Drone Tenders

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Amend 3: this Amendment Implements The Class Deviation 2025-o0003 In Accordance With Executive Orders 14173 And 14168 As Follows: remove The Following Provisions And Clauses: 52.222-21, 52.222-26, 52.204-8, And 52.224-6 add The Following Provisions And Clauses: 52.204-8 (deviation 2025-o0003) And 52.224-6(deviation 2025-o0003) all Other Proposed Terms And Conditions Remain Unchanged amend 2: proposal Response Date Has Been Extended To 26 March 2025 Due No Later Than 4:00pm Mdt. rocket Assisted Take Off (rato) Motor And Initiator amend 1: this Amendment Is To Post Q&as Regarding This Requirement For Dissemination To All Interested Parties. See Attached Document Titled "q&a Responses 18 Feb 2025" requirements: in Order To Be Considered For Contract Award, The Contractor Must Be Both Qualified Per The Attached Jqr Requirements As Well As Flight Certified (have An Air Worthiness Certificate) By Time Of Contract Award. Any Proposal Provided By A Contractor That Is Not Qualified Or Flight Certified By Time Of Contract Award, Will Not Be Considered For Contract Award. The Prime Contractor Must Be The Qualified And Flight Certified Source. notice To Foreign Owned Firms: prospective Offerors Are Advised That Foreign Participation Is Permitted At The Prime Contractor Level. Foreign Owned Firms Are Advised To Contact The Contracting Officer Before Submitting Any Proposal Information To Determine Whether There Are Restrictions On Receiving An Award attachments 12, 13 And 17 Are Controlled Information That Can Only Be Released To Dod Contraractors Or Usg Personel. Please Request Copies Of These Documents From The Pco Listed Below. Once Confirmed That The Documents Can Be Released To The Requesting Contractor, The Pco Will Provide Copies. description this Acquisition Is To Establish A Five (5) - Year Indefinite Delivery - Indefinite Quantity (idiq) Firm-fixed Price (ffp) Contract. This Idiq Will Consist Of Five (5) One Year Ordering Periods. Ordering Period 1 Will Begin On The Date Of Contract Award And Run For 365 Days. Each Ordering Period Will Run Consecutivly In Order And Start The Day After The Prior Ordering Period Ends. the United States Government (usg) Intends To Procure Rocket Assisted Take-off (rato) Rocket Motors And Initiators. These Rockets Are Used To Launch A Remotely Piloted Target Drone Called The Bqm-167 Aerial Target Drone. the Usg Reserves The Right To Not Issue A Contract Award In Response To This Solicitation. Any Government Obligation Under This Contract Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. Interested Parties With Any Questions May Reach Out To The Primary Contracting Officer (pco) As Listed Below. the Jqr Documents Describing The Required Process Needed To Become Qualified (as A Requirement To Be Considered A Technically Acceptable Source Award) Are Listed In The Attachments Below (attachments 15 And 16). estimated Contract Award Date Is July 30, 2025.
