Drone Tenders

Drone Tenders

Province Of Palawan Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 1 Million (USD 17.9 K)
Details: Description Financial Proposal Negotiated Procurement Due To Two-failed Biddings Company Name : Address : Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The Terms And Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation In A Sealed Envelope Duly Signed By You/your Authorized Representative Including Technical And Eligibility Documents As Required Under Section 23 Of The Government Procurement Reform Act (ra 9184) On Or Before __________________ At 9:00 Am. Christian Jay V. Cojamco Bac-chairman Notes: 1. All Entries Must Be Typewritten/printed. 2. Delivery Period Is Within Fourteen (14) Calendar Days 3. Warranty Shall Be For A Period Of Six(6) Months For Supplies & Materials And One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be For A Period Of ______________________ Calendar Days 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 6. Incomplete Price Quotations Shall Be Considered Non-responsive And The Concerned Price Offeror Shall Be Automatically Disqualified. 7. Unless Otherwise, The Proposed Procurement Is Covered By Cash Advance(s), Price Offeror/dealer Is Discouraged From Submitting Price Quotation(s) On A "cash And Carry" Or Cash On Delivery" Basis. To Be Filled - Up By The The Procuring Entity To Be Filled - Up By The Supplier Item No. Item & Description Qty Unit Unit Price Total Price Brand 1 "technical And Scientific Equipment 4k Camcorder Sensor Type : At Least 1/2.3""-type Cmos Sensor Image Stabilization : Optical In Integrated Lens, Digital Capture Type : Video Only Shutter Type : At Least 1/2000 To 1 Second Gain : 0 To 24 Db (native) Minimum Illumination : 5 Lux At 1/30 Shutter Speed, 0.3 At 1/2 Shutter Speed Focal Length : At Least 3.6 To 73.4mm, (35mm Equivalent Focal Length 29.3 To 627mm) Optical Zoom Ratio : At Least 20x Maximum Aperture : At Least F/1.8 To 2.8 Min. Focus Distance : Wide 0.4""/1.0cm, Entire Zoom Range 23.6""/60.0cm Control Rings : Focus And Zoom" 1 Unit 2 "action Camera Aperture : At Least F2.2 35mm Equiv. Focal Length : At Least 11.24mm Photo Resolution : 2560x1440 (16:9) 2560x2560 (1:1) 1440x2560 (9:16), 2936x1088 (2.7:1) Video Resolution : 2.7k: 2720x1536 @24/25/30fps 1440p: 2560x1440 @24/25/30/50fps 1080p: 1920x1080 @24/25/30/50fps Weight : At Least 35.5g (1.25oz) Dimensions (w X H X D) : At Least25.6x54.4x23.2 Mm (1.0x2.1x0.9in) Gyroscope : At Least 6-axis Gyroscope Iso Range : 100-3200 Shutter Speed : Photo: 1/8000 - 120s, " 4 Units "video: 1/8000 - To The Limit Of Frames Per Second Wi-fi : 5ghz, 802.11 A/n/ac Usb : Type-c Storage : At Least 128gb" 3 "uav Drone Thermal Wide Camera :at Least 1/2""-type Cmos, 48mp, 24mm Equivalent Focal Length Tele Camera : At Least 1/2""-type Cmos, 12mp, 162mm Equivalent Focal Length Up To 56x Hybrid Zoom Thermal Camera : At Least Uncooled Vox Microbolometer 640 X 512 @ 30hz 40mm Equivalent Focal Length, 61° Display Field Of View Thermal Insights: Point And Area Temperature; High Temperature Alerts; Colour Palettes; Isotherms Dimension : At Least Unfolded (without Propellers), At Least 347.5x283 X107.7mm (lxwxh) Folded (without Propellers), At Least 221x96.3x90.3mm (lxwxh) With Inclusion Of At Least 4 Batteries And Charging Hub" 1 Unit 4 "uav Drone Camera Sensor Type : At Least 1/1.3""-type Cmos Sensor Sensor Resolution : Effective 48 Megapixel Focal Length : At Least 24mm(35mm Equivalent) Field Of View : At Least 82.1 Maximum Aperture : At Least F/1.7 Min.focus Distance : At Least 3.3' / 1m Remote Control/transmitter Operating Frequency : At Least 2.4 Ghz (2.400 To 2.483), And At Least 5.8 Ghz (5.725 To 5.850) Max. Operating Distance: At Least 7.5 Miles / 12 Km Transmitter Power : At Least 26 Dbm (2.4 G), At Least 26 Dbm (5.8 G) Built-in Display Size : At Least 5.5"" Display Resolution : At Least 1920 X 1080 Display Brightness : At Least 700 Cd/m² Operating Temperature : At Least14 To 104°f / -10 To 40°cr Flight Battery (3 Pieces Included) (smart Battery With Fast Charge And Discharge Speed To Accommodate The Rapid Takeoff And Landing) Battery Chemistry : Lithium-ion Polymer (lipo) Battery Capacity : At Least 2453 Mah / 18.1 Wh Battery Configuration : At Least 2 S / 7.38 V" 1 Unit "max. Charging Power : At Least 37 W Charging Temperature : 41 To 104°f / 5 To 40°c Weight : At Least 2.8 Oz / 80.5 G General Overall Dimension : At Least 3.5 X 2.4 X 5.7"" / 90.0 X 62.0 X 145.0 Mm (folded) At Least 14.3 X 2.8 X 9.9"" / 362.0 X 70.0 X 