t 0021 philips 78054-ncsa040 uronav Starter Sets: Str Set, Bk, 8819/e10c4 0022 philips 78054-ncsa041 uronav Starter Sets: Str Set, Sms, Ec9-4 0023 philips 78054-ncsa042 uronav Starter Sets: Str Set, Sms, Mc9-4 0024 philips 78054-ncsa043 uronav Starter Sets: Str Set, Bk, 8848/e14cl4b 0025 philips 78054-ncsa050 uronav Starter Sets: Str Set, Hitachi, C41v 0026 philips 78054-ncsa052 uronav Starter Sets: Str Set, Hitachi, C41l47rp 0027 philips 78054-ncsa434 uronav Starter Sets: Str Set, Transperineal 0028 philips 784014-fcs0140 uronav Consumable Parts: Sensor, Universal (3) 0029 philips 784014-fcs0054 uronav Consumable Parts: Clip, Ge E8c/e8cs/ic5-9-d (25) 0030 philips 784014-fcs0105 uronav Consumable Parts: Clip, Phc, C9-5ec (25) 0031 philips 784014-fcs0135 uronav Consumable Parts: Clip, Bk, 8808e/8818/e14c4t (25) 0032 philips 784014-fcs0136 uronav Consumable Parts: Clip, Bk, 8819/e10c4 (25) 0033 philips 784014-fcs0137 uronav Consumable Parts: Clip, Bk, 8848/e14cl4b (25) 0034 philips 784014-fcs0164 uronav Consumable Parts: Clip, Siemens, Ec9-4 (25) 0035 philips 784014-fcs0165 uronav Consumable Parts: Clip, Siemens, Mc9-4 (25) 0036 philips 784014-fcs0146 uronav Consumable Parts: Clip, Hitachi, C41v (25) 0037 philips 784014-fcs0147 uronav Consumable Parts: Clip, Hitachi, C41l47rp (25) 0038 philips 784043-ncsa397 uronav Dynacad 5 Prostate 0039 philips 784043-ncsa398 uronav Dynacad 5 Breast & Prostate 0040 philips 784045-ncsa415 uronav Dynacad 5 Add Prostate To Breast (if Already Own Breast) 0041 philips 784044-ncsa422 uronav Dynacad 5 For Urology 0042 philips 784043-ncsa410 uronav Dcad 5 Prostate Upgr - In Cntr 0043 philips 784043-ncsa411 uronav Dcad 5 B&p Upgr - In Cntr 0044 philips 784043-ncsa413 uronav Dynacad 5 Prostate Upgr 0045 philips 784043-ncsa414 uronav Dynacad 5 B& P Upgr 0046 philips 784043-fcs0367 uronav Dcad 5 Addnl Concurrent User 0047 philips 784043-fcs0369 uronav Dynacad 5 Addn'l Prostate Conn 0048 philips 784044-fcs0370 uronav Dcad 5 Addnl Urology User 0049 philips 784046-ncsa423 uronav Dynacad 5 Test License, Rad 0050 philips 784048-fcs0366 rack Server Hw 0051 philips 784048-fcs0365 dynacad Tower Server Hardware 0052 philips 890432 invivo Solutions Service - Gold - Covering Part# 784039-ncsa421 (1 Year) - Parts And Factory Repair Labor Cost For Defective Systems - Transport Cost For Receiving Systems Back After Repair (one Leg Of Freight Cost) - Next Day Delivery For Smart Set Of Field Replaceable Parts, Including Related Transport Cost - Immediate Access To Remote Applications & Tech Support (standard Office Hours) - On-site Technical Support (time, Material And Travel Cost) - 1 Time Period Of 2 Days Per Year On-site Application Training (not Valid For Sensavue) - System Tune-up Service Up To 2 Times / Year, On Customer Request - Free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages - 25% Discount On Upgrades For Dms Software With New Feature Packages 0053 philips 890434 invivo Solutions Service - Silver - Covering Part# 784039-ncsa431 (1 Year) - Parts And Factory Repair Labor Cost For Defective Systems - Transport Cost For Receiving Systems Back After Repair (one Leg Of Freight Cost) - Next Day Delivery For Smart Set Of Field Replaceable Parts, Including Related Transport Cost - Immediate Access To Remote Applications & Tech Support (standard Office Hours) - 1 Time Period Of 1 Day Per Year On-site Application Training (not Valid For Sensavue) - Free Updates For Dms Software, Which Includes Enhancement Of Existing Feature Packages 0054 philips 890434 invivo Solutions Service - Silver - Covering Part# 784039-ncsa432 (1 Year) - Parts And Factory Repair Labor Cost For Defective Systems - Transport Cost For Receiving Systems Back After Repair (one Leg Of Freight Cost) - Next Day Delivery For Smart Set Of Field Replaceable Parts, Including Related Transport Cost - Immediate Access To Remote Applications & Tech Support (standard Office Hours) - 1 Time Period Of 1 Day Per Year On-site Application Training (not Valid For Sensavue) - Free Updates For Dms Software, Which Includes Enhancement Of Existing Feature Packages 0055 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa396 contract Type: Low (1-4 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0056 