Closing Date26 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Amend 4: this Amendment Is To Make Publicly Known The Following Information For Industry Consideration. Due To Mission Criticality Of The Requirement Schedule It Is The Governments Intent To Include The Following Requirement(s) Necessary To Be Considered As A Capable And Qualified Source For Contract Award. 1. Contractors Are Required To Be Qualified Per The Jqr Requirements (attached) By The Time Of Award. If A Contractor Is Not Qualified By The Time Of Award, They Will Not Be Considered. The Current Estimated Schedule To Become Qualified Is 180-365 Days. 2. Contractors Are Required To Be Flight Certified (have An Air Worthiness Certification) For Their Proposed Design By The Time Of Contract Award. The Current Estimated Schedule For Air Worthiness Certification Is 2-4 Years. any Questions Or Comments May Be Directed To The Listed Poc: Jesse.whinham@us.af.mil amend 3: updated The Jqr Qualification Process Qanda Supplemnt To Add Questions 7-11. These Are In Regards To The Jqr Requirements. amend 2: updated The Jqr Qualification Process Qanda Supplement To Add Questions 4-6. These Are In Regards To The Jqr Qualification And What Constitutes A Similar Item. Please Note That The Performance Specifications Referenced Are Protected Under Distribution D And Is Only Authorized To Be Distributed To The Department Of Defence (dod) And Dod Contractors Only. All Interested Parties Will Need To Request A Copy From The Point Of Contact Listed To Ensure There Are No Restictions Against Them. prospective Offerors Are Advised That Foreign Participation Is Permitted At The Prim Contractor Level. Foreign Owned Firms Are Advised To Contact The Contracting Officer Before Submitting Any Proposal Information To Determine Whether There Are Restrictions On Receiving An Award Or The Performance Specification Documents. amend 1: this Synopsis Has Been Extended Through 17 January 2025. Additional Information Regarding The Jqr Qualification Process Has Been Provided. See Attached Documents: jqr Qualification Process Q&a Supplement.pdf contractor Feedback And Government Response (002).docx di-ndti-81307a di-ndti-80809b if There Are Still Additional Questions Regarding The Jqr Process, Please Reach Out To The Pco Listed In The Contact Section Of This Synopsis. this Is The Official Synopsis For Rato Solicitation: Fa821325rb005 all Responsible Sources May Submit A Proposal Which Shall Be Considered By The Agency. this Acquisition Is To Establish A Five (5) – Year Indefinite Delivery – Indefinite Quantity (idiq) Firm-fixed Price (ffp) Contract. This Idiq Will Consist Of Five (5) – One Year Ordering Periods. The United States Government (usg) Intends To Procure Rocket Assisted Take-off (rato) Rocket Motors And Initiators. These Rockets Are Used To Launch A Remotely Piloted Target Drone Called The Bqm-167 Aerial Target Drone. the Usg Reserves The Right To Not Issue A Solicitation In Response To This Synopsis. Interested Parties With Questions May Reach Out To The Primary Contracting Officer As Listed Below. the Jqr Documents Describing The Required Process Needed To Become Qualified (as A Requirement To Be Considered A Technically Acceptable Source For Award) Are Listed In The Attachments Below.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

MUNICIPALITY OF ANILAO Tender

Others
Philippines
Details: Description 1.) 1 - Lot - Documentation (photo, Video With Aerial & Reels For 2 Days Program January 9, 2025 Opening Salvo-photo, Video Highlights, Video With Aerial, Fb Reels, Same Day Edit (sde) (same Day Edit For The Whole Activity) 2-videographers, 2-photographers, 1-sde Editor, 1-photo Editor,1-personal Assistant, 1-aerial Technician January 25, 2025 Kasadyahan Sa Kabanwahanan Competition-promotional Teaser, Photo (full Coverage), Video (full Coverage) With Highlights, Video With Aerial, 3 Reels For The Event, Same Day Edit (sde) 2-videographers, 2-photographers, 1-sde Editor, 1-photo Editor 1-personal Assistant, 1-aerial Technician **must Be Able To Cover And Produce High Resolution Of Photos And Videos With Drone Shots Per Day Of The Program Subject To Approval; ** Must Be Able To Produce: >> Minimum Of Three (3) Minutes Avps/videos Of The 2-day Event >> At Least 1.5 Minutes Of Same-day Video Edit Subject For Approval By The End-user; >> 1-minute Video Reels (3 Sets) For Approval By The End-user **must Submit All Photos And Videos Thru A Hard Drive And A Google Drive **all Outputs Of Photo And Video Coverage Should Be All Original Clips And Photos And Must Be In The Property Of The Municipality Of Anilao, Iloilo After The Approval Of The Said Output.