251.0 Mm (unfolded) With At Least 3x Batteries & Charging Hub" 5 "mirrorless Interchangeable Camera Kit (with Lens) Af Modes : One-shot Af, Servo Af, Manual Af Point Selection : Automatic Selection, Manual Selection Af System Points : Max. 4,779 Selectable Af Point Positions / Up To 143 Af Areas (auto Selection) Cont. Shooting Speed : 5 (one-shot Af) / 4 (servo Af) (shots Per Sec) (up To) Protrusions)(approx.) Drive System : Leadscrew-type Stm Effective Iso : At Least 100-40,000 (l:50, H1:51200) Effective Pixels : At Least 26.2 Megapixels Exposure Compensation : Stills Manual: ±3 Stops In" 1 Unit "1/3- Or 1/2-stop, Increments, Aeb: ±3 Stops In 1/3- Or 1/2- Stop Increments. Movie Recording: ±3 Stops In 1/3- Or 1/2-stop Increments Eye Detection Af : Available: One-shot Af / Servo Af Camera Lens Specs Focal Length : At Least24-105mm (4.38x) (35mm Equivalent) Optical Zoom : At Least 4.38x Maximum Aperture : At Least F/4 To 7 Image Resolution : 6240 × 4160 (l), 4160 × 2768 (m), 3120 × 2080 (s1), 2400 × 1600 (s2), 6240 × 4160 (raw), 6240 × 4160 (c-raw) Image Stabilizer : Still: In-lens (optical Image Stabilizer) Movie: In-body 5 Axis Electronic Image Stabilisation (movie Digital Is) Still: In-lens (optical Image Stabilizer) Movie: In-body 5 Axis Electronic Image Stabilisation (movie Digital Is) Coordinated Control Is (optical Is+ Movie) " "lcd Monitor : 3 Inches Lcd Monitor Resolutions : 1,040,000 Dots Manual Focus : Yes Memory Card Type : Sd/sdhc/sdxc Memory Card, Uhs-ii And Uhs-i Cards Supported Metering Mode : Real-time Metering Using The Image Movie Format : Mp4 Optical Zoom : 4.38x Optional Power : Ac Power (adapter Kit Ack-e18 / Usb Power Adapter Pd-e1) Peripheral Connections : Usb-type C, Hdmi , (type C), Mic-in, Headphone, Remote Control Terminal Viewfinder Type : At Least 0.39-inch Oled, At Least 2.36 Million Dots" 6 "camera Lens Rf Mount (for Item No. 5) Focal Length : At Least 100 To 400mm Maximum Aperture : At Least F/5.6 To 8 Minimum Aperture : At Least F/32 To 45 Lens Format Coverage : Full-frame Shutter Speed Range (sec.) : 30 - 1/4000, Bulb Angle Of View : At Least 24° To 6° 10' Minimum Focus Distance : At Least 2.9' / 88cm Maximum Magnification : At Least 0.41x Optical Design : At Least 12 Elements In 9 Groups Diaphragm Blades : At Least 9, Rounded Focus Type : Autofocus Image Stabilization : Yes Filter Size : At Least 67 Mm (front) Dimensions (ø X L) : At Least 3.1 X 6.5"" / 79.5 X 164.7 Mm Weight : At Least 1.4 Lb / 635 G" 1 Unit 7 "uav Drone Camera Sensor, At Least 1/1.7-inch Cmos, Effective Pixels: 48 Mp Lens: Fov: 155°, Equivalent Focal Length: 12.7 Mm,focal Length: 2.34 Mm Aperture: At Least F/2.8, Focus Mode: Ff, Focus Range: 0.6 M To ∞ Aircraft Diagonal Distance At Least 120 Mm, Dual Antennas, At Least 2t2rgnss Gps + Galileo + Beidou, At Least 20 Gb Internal Storage Goggles Motion Controller Fpv Remote Controller With 3 Pax Batteries And Charging Hub" 1 Unit Purpose: For The Use Of The Peace And Order Program And Other Law Enforcement Task Force Agencies. X-x-x-x Nothing Follows X-x-x-x Total After Having Carefully Read And Accepted Your Terms And Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name And Signature Business Address Contact No./date

Municipality Of Alabel, Sarangani Province Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 375 K (USD 6.4 K)
Details: Description Republic Of The Philippines Province Of Sarangani Municipality Of Alabel Ooooooo Invitation For Negotiated Procurement (two Failed Bidding) The Municipality Of Alabel, Through Its Bids And Awards Committee (bac), Invites The Contractors/suppliers To Participate In The Negotiated Procurement For The Supply, Delivery And Installation Of Network Equipment And Cables, 1 Unit Panaflex Lighted Signage And 13 Unit Office Cubicle With Electrical Fixtures, And Procurement Of Various It Equipment And Office Furniture And Fixtures. (two-failed Bidding) For The Following Contract: Contract Name: Supply, Delivery And Installation Of Network Equipment And Cables, 1 Unit Panaflex Lighted Signage And 13 Unit Office Cubicle With Electrical Fixtures, And Procurement Of Various It Equipment And Office Furniture And Fixtures Contract Location: Alabel, Sarangani Province Approved Budget For The Contract: P 375,032.36 Lot No. Qty Unit Of Issue Description Abc (php) Name/no. Of Contract Iii 1 Lot Procurement Of Various It Equipment 195,027.00 2024-pbgoods-10-015c Iv 1 Lot Supply, Delivery And Installation Of Network Equipment And Cables 32,503.36 2024-pbgoods-10-015d V 1 Lot