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa396 contract Type: Medium (5-10 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0057 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa396 contract Type: High (11-25 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0058 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa397 contract Type: Low (1-4 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0059 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa397 contract Type: Medium (5-10 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0060 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa397 contract Type: High (11-25 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0061 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa398 contract Type: Low (1-4 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0062 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa398 contract Type: Medium (5-10 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. 0063 philips 890436 invivo Solutions Service - Custom - Covering Part# 784039-ncsa398 contract Type: High (11-25 Scanner Connections) - Immediate Access (7am To 7pm Central)to Remote Clinical And Technical Support - 1 Time Period Of 2 Consecutive Days, Per Year On-site Application Training (not Valid For Sensavue) - System Sw Tune-up Service Up To 2 Times / Year, On Customer Request. -free Updates For Dms Software, Which Comprises Enhancement Of Existing Feature Packages. -software Upgrades Availiable For Commercial Purchase Or Via Fco If Warranted For Bug Fixes. -25% Discount On Upgrades For Dms Software With New Feature Packages. -software Re-installation Fee Coverage. the Department Of Veterans Affairs (va) Is Seeking Vendors Who Can Provide Philips Healthcare Ultrasound Guided Fusion Biopsy System As Listed Above Or Equal Commodities Which Meet All The Following Salient Characteristics. clin S 0001-0003, 0038-0041 Apply To The Following Sc S sc # salient Characteristics method Of Evaluation sc 1 image Guided Fusion Biopsy System With Real-time Imaging Interface literature Review sc 2 capability To Use Three Different Approaches For Prostate Biopsy: Transrectal, Freehand Transperineal And Stabilized Transperineal literature Review sc 3 ability To Fuse Pre-biopsy Mr Images Of The Prostate With Live Ultrasound Images literature Review sc 4 software Package And Interface To Allow For Collaboration With Radiology For A Streamlined Workflow To Store, Review And Manage Data. literature Review sc 5 fda 510(k) Approved literature Review for Each Product (brand Name And Part Number), The Response Must Include Descriptive Literature Demonstrating The Product Meets Or Exceeds The Salient Characteristics (sc) Specified Above. the Government's Intent Is To Include All Ancillary Items To Ensure The Equipment Can Function As Designed By The Oem And As Clinically Required. Vendors Are Encouraged To Provide Any Product Solution Or Configuration So Long As They Meet The Salient Characteristics. Additionally, Responses Can Include Any Additional Product That May Be Beneficial. These Items Must Be Clearly Identified By Brand Name And Part Number. responses To This Sources Sought Notice Shall Include The Following: does Vendor Offer An Annual Service Plan, Yes Or No? if Yes: what Does The Plan Cover? does Plan Cover Software Updates Only? does The Plan Cover Parts Repair Or Replacement Only? does The Plan Cover Both Software And Parts? vendor Is Requested To Provide Documentation That Shows Information On Their Service Plan. is The Service Provided By The Oem Or A Subcontractor? full Name And Address Of Company duns Number/ Cage Code/ Sam Uie business Size manufacturer Or Distributor if Distributor Provide Full Name, Business Size And Address Of Manufacturer. country Of Origin Designation For All Products ability To Provide Uninterrupted Supply Of Products On A National Scale technical Literature That Clearly Shows Product(s) Meet The Identified Salient Characteristics And Page Numbers Where Each Salient Characteristic Is Met any Additional Product Solution Or Configuration That Would Be Beneficial To The Clinical Functionality Of The Product Line Identified. although Not Required, Vendors Responding To This Sources Sought May Also Submit A Capabilities Statement.