Closing Date7 Jan 2025
Tender AmountPHP 98 K (USD 1.7 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: 1. This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6 In Conjunction With Far Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. 1.a. Project Title: Aerial Mapping Subscription 1.b. Description: Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide User Licenses, Virtual Drone Mapping Platform That Will Both Enable And Enhance Project Monitoring, Construction Field Inspections, Infrastructure Health Assessments, Plant And Tree Health, Digital Mapping, And Safety Related Activities Across Vagla S Campus. 1.c. Project Location: Va Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request For Quotes (rfq) - 36c26225q0647. 1.e. Set Aside: This Solicitation Is Issued As An Sdvosb Set Aside. 1.f. Applicable Naics Code: 541370, Surveying And Mapping (except Geophysical) Services. 1.g. Small Business Size Standard: $19 Million 1.h. Type Of Contract: Firm Fixed Price 1.i. Period Of Performance: Base Year Plus 4 Options 1.j. Wage Determination Applicable To This Project: Sca Wd 2015-5613 Revision 28 1.l. Request For Information (rfi) Should Be Submitted Via Email No Later Than 2pm Pst Friday, April 4th, 2025, To Ositadima.ndubizu@va.gov 2. Statement Of Work 2.1. Objective. Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide User Licenses, Virtual Drone Mapping Platform That Will Both Enable And Enhance Project Monitoring, Construction Field Inspections, Infrastructure Health Assessments, Plant And Tree Health, Digital Mapping, And Safety Related Activities Across Vagla S Campus. 2.2. Background. The Veterans Affairs Greater Los Angeles Healthcare System (vagla) Spans A Sprawling 420-acre Campus, Presenting Unique Challenges In Project Monitoring, Construction Field Inspections, Infrastructure Health Assessments, Plant And Tree Health Management, Digital Mapping, And Safety-related Activities. To Address These Demands Efficiently And Effectively, A Virtual Drone Mapping Platform Offers A Transformative Solution. By Leveraging Advanced Drone Technology, High-resolution Imaging, And Real-time Data Analysis, This Platform Enables Comprehensive Aerial Oversight And Precise Digital Representations Of The Campus. It Enhances Decision-making By Providing Stakeholders With Actionable Insights Into Construction Progress, Structural Integrity, Vegetation Health, And Safety Compliance, All While Reducing Manual Labor And Operational Risks. This Innovative Tool Aligns With Vagla S Commitment To Maintaining A State-of-the-art Healthcare Environment, Ensuring Operational Excellence Across Its Extensive Grounds. . 2.3. Scope. Contractor Shall Provide The Following: 15- Analyst User Licenses For Virtual Drone Mapping Platform That Will Allow Gps Mapping, Equipment Management, Alerts 5- Drone Pilot/uploader User Licenses For Image Upload, Pilot And Drone Management, Alerts virtual Web-based Platform- Must Have The Following Capabilities: configurable Permissions That Enable Local Administrators To Define Roles Such As Aerial: Pilot/uploader, Viewer, Analyst. Simple User Role Addition, Removal, And Modification. automated Reports On Data Usage, Performance, And Project Metrics. ensure Accessibility Via Desktop And Mobile Devices For Operations. regular Updates To Ensure Security And Functional Improvements, While Providing Dedicated Support To Address Technical Issue Or Concerns. a Dedicated Training Platform To Increase The Knowledge Of User Base With Person-to-person Assistance If Required. data Capture, Upload, And Processing. support Editing, Annotation, Measurement, And Interactive Viewing. 2.4. Performance Monitoring. The Contracting Officer Representative (cor) Will Monitor Contractor Performance And Certify The Work Was Done In Accordance With The Sow. 2.5. Period Of Performance. The Period Of Performance Will Be Base Year Plus 4 Option Years. Work Hours before Commencement Of Work, The Contractor Shall Confer With The Va Poc To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. all Time Shall Be Approved In Advance By The Program Point Of Contact (poc). Allow 5-days For Approval Of Any Alternate Working Hours Needed. a. National Holidays: new Year S Day January 01 martin Luther King S Birthday Third Monday In January president S Day Third Monday In February memorial Day Last Monday In May independence Day July 04 labor Day First Monday In September columbus Day Second Monday In October veterans Day November 11 thanksgiving Day