Supply And Delivery Of Tv Queuing Monitor/iec Display 30,502.00 2024-pbgoods-10-015e Vi 1 Lot Procurement Of Dslr Camera And Professional Mini Drone Camera 97,000.00 2024-pbgoods-10-015f Vii 1 Lot Supply, Delivery And Installation Of 1-unit Panaflex Lighted Signage Box Type 20,000.00 2024-pbgoods-10-015g Source Of Fund: Supplemental Budget No. 2 Cy 2024 Contract Duration: Forty (40) Calendar Days The Bids And Awards Committee Is Conducting The Negotiated Procurement (two-failed Bidding) For This Contract In Accordance With Republic Act No. 9184 And Its 2016 Revised Implementing Rules And Regulations. The Municipality Of Alabel Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Date/time Place 1. Deadline Of Submission And January 14, 2025, 1:30 Pm Municipal Administrator’s Office, Ground Floor, New Municipal Government Center, Municipal Compound, Poblacion, Alabel, Sarangani Province 2. Bid Opening Of Bid Proposal January 14, 2025, 1:30 Pm The Municipality Of Alabel Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Any Clarification, You May Contact Sheila Mae P. Mabini Head Secretariat Alabel, Sarangani Province Tel. No. (083) 892-5626 Mbo_alabel@yahoo.com (sgd)abner H. Labaniego, Mpa Bac Chairman January 7, 2025 Checklist Of Eligibility And Technical Documents For Submission Class “a” Documents (1) Legal Documents  Philgeps Platinum Certificate Of Registration With Updated Annex A; (2) Technical Documents  Omnibus Sworn Statement  Bid Security In Any Of The Following Forms:  Cash Or Cashier’s/manager’s Check,  Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank (2% Of The Abc); Or  Surety Bond (5% Of The Abc) With A Certificate From The Insurance Commission; Or  Bid Securing Declaration 3) Financial Documents  Audited Financial Statement (afs)  Net Financial Contracting Capacity (nfcc) Computation Or Committed Line Of Credit Class “b” Documents Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of The 2016 Revised Irr, If Applicable

Department Of Science And Technology Region Vii Tender

Others
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Republic Of The Philippines Department Of Science And Technology Regional Office No. 7 Lahug S&t Complex, Sudlon, Lahug Cebu City Tel. No. 254-8269, 418-9032 Email: Dost7supply@gmail.com Pr No. : 2024-11-0597 Name Of The Project: For The Production Of The Dost 7 Institutional Video Location Of The Project: Dost-7, S & T Complex, Sudlon, Lahug, Cebu City Request For Quotation 03/02/2025 Date The Department Of Science And Technology Regional Office No. 7 Through The Bids And Awards Committee Hereby Invites Interested Suppliers To Quote The Best/lowest Price For The Following Articles Listed Below And Submit Your Quotation Duly Signed. This Office Has The Right To Reject Any Or All Articles Found To Be Excessively Overpriced Or Not In Accordance With Specified Quality Of Each Articles Mentioned Below. Any Alteration Or Erasures On The Figure Opposite Each Quoted Item Not Duly Initialled By The Bidder Will Be Dishonored Automatically. Roland M. Padayhag Bac, Chairperson Item A R T I C L E S / D E S C R I P T I O N Abc Qty. Unit Unit Price Total Amount No. 1 Institutional Video Production 100,000.00 To Create A Professional And Engaging Institutional Video For The Department Of Science And Technology Region 7 That Highlights Its Programs And Services Provide Services From Conceptualizing To Final Editing: 1. Conceptualization The Production Team Will Conduct At Least 2 Consultation Meetings With Dost 7 To Align On Goals, Key Messages, And Target Audience Develop A Creative Concept Aligned With The Dost 7 Mission Vision Duration- 10-15minutes With Cut Versions 2. Storyboarding Create A Detailed Storyboard That Outlines Each Scene, Including Graphics, Animations, And Video Shots Story Board To Be Presented To Dost 7 For Approval, Allowing Up To 2 Rounds Of Revisions 3. Scriptwriting Gather Necessary Information In Collaboration With Dost 7 Write A Professional And Enagaging Script That Highlights Its Services Script To Be Submitted For Review With Up To 2 Rounds Of Revisions 4. Voice-over Professional Voice-over Artist (male Or Female, Based On Preference) English Language, With Consideration For Local Dialect Integration If Needed. Voice Over Must Reflect The Formal, Informative And Engaging Tone Suited To A Government Institution 5. Video Shooting On-site Video Shooting Of Dost 7 Offices, Facilities, Programs And Services Cebu Province And Bohol High-quality Camera, Drone And Lighting Setups Inclusion Of A