National Farming Promotion Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Poland
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: The subject of the Order is the replacement of the SCADA environment in the Rybnik Niewiadom Heating Plant. The scope of the Order includes design works, deliveries, object-oriented and programming works. The purpose of the task is to replace the existing computer workstation with the Siemens Wincc V 7.0 system, which is not supported by the manufacturer, and to separate new segments of the OT network in order to meet the requirements of the Iec 62443 standard. Parameters, Event Recording and Alarms with Remote Access to Data and Visualization via Mes. The detailed scope of the Works and the technical conditions for their execution are specified in the attached Contract Template (Appendix 4) and the Description of the Subject of the Order (Appendix 1).

Government Of New Brunswick Tender

Energy, Oil and Gas
Canada
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: No Totals Required. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Dnred Seeks The Development Of A Plan To Phase Out Heating Oil In New Brunswick. See Attached Rfp. 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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: This Is Not A Solicitation Announcement. This Is A Request For Information Only. This Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Since This Is Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To Respondents. No Solicitation Exits. Therefore, Do No Request A Copy Of A Solicitation. this Is Not A Solicitation Announcement. This Is A Request For Information Only. This Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Since This Is Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To Respondents. No Solicitation Exists. Therefore, Do No Request A Copy Of A Solicitation. the Department Of Veterans Affairs Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified/verified Businesses Capable Of Meeting Requirement And Salient Characteristics Below To Provide The Wilkes-barre Va Medical Center With Five (5) Pacs Dicom Image Importing/burning Systems. statement Of Need wilkes-barre Va Medical Center x-ray Media Burners/importer background: The Wilkes Barre Medical Center Needs Replacement Hardware For Outdated Picture Archiving And Communication System (pacs) Burners And Importing Software Utilized For X-ray Images. Current Software Is No Longer Supported Which Is Critical When Veterans Need Their Media Imported For Appointments And Media Is Requested For Legal Or Medical Purposes. Current Hardware And Software Is Unreliable And Is Constantly Down. We Do Not Have The Hardware Or Software To Support It In The Case Of A Complete Malfunction. software Is Utilized For Importing Veterans X-ray Images Into Pacs From Outside Provider To Minimize X-ray Exposure. System Is Also Utilized To Export Images To Cd/dvd For Legal Or Veterans To Take Their X-ray Images To Outside Providers. Hardware Included With Software Is Utilized To Burn/label Cd/dvd And Scanners Are Utilized To Digitize And Import We Films Into Pacs. System Must Be Able To Index, And Merge Imported Media With Existing Patient Records On Pacs. requirement: Request Is For Replacement Of Five (5) Pacs Media Importing System And Hardware, Three (3) Dicom Digitizing/paper Scanning Software Licenses And Onsite Training For Three (3) Technicians On Utilization Of Software And Hardware At The Time Of Installation. salient Characteristics: three (3) Digitizing/document Scanning Licenses. paper Report Scanner With Multiple Page Scan paper Scanner Must Have Both Color And Gray Scale Scanning. digitizing Application Must Be Compatible With