Fourth Thursday In November christmas Day December 25 b. If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. overtime & Holiday Pay: Overtime Pay Is At The Rate Of One And One-half Times The Employee's Regular Rate Of Pay For All Hours Worked In Excess Of Eight Up To And Including 12 Hours In Any Workday, And For The First Eight Hours Of Work On The Seventh Consecutive Day Of Work In A Workweek. Overtime Pay Also Includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office Of Security And Law Enforcement Provides Department-wide Policy On The Assignment Of Appropriate Position Sensitivity Designations Associated With Department Of Veterans Affairs (va) Positions Involving National Security And Public Trust Responsibilities, And On The Level Of Background Investigations Required For Applicants For, And Incumbents Of, Those Positions. In Addition To Va Employees, The Policy And Investigative Requirements Are Applicable To Contractor Personnel Who Require Access To Va Computer Systems Designated As Sensitive. b. Personnel Who Require Access To Va Computer Systems Shall Be Subject To All Necessary Background Investigations And Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement To Ensure Compliance With Such Policy. If Such Investigation Has Not Been Completed Prior To Contract Commencement, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract. c. Should The Contract Require Contractor Personnel To Maintain U.s. Citizenship, The Contractor Shall Be Responsible For Compliance. Regardless Of U.s. Citizenship Requirements, Contractor Personnel Are Required To Read, Write, Speak, And Understand The English Language, Unless Otherwise Specified In This Contract Or Agreed To By The Government. d. The Cost Of Such Investigations Shall Be Borne By The Contractor, Either In Advance Or As Reimbursement To The Government. The Level Of Sensitivity Shall Be Determined By The Government On The Basic Of The Type Of Access Required. The Level Of Sensitivity Will Determine The Depth Of The Investigation And The Cost Thereof. Currently, The Current Estimated Costs For Such Investigations Are As Follows: level Of Sensitivity Background Investigation Level Approximate Cost low Risk National Agency Check With Written Inquiries $ 231.00 moderate Risk Minimum Background Investigation $ 825.00 high Risk Background Investigation $ 3,465.00 e. The Contractor Shall Be Required To Furnish All Applicable Employee Information Required To Conduct The Investigation, Such As, But Not Limited To, The Name, Address, And Social Security Number Of Contractor Personnel. The Va Will Provide All The Necessary Instructions And Guidance For Submission Of The Documents Required To Conduct The Background Investigation. Background Investigations Shall Not Be Required For Contractor Personnel Who Will Not Be Required To Access Va Computer Systems Nor Gain Access To Sensitive Materials. 2.7. Contractor Employees a. The Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. Contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). b. Badge. Contractor Shall Obtain A Contractor I.d Badge From The Va Police. All Contractor Personnel Are Required To Wear I.d Badge During The Entire Time On Va Facility. The I.d Badge Must Have An Identification Picture And Shall State The Name Of The Individual And The Company Represented. c. Parking: It Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. d. Smoking Is Strictly Prohibited On The Grounds Of Any Vha Facility. Per Vha Directive 1085 Dated March 5, 2019, It Is Vha Policy That All Vha Health Care Facilities, Including Hospitals, Community Clinics, Administrative Offices, And Vet Centers, Will Be Smoke-free For Patients, Visitors, Contractors, Volunteers, And Vendors Effective October 1, 2019. There Will No Longer Be Designated Smoking Areas. 2.8. Insurance Coverage a. The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. b. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. c. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. d. The Contractor Shall Furnish To The Contracting Officer Within Fifteen (15) Days Of Award An Official Certification From The Insurance Company Indicating That The Coverage Has Been Obtained And That It May Not Be Changed Or Cancelled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. New Certifications Shall Be Furnished At Least Thirty (30) Days Prior To The Expiration Date Of The Current Insurance Policy. The Phrase Will Endeavor Is Not Acceptable Terms To The Government And Such Coverage Carrying That Phrase Will Be Rejected And Services May Not Be Rendered Until Proper Certificate Is Issued. 