Director, Camera Operators, And Assistants 6. Video Editing Professional Editing, Including Cutting, Color Correction, Sound Design And Integration Of Music Custom Animations An Graphics Aligned With Dost 7 Branding (including Logos Etc.) English Subtitles To Be Added, With An Option For Filipino If Needed Royalte-free Music Or Licensed Music, If Licensed Music Is Chosen, The Cost Of The Music Must Be Included In The Quotation Up To 2 Rounds Of Editing And Revisions Before Final Approval 7. Final Deliverables Hd And 4k Resolution Video Files In Mp4 Format, Suitable For Social Media Platforms And Official Presentations Final Video Length Should Be Between 10-15minutes With Cut Versions Provide Cut Versions Focusing On Laboratory Services, Safety Protocol And Other Programs Of The Dost 7 (these Shorter Versions Should Be Suitable For Use In Various Formats, Such As Social Media Presentations And Other Promottional Activities) Delivery Of The Master Copy, Including All Raw Files Timeline Project To Be Completed Within 10 Weeks From Contract Signing Total Tentative Date: February 25,2025 After Having Carefully Read And Accepted Your Abovementioned Conditions, I / We Quote On The Item/s At Prices Noted Above. Company Name Telephone No. / Cellphone No. Printed Name / Signature Date

Province Of Lanao Del Sur Tender

Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 5.3 Million (USD 90.8 K)
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Province Of Lanao Del Sur Invitation To Bid 1. The Provincial Government Of Lanao Del Sur, Intends To Apply The Sum Of Five Million Three Hundred Thirteen Thousand Two Hundred Sixty-three Pesos & 90/100 (5,313,263.90) Being The Abc To Payments Under The Contract For The Following Project/s: Lot 1. Project Reference No. 24g0478a, Procurement Of Drone System To Be Used By The Pdrrmo, With Php 5,313,263.90 As Its Abc. Location: Marawi City, Lds Cost Of Bidding Documents: Php 10,000.00 Source Of Fund: Local Fund 2. The Provincial Government Of Lanao Del Sur Now Invites Bids For The Above Procurement Project/s. Delivery Of The Goods Shall Be Based On The Date To Be Provided By The End-user. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm From Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 From The Given Address And Website(s) Below. 6. The Provincial Government Of Lanao Del Sur Will Hold A Pre-bid Conference On January 22, 2025 At Bac Office, Admin. Bldg., New Capitol Complex, Marawi City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Before February 03, 2025 At 12:00pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 03, 2025 At 2:00pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: A. Issuance/ Payment Of Bid Documents: January 13, 2025 - February 02, 2025 (8:00 Am To 5:00 Pm) - February 03, 2025 (8:00 Am To 12:00 Pm) B. Pre-bid Conference: January 22, 2025 (9:00 Am) C. Deadline Of Receipts Of Bids: February 03, 2025 (12:00 Pm) D. Opening Of Bids : February 03, 2025 (2 :00 Pm) 11. The Provincial Government Of Lanao Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Aliyah C. Datumanong Head, Bac Secretariat Bac Office, 2nd Floor Admin. Bldg. New Capitol Complex, Buadi Sacayo, Marawi City Mobile Phone Number: 09541827534 (sgd) Engr. Dimasira D. Macabando, Jr., Ph.d. Bac Chairperson

INDIAN HEALTH SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested In Response To This Notice And A Written Solicitation Will Not Be Issued. This Solicitation Is Being Issued As A Request For Proposal (rfp) # Ihs1504492.submit Only Written Proposals For This Rfp. This Solicitation Is A 100% Small Business. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code Is 562998 this Rfp Contains One (1) Line Items: clin Description Items base One Time Pick-up Of Waste Items For Gallup Nssc See Attachment period Of Performance: 02/17/2025 – 04/17/2025 vendor Requirements: See Attached Specifications submit Proposals No Later Than: 2/05/2025 04:30p.m. Cdt To The Following Point Of Contact: Carlene Prince And/or Forrest Ward, Contract Specialist(s), Via Email: Carlene.prince@ihs.gov; Forrest.ward@ihs.gov. evaluation: Far 52.212-2 Evaluation -- Commercial Items (completed As Follows): (a) The Government Will Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, With Price And Other Factors Considered Equally. The Following Factors Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable to Be Considered Technically Acceptable, Proposals Must Meet The Following: the Contractor Shall Come On-site To The Nssc Gallup Warehouse