Vidar Digitizers. software Should Support Dicom, Pdf, Tiff, Jpeg, Gif And All Other Formats. five (5) Pacs Dicom Image Importing/burning Systems software Must Be Able To Import Dicom Images From All X-ray Modalities From Cd, File Or Usb Drive. import X-ray Media With Encryptions. export Media With Multiple Security Lever (encrypt, Anonymous, Or Standard) show History Burnt And Imported Media. support Multi Import To Pacs Destinations At Once. must Have Interactive Web Control For Import, Burn, And Scan Documents. software Must Be Able To Run On A Enterprise Servers For Simultaneous Users Utilization From Hospital Owned Pc. allow Use Of Third-party Hardware Such Scanners And Dvd. must Be Able To Support Separate Accounts For Different User Authentication. one Year Warranty at Least One-year Warranty media Burner With Dual Stack Autoloader must Be Able To Create Custom Media Labels Based On Needs media Burner Must Utilize Muti Color Cartridges To Ensure Label Reflect The Needed Color To Distinguish Disk burner Must Have Self-cleaning Capability Of Print Heads burner Must Have Built In Disk Completion Tray burner Must Have Window To See Burner Internal Status buner Must Have Two Media Burners To Allow Multi Burning. dvd/cdr Starter Pack starter Muti Pack Ink Cartridges 200 Paper Cdr/dvr Holders. one-year Warranty With One For One Exchange pc Requirements operating System windows 10 Pro (includes Windows 11 Pro License) English, French, Spanish processor 12th Generation Intel Core I5-12500 (6 Cores/18mb/12t/3.0ghz To 4.6ghz/65w) Or Equivalent - Ram 16gb (1x16gb) Ddr4 Non Ecc Memory Or Equivalent - M.2 2230 512gb Pcie Nvme Class 35 Solid State Drive Or Equivalent - 8x Dvd-rom 9.5mm Slimline Optical Disk Drive Or Equivalent - Graphics Integrated - Wired Keyboard - Wired Mouse - Ports - Usb 3.1 - 5 (1 Front, 4 Rear) - Usb 3.1 Type-c Port - External Usb 2.0 - 4 (2 Front, 2 Rear) - Internal Usb 2.0 1 - Rj-45 1 - Serial Port 1 - Display Port 1.2 2 - Universal Audio Jack - 1 - Line-out - 1 - 19 In Led Monitor (within 2 Inches Lesser Or Greater Than 19 Inches) on-site Installation And Training company Must Be Able To Install/setup Systems To Properly Import And Export X-ray Images From Pacs. vendor To Provide Three (3) Technicians Onsite Training On Utilization Of Software And Hardware At The Time Of Installation. To Be Coordinated With Station Pacs Administrator Poc. delivery: all Items Must Be Fob Destination To The Following Location: 1111 East End Blvd Wilkes Barre Pa, 18711 radiology Department attn: Amy Klush/michael Wyand monday Friday From 8:00am 4:00pm special Instructions: software And Hardware Should Be Able To Import, Burn And Export Images From Pacs In Dicom Format. Burners Should Be Able To Label Requested Media With Va Approved Image (image Will Be Provided By Va) All Installation Must Be Approved By Wilkes Barre Biomed Department And Or It Department. _____________________________________________________________________ responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Uei Number, Cage Code, Size Of Business Pursuant To North American Industry Classification Code (naics) 334112 Computer Storage Device Manufacturing, The Small Business Size Standard For This Naics Code Is 1,250 Employees. please Answer The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Businessâ in Accordance With The Naics Code 334112, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb),â hubzone, Woman Owned Small Business (wosb), Large Business, Etc.) (2)â is All The Required Equipment Available On A Federal Supply Schedule Or Government Wideâ acquisition Contract?â  If So, Please Include The Schedule Number.â  (3) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?