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2019-01, Dated 10/10/2019. The Following Provisions And Clauses Apply To This Solicitation And Can Be Found In Enclosure 2. 3.a. Far 52.212-1, Instructions To Offerors Commercial Items 3.b. Far 52.212-2, Evaluation -- Commercial Items 3.c. Far 52.212-4, Contract Terms And Conditions -- Commercial Items 3.d. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 3.g. Vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance 3.h. Far 52.233-2, Service Of Protest 3.i. Vaar 852.233-70, Protest Content/alternative Dispute Resolution 3.j. Vaar 852.233-71, Alternative Protest Procedure 4. Submit Written Offers In Accordance With The Following Instructions, As Well As Addendum To Far 52.212-1, Instruction To Offerors. Oral Offers Will Not Be Accepted. Complete And Submit Enclosure 1, Capabilities Statement And Past Performance Via Email No Later Than 10am Pst Monday, April 14th, 2025, To Ositadima.ndubizu@va.gov. Ensure The Following Are Completed And/or Included In The Quote Packet: 4.3.a. Vendor Information With Uei Number (company Info And Quote Should Be On The Enclosure 1 Form) 4.3.b. Acknowledgement Of Amendments 4.3.c. Concurrence/non-concurrence With Solicitation Terms, Conditions, And Provisions 4.3.d. Schedule Of Services 4.3.e. Far 52.212-3, Offeror Representations And Certifications -- Commercial Items your Quote Evaluation Will Be Based On Technical Capability/past Performance And Price To Provide The Following: capabilities Statement Showing That They Can Perform The Tasks Listed In Section 2.3, Scope. Your Statement Must Show Your Platform S Capabilities. past Performance: Vendors Must Provide Previous Experience Establishing An Organization's Virtual Drone Mapping Platform Similar To This Requirement. must Submit A Copy Of Your Sdvosb Certification.
Closing Date14 Apr 2025
Tender AmountRefer Documents 

MUNICIPALITY OF KITAOTAO, BUKIDNON Tender

Machinery and Tools...+1Publishing and Printing
Philippines
Details: Description Stock No. Quantity Unit Description 1. 1 Box Ballpen, Fine, 0.5mm, Black, 100s 2. 1 Box Ballpen, Soft Fine, Black, 100s 3. 6 Packs Battery, 3s, Triple A 4. 6 Packs Battery 2s, Double A 5. 10 Ream Book Paper, A4, 70gsm 6. 10 Ream Book Paper, Legal, 70gsm 7. 20 Ream Book Paper, 80gsm, Long 8. 20 Ream Book Papet, 80gsm, A4 9. 12 Pcs Cell Cards 10. 2 Box Tonner Tn 11. 6 Box Ink, 008, Black 12. 6 Box, Ink, 008, Cyan 13. 6 Box, Ink, 008, Magenta 14. 6 Box, Ink, 008, Yellow 15. 3 Pcs Record Book 300 Pages 16. 10 Length Ring Binder #3/4 Inch Black 17. 10 Length Ring Binder #1 Inch Black 18. 24 Bot Rubbing Alcohol 70%, 500ml 19. 6 Pcs Scissors 6", Heavy Duty 20. 1 Pc Sd Card - Camera 128gb 21. 1 Pcs Sd Card - Drone 128gb 22. 1 Box Stapler Long Arm, Heavy Duty
Closing Date20 May 2025
Tender AmountPHP 62.7 K (USD 1.1 K)

DEPARTMENTAL OFFICES USA Tender

Aerospace and Defence
United States
Details: The Department Of The Interior (doi), Interior Business Center, Acquisition Services Directorate Intends To Negotiate A Sole Source Blanket Purchase Agreement (bpa) To Purchase Skyfront Perimeter 8+ And Any Other Future Integrations Of Separately Purchased Uass And Other Equipment Needed For Doi Operations (payloads, Radios, Batteries, Chargers, Future Ground Control Stations, Tablets, Controllers, Etc.) As Required By The Doi Office Of Aviation Services (oas). Skyfront Perimeter 8+ Meet And/or Exceed The Oas Standards And Requirement For Flight Endurance Of Over Five Hours That Allows Larger Area Cover Without The Need For Frequent Landings Or Refueling. The Skyfront Perimeter 8+ Uas Complies With Federal Acquisition Regulation (far) 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities And Executive Orders 13981,13765, 13771, And 13783. This Notice Of Intent Is Not A Request For Competitive Quotes. No Solicitation Documents Are Available, And Telephone Requests Will Be Honored. However, If A Firm Believes It Can Meet The Requirements It Must Furnish Information About Its Products And Services To The Contracting Officer By The Response Date Of This Notice. Information Must Be Sent To The Contracting Officer, Stephanie Boles At Stephanie_boles@ibc.doi.gov. Responses Will Be Evaluated; However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. If No Responses Are Received, The Government Will Proceed With The Sole Source Negotiation And Award To Skyfront Corp.