And Provide Approved Cardboard Cartons And Plastic Liners For Waste Collection, Pick-up, And Transportation. disposal Of All Items In Accordance With Safety Data Sheets (sds). ensure All Services Comply With Local, State, And Federal Regulations, Including Those From Osha, Epa, And Dot. provide A Minimum Of One-time Service To Include As Many Trips Necessary To Complete The Rmw, Universal Waste, And Other Waste Types Disposal. the Contractor Shall Pick-up Between The Time Of 8:00 Am And 2:00 Pm. Mt the Contractor Shall Provide Legible Documentation Of Accurately Recorded Numbers Of Containers Picked Up To The Safety Officer. the Contractor Shall Provide A Certificate Of Destruction For All Waste Types Disposal. contractor Shall Provide In House Training For The Clinic And Housekeeping Staff Responsible For The Collection Of Waste And Handling Of Infectious Waste (monday – Friday, 8am – 5pm Cst) it Is The Contractor’s Responsibility To Provide Technical Proficiency On Proposal Submittal. Contractor Shall Abide By All Technical Requirements Outlined In Section 2 Of Statement Of Work Dated November 04, 2024, And Provide All Documentation Required (accreditation). this Solicitation Will Result In A Firm Fixed Price Purchase Order Pursuant To The Terms And Conditions Below. Terms And Conditions Other Than Those Stated Will Not Be Accepted. The Above Pricing Is All Inclusive. this Solicitation Will Result In A Firm Fixed Price Purchase Order Pursuant To The Terms And Conditions Below. Terms And Conditions Other Than Those Stated Will Not Be Accepted. The Above Pricing Is All Inclusive. provisions: The Following Far Provisions Apply To This Solicitation: far 52.212-1, Instructions To Offeror- Commercial Items; Far 52.212-3, Offeror Representations And Certifications- Commercial Items (the Offeror Should Include A Completed Copy Of This Provision With Their Proposal). clauses: The Following Far Clauses Apply To This Solicitation: far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023); Far 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Products And Commercial Services (dec 2023) (to Include The Following Clauses Sited): Far 52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023); Far 52.204-27. Prohibition On A Bytedance Covered Application (jun 2023); Far 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021); Far 52.219-6, Notice Of Total Small Business Set-aside (nov 2020); Far 52.219-28, Post Award Small Business Program Representation (sep 2023); Far 52.222-21, Prohibition Of Segregated Facilities (apr 2015); far 52.222-26, Equal Opportunity (sep 2016); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); Far 52.222-50, Combating Trafficking In Persons (nov 2021); far 52.225-13, Restriction On Certain Foreign Purchases (feb 2021); 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov2007) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024) Far 52.232-33, Payment By Electronic Funds Transfer- System For Award Management (oct 2018); 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021); Far 52.217-8, Option To Extend Services (nov 1999); hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015); Hhsar 352.223-70,safety And Health. (dec 2015) hhsar 352.226-1,indian Preference. (dec 2015); Hhsar 352.226-4,notice Of Indian Small Business Economic Enterprise Set-aside. Hhsar 352.226-7,indian Economic Enterprise Representation. Hhsar 352.232-71, Electronic Submission Of Payment Requests; hhsar 352.239-78, Information And Communication Technology Accessibility Notice. (deviation) (feb 2024); Hhsar 352.239-79, Information And Communication Technology Accessibility. (deviation) (feb 2024) the Above Provisions And Clauses May Be Obtained Via Internet At Https://www.acquisition.gov/ miscellaneous: no Fax Proposals electronic Submissions – Submission Via Email Is The Only Acceptable Electronic Submission. (carlene.prince@ihs.gov; Forrest.ward@ihs.gov) all Contractors Must Be Registered In The System For Award Management Database Located At Https://www.sam.gov/sam/ Prior To Any Contract Award. Please Submit The Following Information With Each Proposal: Vendor Name, Cage Code, Uei, Tax Identification Number, Prompt Payment Terms, Delivery Time, Gsa Contract Number (if Applicable), Date Proposal Expires, Warranty, Total Price For Each Line Item, Total Proposal Price, And Technical Documentation In Sufficient Detail To Determine Technical Acceptability. Failure To Provide Sufficient Technical Detail May Result In Rejection Of Your Proposal.