â  if Not,â provide Additional Information Shown Below.â  This Is To Confirm Compliance With The Non-manufacturer Rule Iaw 13 Cfr 121.406(b) Nonmanufacturers.â  Doesâ your Companyâ exceed 500 Employeesâ  Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied;â â â  Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice;â â  Provide The Items Of A Small Business (4) If Your Company Is Aâ large Business, Do You Have Anyâ authorized Small Businessâ distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).â  (5) If Your Company Isâ a Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?â  (6) Is The Item You Are Supplying Made Or Manufactured In America? This Is To Ensure Compliance With Far 52.225-1 Buy American-supplies. (7) If You Intend Toâ subcontractâ any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Sub Contracted Work And Completion Of Job.â  (8) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.â  (9) Please Submit Your Capabilitiesâ in Regard Toâ the Salient Characteristics Detailed Above And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?â  (10) Please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a.â  (11) Please Provide Your Uei Number.â  *** Submissions Addressing Number (10) Should Show Clear, Compelling And Convincing*** Evidence That All Equal To Items" Meet All The Salient Characteristics.â  thisâ rfiâ will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. responses Must Be Receivedâ via Email To Contract Specialist Olivia Osborne At Olivia.osborne@va.gov No Later Than 4:00 Pm Eastern Standard Time On January 15, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only.â â do Not Contact Va Medical Center Staffâ regardingâ this Requirement, As They Are Not Authorized To Discussâ this Matterâ related To This Procurement Action. all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal,â therefore Will Not Be Considered For A Contract Award.â â  â  if A Solicitation Is Issued, Information Will Be Posted On Sam.gov Web Site For All Qualified Interested Partiesâ at A Later Dateâ and Interested Parties Must Respond To The Solicitation To Be Considered For Award.â â this Notice Does Not Commit The Government To Contract For Anyâ supplies Orâ services.â â the Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information.â â information Will Only Be Accepted In Writing Via Email. disclaimerâ â  this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly.â â responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.â â responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.â 

National Fisheries Research & Development Institute Tender

Laboratory Equipment and Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 20.5 Million (USD 349.5 K)
Details: Description Supply And Delivery Of Atomic Absoption Spectrophotometer (aas) And Total Organic Carbon/ Particulate Organic Carbon Analyzer (toc/poc) Atomic Absorption Spectrophotometer (aas) With Complete Accessories Aas Main Unit Optics Wavelength Range: At Least 185 - 900nm Monochromator: Aberation-corrected Czerny-turner Mounting Or Equivalent Number Of Grating Grooves: At Least 1800 Lines/mm Focal Length: At Least 300 Mm Grating Area: At Least 40 X 40 Mm Bandwidth: 0.2, 0.7, 1.3, 2.0l Nm (4-step Automatic Switching) Or Better Detector: Photomultiplier Tube Optics: Double Beam Background Correction: Self-reversal And Dueterium Or Equivalent Number Of Hollow Cathode Lamps: 6-lamp Turrent Or Better, And Capable Of 2 Lamps Simultaneously Lit (1 For Measurement And 1 For Warming Up For Next Measurement) Graphite Furnace Analyzer Heating Temperature Range: Ambient To At Least 3,000oc Setting Heating Condition: Maximum 20 Stages Heating Mode: Ramp Or Step Inner Gas Type: Dual Automatic