Closing Date2 May 2025
Tender AmountRefer Documents 

MUNICIPALITY OF CAGWAIT, SURIGAO DEL SUR Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Rental And Installation Of Lights And Sound System With Band Set-ups Both In Kaliguan Stage And At The Kaliguan Entertainment Event Center Including Foam Party Machine, 3-units Camera Online Coverage And 1-unit Drone Camera With Led Wall Tv For The 29th Kaliguan Festival Celebration. Rental And Installation Of Lights And Sound System With Band Set-ups Both In Kaliguan Stage And At The Entertainment Event Center Including Foam Party Machine, 3 Units Camera Online Coverage And 1 Unit Drone Camera With Led Wall Tv For The 29th Kaliguan Festival Celebration On June 24-28, 2025, 1 Lot Caters The Sounds And Lights And Visual Needs Of Manila Band Performers And Artists Monitor Speakers Fbt Or Jbl Brand Only 5 Units Frontal Monitors 2 Units Lead Guitar Monitors 2 Units Bass Guitar Monitors 2 Units Drums Monitors 3 Units Guitar Stands Left And Right Side Fill Speakers Important: Guitar Amp With Effects Loop (send/return), Jbl Monitors Prx800 Or Eon612/615 Mixer And Processors/ Playback 1 Unit Yamaha Tf5 Digital Mixing Console, Mixeer 2 Units Fbt Dlm-26 Digital Speaker Management, Digital Controller 1 Lot Power Amplifiers 1300w @80hms, Amplifier 1 Lot Rane Audio Processors/ Equaliser, Processor 2 Units Cd/ Mp3/ Dvd Player/ Ipod, Playback 1 Unit Laptop Computer, Playback Line Cables And Electrical Wirings 1 Lot Audio / Line Cables, Cables 1 Lot Electrical Cables / Cords, Wiring 2 Units Snake Cable Quantum 28x4, Snake Cable Microphone System 4 Units Shure Wireless Microphones, Wireless Mic 1 Lot Shure Sm58 Wired Microphones 1 Unit Shure Headword Lapel Mic 1 Lot Shure Sm57 Drum/instrument Mics 1 Unit Shure Beta91 Drum Kick Mic 1 Lot Whirlwind Direct Boxes 1 Vox Ac30 Vr Guitar Amplifier 1 Marshall Dual 12 Jcm 2000 Guitar Amplification 1 Gk 700rb Bass Amplification Head Band Gear / Full Band Set-up Dw Or Pdp Drumset Only (full Set Up With Cymbals) 1 Unit Sm58 Shure Wired For Backing Vocals 3 Units Sm58 Or Beta58 (wireless) 2 Units Di Box For Acoustic 1 Unit Di Box For Spd 1 Unit Fender Twin Reverb Or Blackstar (only) 2 Units Ampeg Bass Cabinet Amp 8x10 1 Unit Keyboard Amp And Keyboard Stand 1 Unit Yahama Stage Custom Drum Set 1 Unit Markbass Bigbang 800w Bass Amplifier, Bass Amp 1 Unit Markbass 104hr 4x10 Bass Cabinet 1 Unit Roland Kc880 Keyboard Amplifier 1 Unit Fender Twin Reverb Guitar Amplifier 1 Unit Marshall Jcm900 Cabinet & Amp 1 Unit Microphone Cables 1 Lot Microphone Stands 1 Lot Stage Lighting And Effects Led Par Lights 3 Watts Rgbw, Ambience Lights 50 Units Cob Lights 100watts 16 Units Led Par Lights 10 Watts Rgbwa+uv 16 Units Moving Head Beam 230, Sharpy 12 Units Moving Head Beam 4x, Beam 4 12 Units Pearl 2010 Moving Light Controller , Avolites 1 Unit Par 64, Frontal Lights 16 Units Magic Dimmer Pack , Power Pack 3 Units Molefay Blinder, Audience Light 4 Units 15r Follow Spot, Spot Light 2 Units