DEPT OF THE ARMY USA Tender

Laboratory Equipment and Services
Corrigendum : Closing Date Modified
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: *amendment 0001 Of Source Sought Posted 23 Jan 2025. a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business And You Are Interested In This Project Please Respond Appropriately. project Description: Analytical Laboratory Services For Various Chemical And Biological Parameters In Water Samples. Parameters To Be Analyzed Include: Total, Dissolved, And Suspend Solids; Common Forms Of Nitrogen And Phosphorus; Organic Carbon; Hardness; Alkalinity; Chloride; Sulfate; Total And Dissolved Metals Commonly Analyzed With Epa 200 And 300 Series Test Methods; Chlorophyll A, B, And C And Pheophytin A; E. Coli; Acidity; And Taxonomic Identification And Enumeration Of Phytoplankton, Zooplankton, And Benthic Macroinvertebrates Samples. Total Number Of Samples Will Vary Per Year, But An Approximate Number Of Samples Per Year May Be Around 150 Samples For Many Of The Water Chemistry Parameters, Around 50 Samples For Phytoplankton, And Around 30 Samples For Benthic Macroinvertebrates. the Contractor Lab Would Be Required To Pickup Samples Within The Louisville District Area Of Responsibility (figure Below) Within A 24-hours Notice. It Is Expected Most Sample Pickups Would Be From The Louisville Downtown Area. contract Duration Is Estimated At 1,736 Calendar Days. The Estimated Cost Range Is Between $1,000,000 And $5,000,000 (far 36.204 & Dfars 236.204). Naics Code Is 541380. All Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email By Friday, 07 February 2025 At 10:00am Eastern Time. email Responses And Any Questions To Amber Drones Amber.l.drones@usace.army.mil. This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey.

Bureau Of Fisheries And Aquatic Resources Rv Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 251.4 K (USD 4.3 K)
Details: Description Request For Quotation The Bureau Of Fisheries And Aquatic Resources, Regional Office No. 5, Fabrica, Bula, Camarines Sur Is Requesting From Prospective Suppliers To Submit Quotation For The Supply And Delivery Of Various It Supplies. Quantity Unit Item Description Unit Cost Total Cost 3 Unit Laptop 44,000.00 132,000.00 Specs: Processor: Amd Ryzen 57520u Display: Fhd (1920 X 1080) Oled 16:9 Aspect Ratio Memory: 16gb Ddr4 On Board Storage: 512gb M.2 Nvme Pcle 3.0 Ssd Gpu: Amd Radeon Graphics Os: Windows 11 Home 3 1tb Portable Ssd 7,500.00 22,500.00 Specs: 1tb Storage Capacity Usb-c 3.2 Gen 2 Interface Up To 800 Mb/s Transfer Speed Bus Powered Drop Resistant Up To 6.6’ Integrated Rubber Hook 1 Mirrorless Camera 49,999.00 49,999.00 Specs: 24.2mp Aps-c Exmor Cmos Sensor Uhd 4k30p And Full Hd 120p Video 3.0" Side Flip-out Touchscreen Lcd 425-point Fast Hybrid Af Up To 11-fps Shooting, Iso 100-32000 Real-time Eye Af And Tracking Background Defocus & Face Priority Ae Directional 3-capsule Mic And Windscreen Headphone And Microphone Ports E Pz 16-50mm F/3.5-5.6 Oss Lens In The Box: Mirrorless Camera Lithium-ion Rechargeable Battery Ac Adapter Usb-c Cable Shoulder Strap Wind Screen Brand New 1 Drone Camera 40,000.00 40,000.00 Specs: Built-in Full-coverage Propeller Guards Portable Design With Folding Propellers Up To 4k60 Horizontal Video Up To 2.7k Vertical Video 48mp Still Images Al Subject Tracking & Auto Flight Modes Up To 31 Minutes Of Flight Time 04 Transmission With Up To 8-mile Range 10-bit D-log M Color Mode Rc 2 Remote Controller Included 1 2.4 Ghz Dual-channel Wireless Microphone 7,000.00 7,000.00 - 36-hour Battery Life With An Upgraded Charging Case - Stable Line-of-sight Range, Doubled To 100 M - Versatile Ports Options, Effortless Compatibility - One-click Noise Cancellation For Crystal-clear Sound - Plug-and-play Easy Operation Together With The Quotation, The Participating Prospective Suppliers Shall Also Submit The Following Requirements: 1. Mayor’s/business Permit 2. Philgeps Registration No. The Approved Budget For The Contract (abc) Is Two Hundred Fifty One Thousand Four Hundred Ninety Nine Pesos (php251,499.00) Only. Subject Items Must Be Completely Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order By The Supplier At Bfar-ro5 Fabrica, Bula, Camarines Sur. All Quotations Shall Be Submitted To The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur Before 1:00 O’clock In The Afternoon Of February 17, 2025 