Switching Type Or Equivalent Inner Gas Flow Rate: At Least 0 To 1.5 L/min With Cooling Water Flow Rate Monitor With Gas Pressure Monitor With Overcurrent Protection Unit With Furnace Block Cooling Check Flame Type: Air-cooled Premix Type Or Equivalent Burner Head: Titanium 10 Cm Slot Or Equivalent Nebulizer: Pt-ir Capillary, Ptfe Orifice, Ceramic Impact (capable Of Handling Hydrofluoric Acid) Or Equivalent Chamber: Engineering Plastic Or Equivalent Burner Atomizer: Manual Adjustment For Lateral Or Vertical, Automatic Position For Burner Height Angle Adjusment: Adjustable Burner Angle From 0 To 90o Type: Air-acetylene Flame And Nitrous Oxide-acetylene Flame Flow Rate Control: Automatic Fuel Gas Flow Rate Setting Of (0.1l/min Step) And Automatic Search Of Optimum Gas Flow Rate With Automatic Fuel Gas Leak Detector With Prevention Of Wrong Burner Head Use With Drain Tank Level Monitor With Flame Monitor With Gas Pressure Monitor With Automatic Flame Extinction Upon Power Outrage Or Sudden Power Interruption With Automatic Flame Extinction Via Vibration Sensor With Internal Fan Stop Sensor Autosampler Function: Capable To Perform Zero-point Calibration, Auto Diagnosis, Auto Rinse, Auto Mixing, And Random Access Compatibility: Flame And Furnace Measurement Sample Vial: At Least 2 Ml Reagent Vial: At Least 20 Ml Nozzle Rinse: Solvent Rinse Discharge Method Sampling Function: Dilution Function, Reagent Addition Function Syringe: At Least 250 Microliter Injection Volume: At Least 2 To 90 Microliter Repeatability: 1% Rsd For 20 Microliter Position: Minimum Of 8 Positions For Reagent And 60 Positions For Sample Software Can Perform Extrapolation Of Calibration Curve Range. If The Sample Concentration Exceeds The Calibration Curve, Additional Measurements Can Be Performed On Standard Solutions To Re-calculate The Concentration Real-time Drying And Ashing Progress Display During Furnace Measurement Capable To Set-up Sample Dilution And Spike-and-recovery Test With Overlay Function For Size And Shape Comparison Of Peak Profiles Training On The Use, Care And Maintenance Of The Equipment Other Accessories A. Complete Pc System Specification: Processor: Core I7-12700 (2.1ghz) Memory: 8gb Ddr4 3200 Storage: 1tb+256gb Ssd Display: 23.8" Ka242y (f02aka242y) Operating System: Win 11 Graphics Card: Gt1030 2gb Software: Office H&s Connectivity: Wifi/ Bt With Wireless Keyboard And Mouse B. Printer Specification: Resolution: At Least 720 X 720 Dpi Print Speed: Up To 9.0 Ipm For Black And 4.8 Ipm For Color Paper Feed Method: Friction Feed Number Of Paper Trays: 1 Paper Hold Capacity: Up To 50 Sheets Of Plain Paper (75gsm) Paper Size: A4, Letter, And Legal Interface: 2.0 Usb With 1 Set Of Refill (black, Cyan, Magenta, And Yellow Ink Bottle) C. One Set Of Standards (500 Ml) Mercury, Copper, Lead, Manganese, Cadmium, And Arsenic D. Hollow Cathode Lamp Mercury, Copper, Lead, Manganese, Cadmium, And Arsenic E. Regulator Acetylene And Argon F. Gas Cylinder, Uhp 1 Cylinder Acetylene Gas 3 Cylinders Argon Gas G. Water Circulator Circulation Method: Closed Loop Circulation Temperature Setting Range: At Least -20 To 30oc Temperature Control Accuracy: ± 2oc Or Better Pump Max Flow: 12 - 14 L/min Temperature Control: Refrigerator On-off Control Temperature Display: Digital Display Coolant: R407c Or Equivalent Cooling Capacity: At Least 1200w At Liquid Temperature 10oc H. Air Compressor During Flame Analysis Note: Warranty: Five (5) Year On Parts, Calibration, Service, Andpreventive Maintenance Service With Pm Kits Place Of Delivery - Nfrdi Quezon City Delivery Period: 30 To 45 Days Upon Receipt Of Ntp "total Organic Carbon / Particulate Organic Carbon System" Measurement Method: 680°c Combustion Catalytic Oxidation – Non Dispersive Infrared Detection (ndir) Method Operation Method: Pc Controlled Toc "measured Items: Tc, Ic, Toc (=tc-ic), Npoc (non-purgeable Organic Carbon, Toc Measurement Via Acidification And Sparging)" Applicable Samples: Aqueous Sample (optional Solid/gas Samples) Measurement Range: Tc: 0 To 30,000 Mg/l; Ic: 0 To 35,000 Mg/l (option); Tn: 0 To 10,000 Mg/l; Poc: 0 To 500 Mg/l Detection Limit: Tc, Ic: 4 Μg/l, Tn: 5 Μg/l Reproducibility: Tc, Ic, Npoc: Cv 1.5 % Max. Or ±4 Μg/l Max Measuring Time: Tc : Approx. 