Haze Smoke Machine, Hazer 2 Units Vertical Smoke Machine 4 Units Fixcom Wired Communicator Set 6 Units Riggings And Scaffolds / Risers Flying Frame W/ Chain 2 Sets Motor Hoist Lifter, Speaker Lift 2 Sets Span Set 3 Tons Capacity, Suspension 4 Sets Steel Outriggers 1 Lot Counter Weights 1 Lot Scaffolding Support Risers 1 Lot Swivel Clamps 1 Lot Led Video Wall Display Led Wall Tv (9ft X 12ft ) With 2 Lcd Projector Pitch 3 Hd 1 Set Led Wall Controller/ Switcher 1 Unit Desktop Computer / Laptop 1 Unit Cat6 Cables 1 Lot Data & Video Cables 1 Lot Platform & Outriggers 1 Lot Foam Party Machine 2 Units Other Requirements Drone Camera 1 Unit Camera Online 3 Units Headsets During Q & A Of The Candidates 5 Units
Closing Date6 Mar 2025
Tender AmountPHP 500 K (USD 8.7 K)

Government Of West Bengal Tender

Services
Other Consultancy Services...+2Consultancy Services, Civil And Architectural Services
India
Details: Calculate The Area And Volume Of Land Fill, Geotechnical Investigation & Determination Of In-situ Density Of Bhatpara Dumpsites, Under Bhatpara Municipality Using Drones.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Government Of West Bengal Tender

Works
Civil And Architectural Services
India
Details: Calculate The Area And Volume Of Land Fill, Geotechnical Investigation & Determination Of In-situ Density Of Kalyani Dumpsites, Under Kalyani Municipality Using Drones.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Department Of Environment And Natural Resources - DENR Tender

Others
Philippines
Details: Description Pr# 2025-01-0053 Conservation And Development Division - Pambcs Approved Budget Of The Contract (abc) = Php 508,400.00 Qty Unit Particulars 44 Pax Food, Venue And Accommodation For Five (5) Days "day 1-4 (february 17-20, 2025): 2 Meals (lunch And Dinner) 2 Snacks (am & Pm)" "day 2-5 (february 18-21, 2025): 1 Meal (breakfast)" "day 5 (february 21, 2025): 1 Meal (lunch) 2 Snacks (am & Pm)" "suggested Meal And Snacks Meal: Plain Rice, Beef Caldereta, Buttered Chicken, Fish Fillet (sweet And Sour) And Four Seasoned Snacks: A.m Snacks: Baked Macaroni & P.m Snacks: Kakanin (puto, Kutsinta. Biko, Etc.) Dessert: Fresh Fruits Drinks: Softdrinks/canned Juice " Accommodation Four (4) Nights Accommodation - 28 Pax Check-in: February 17, 2025, 2:00 Pm Check-out: February 21, 2025, 12:00 Nn Please Attach Menu Activity: Conduct Of Drone Training (lidar) Date: February 17-21, 2025 All Entries Should Be Typewritten / Legibly Written Requirements For Below P 50,000.00 1. Philgeps Registration Number Or Business Permit For P 50,000.00 Above 1. Philgeps Registration Certificate (platinum Membership Or Red Membership) Or Eligibility Requirements: 1. Registration Certificate 2. Mayor's/ Business Permit Or Its Equivalent Document 3. Tax Clearance 4. Audited Financial Statements 5. Omnibus Sworn Statement (additional Document For P500,000.00 Above)
Closing Date3 Feb 2025
Tender AmountPHP 508.4 K (USD 8.9 K)
2431-2440 of 2746 archived Tenders