Which Shall Be Opened And Evaluated By The Bac Thereafter At The Office Of The Bac Secretariat At The Same Address. This Requisition Is Made Thru Alternative Mode Of Procurement Under Rule Xvi Of The 2016 Revised Irr Of Ra 9184, Specifically Thru Shopping Under Section 52.1b And 52.2, As Per Prior Recommendation Of The Bids And Awards Committee. For Inquiries, You May Contact Ms. Aries C. Tang @ 09161135185 Or You May Visit The Office Of The Bac Secretariat At The Bfar 5, Fabrica, Bula, Camarines Sur. Bfar Ro 5 Reserves The Right To Reject Any Bid, To Waive Any Part Thereof, Waive Any Defect Contained Therein And Accept The Offer Most Advantageous To The Interest Of The Government. Joelle M. Benavidez Bac Chairman

CC LaVALETTE Everything Drone Tender

Civil And Construction...+1Building Construction
France
Closing Date17 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: CC LaVALETTE Everything Drone | Restructuring and Extension of the Restaurant in the Edon Rest Area (16)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Amendment 0002 - This Amendment Answers Questions From Industry. No Other Aspects Of This Solicitation Have Been Changed. q1 -could You Please Confirm Mil Spec Mil-dtl-24643d Is Applicable To These Requirements. a1 - Yes, Milspec Mil-dtl-24643d Is The Spec That Applies To Testing. amendment 0001 - This Amendment Answers Questions From Industry And Extends The Closing Date From 01/21/25 To 01/31/25. No Other Aspects Of This Solicitation Have Been Changed. q1 -is This A Formal Solicitation (i.e. Section L, Page Count, Etc)? a1 - No. Per Far 13.106-2(b)(1), The Evaluation Procedures Laid Out Within This Solicitation Are The Only Evaluation Procedures Established By The Contracting Officer. ------------------- this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation And Quotes Are Being Requested. In Accordance With Far 5.203(a)(2) This Solicitation Will Be Posted For Less Than Fifteen (15) Days. request For Quotation (rfq) Number Is N6660425q0045. This Requirement Is Being Solicited As 100% Small Business Set-aside. The North American Industry Classification System (naics) Code For This Acquisition Is 541330 – Engineering Services. The Small Business Size Standard Is $25.5 Million. The Product Supply Code (psc) Is 6635 - Physical Properties Testing & Inspection. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price (ffp) Purchase Order For Cable Testing In Accordance With (iaw) The Attached Statement Of Work (sow). for The Purposes Of Quoting This Opportunity, The Contract Line Item Number (clin) Structure Is As Follows: clin 0001 – Mil-dtl-24643 (see Attachment 2) Compliance Testing Services For Cables To Be Provided By The Government (see Attachment 3) Iaw Sow (see Attachment 1) Qty 1 Job clin 0002 – Data In Accordance With Exhibit A Contract Data Requirements List (see Attachment 4) Qty 1 Lot – Not Separately Priced (nsp) fob Destination: Newport, Ri delivery Date: Please Quote Best Delivery Date/lead Time After Receiving The Cables From The Government the Government Intends To Award A Single Ffp Purchase Order To The Eligible And Responsible Offeror On A Lowest Price Technically Acceptable Basis. To Be Considered Technically Acceptable The Quote Must: 1. Quote Exact Parts, Quantities And Terms Specified. 2. The Government Will Consider Past Performance Information Whereby Negative Information Within Supplier Performance Risk System (sprs) May Render A Quote Being Deemed Technically Unacceptable 3. Offerors Shall Provide Information And Documentation In Detail To Clearly Identify Its Overall Qualifications To Perform This Type Of Work. additional Terms 1. Contractor Must Have An Active Registration In Sam At The Time Of Quote Submission. 2. Quote Must Be Valid For 60 Days. 3. The Government’s Method Of Payment Is Government Purchase Card (mastercard) But If A Credit Card Fee Applies Payment Will Be Electronic Payment Via Wide Area Workflow (wawf). Please Specify On Quote Whether Credit Card Is Acceptable And If There Is A Fee. 4. Incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular (fac). Full Text Of Incorporated Far/dfars Clauses And Provisions May Be Accessed Electronically At Https://acquisition.gov. 5. Offeror Shall Include Item Prices, Shipping Costs, Delivery Terms, And The Following Additional Information With The Submissions: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Sam