3 Mins; Ic : Approx. 3 Mins Sample Injection: Automatic Injection Using A Syringe Pump And Slide Type Injection Mechanism Sample Injection Volume: 10 To 2,000 Μl Variable Ic Removal: Automatic Addition Of Acid And Sparging Sample Dilution: Dilution Rate Of 2x To 50x (automatic Sample Dilution By Syringe Pump); Dilution Accuracy: ±2 % Max. (2x To 20x); ±5 % Max. (21x To 50x) "display And Operations: Operation By Color Lcd Screen And Keyboard" "carrier Gas: High-purity Air (co, Co2, Hc Content: Each 1 Ppm Max., Dew Point: -50 °c Max.); Supply Pressure: 200±10 Kpa (additional Use Of Optional Carrier Gas Regulator: 300 To 600 Kpa)" Gas Consumption: 150 Ml/min (230 To 250 Ml/min During Sparging) (variable Flow Rate) Power Supply: 100 To 240 V Ac, 600 Va Ambient Temp Range: 5 To 35°c Dimensions: W340 X D660 X H480 Mm Weight: Approx. 35 Kg "asi-l Autosampler: 24 Ml Vials, Capacity: 24 Ml X 93 Samples Can Be Added During Continuous Measurement. Includes: 100 Pcs Of 24ml Vials With Cap And Septum, 2sets Magnetic Stirrer With Stir Bars" Inclusive Of: "complete Standard Accessories/ Consumables (as Spare): Halogen Scrubber Carbon Dioxide Absorber Combustion Tube Standard Catalyst Quartz Wool (1g)" Toc-l Software "complete Computer Set (dell Desktop) Intel Core I5, Windows 10 Pro, 16gb Ram, 1tb Hdd + 256gb Ssd" Printer (epson Or Hp Continuous Colored Ink Printer) Microsoft Office With License Complete Gas Line Installation For Air (with Regulator, On/off Valve) Avr, 3 Kva 1 Tank Of Synthetic Air (for Initial Use) Suspended Sample Kit For Toc And Autosampler, 2 Pcs. Each High-salt Sample Combustion Kit High Suspension Kit Standard, Potassium Hydrogen Phthalate (khp) "solid Sample Combustion Unit Capable Of Toc And Poc Measurements In Solid Samples Tc Oxidation Method: Combustion Catalytic Oxidation (tc Furnace Temperature: 900 °c) Maximum Sample Amount: 1 G Carrier Gas: 99.9 % O2 At 500 Ml/min Features: Measurement Of Maximum 1 G Samples With Up To30 Mg Carbon Content Reduces Weighing Errors, And Errors Due To Uneven Distribution Of The Sample Carbon Content. Measurement Of Inorganic Carbon (carbonate) In Solid Samples. Measurement Of Aqueous Samples Containing Large Quantities Of Suspended Substances. " "tnm-l Tn (total Nitrogen) Unit Measurement Method: Chemiluminescence Measured Items: Tn (total Nitrogen) Measurement Range: 0 To 10,000 Mg/l Detection Limit: 5μg/l (cph, Csn) Reproducibility: Cv 3 % Max. Measuring Time: Approx 4 Min" Synthetic Air Generator (as Alternative From Using Synthetic Air Tank) "warranty: One (1) Year On Parts Five (5) Years Preventive Maintenance Service And Pm Kit (once A Year For 5 Years)" "training: 1. Includes On-site Training On Basic Instrument Principles, Operation, Maintenance, And Troubleshooting By Chemist/engineers Of The Company 2. Includes Follow-up Trainings And Assistance On The Operation. 3. Training On Toc Principles, Operation, Maintenance And Troubleshooting For Two (2) Pax." Note: Warranty: Five (5) Year On Parts, Calibration, Service, Andpreventive Maintenance Service With Pm Kits Place Of Delivery - Ffrdc, Butong, Taal, Batangas Delivery Period: 45 Days Upon Receipt Of Ntp
8301-8310 of 8413 archived Tenders