Unique Entity Id. 6. Quotes Shall Be Submitted Electronically Via Email To Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil And Must Be Received On Or Before January 31, 2025 At 02:00 Pm Eastern Standard Time (edt). Quotes Received After This Date Are Late And May Not Be Considered For Award. For Questions Regarding This Acquisition, Please Contact Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil. incorporated Provisions And Clauses Are Those In Effect Through The Most Current Federal Acquisition Circular (fac). The Following Provisions And Clauses Apply To This Solicitation: far 52.204-13 System For Award Management Maintenance far 52.204-19, Incorporation By Reference Of Representations And Certifications far 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems far 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or Felony Under Any Federal law 52.212-1, Instructions To Offerors--commercial Item 52.212-2, Evaluation – Commercial Items 52.212-3, Offeror Representations And Certifications – Commercial Items far 52.212-4, Contract Terms And Conditions – Commercial Items far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial items far 52.232-39 Unenforceability Of Unauthorized Obligations far 52.233-1 Disputes far 52.233-3 Protest After Award 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities. far 52.243-1 Changes--fixed Price far 52.249-8 Default (fixed-price Supply & Service) *the Additional Following Far Clauses Cited In 52.212-5 Are Applicable To The Acquisition: 52.222-3, Convict Labor (jun 2003); 52.222-19, Child Labor—cooperation With Authorities And Remedies (jan 2020) (cd 2020-o0019); 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sep 2016); 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); 52.222-50, Combating Trafficking In Persons (oct 2020); 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020); the Following Defense Federal Acquisition Regulations Supplement (dfars) Provisions And Clauses Also Apply To This Solicitation: 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.211-7003 Item Unique Identification And Valuation 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Products Or Commercial Services 252.246-7008 Sources Of Electronic Parts 252.247-7023 Transportation Of Supplies By Sea

Department Of Agriculture Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1.6 Million (USD 27.8 K)
Details: Description Negotiated Procurement-two Failed Biddings For The Procurement Of Various Office Equipment/appliances. 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Negotiated Procurement-two Failed Biddings Through The National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of One Million Six Hundred Thirty Thousand Pesos (₱1,630,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Office Equipment/appliances. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Office Equipment/appliances With The Following Details/specifications: 1) 8 Sets Smarttv With Stand @ 100,000.00/set Smart Tv Specifications: Screen Size: 65 Inches Display Technology: Qled Special Feature: Quantum Processor Lite 4k|quantum Hdr|4k Upscaling|dual Led Included Components: 1 Number Led Tv, 1 Number Power Cord, 1 Number Remocon, 2 Numbers Stand-cover Top Connectivity Technology: Wi-fi, Usb, Ethernet, Hdmi Aspect Ratio: 16:9 Product Dimensions:2.6d X 145.1w X 83.1h Centimeters Resolution: 4k Ultra Hd (3840 X 2160) Resolution |refresh Rate : 50 Hertz Connectivity : 3 Hdmi Ports For Seamless Connectivity With External Devices | 2 X Usb-a Usb Ports To Connect Hard Drives Or Other Usb Devices |wi-fi | Bluetooth | Anynet+ (hdmi-cec)| Ethernet (lan) Port| Digital Audio Out (optical)| Rf In (terrestrial / Cable Input / Satellite Input) Sound: 20w Output- 2ch | Powerful Speakers With Ots Lite | Adaptive Sound | Q-symphony Smart Tv Features : Bixby | Web Browser | Smartthings Hub / Matter Hub / Iot-sensor Funtionality | Apple Airplay | Multi View | Daily+ | Mobile To Tv Mirroring | Tv Initiate Mirroring | Sound Mirroring | Wireless Tv On | Tap View Display: Quantum Processor Lite 4k | Quantum Hdr | Support | Dual Led | Supreme Uhd Dimming | Contrast Enhancer | Motion Xcelerator | 4k Upscaling Filmmaker Mode With 5meters Hdmi Cable Warranty Information : 2 Year Warranty (1 Year Standard Warranty + 1 Year Additional Warranty On Panel From The Date Of Purchase) Tv Stand Specifications: Height Adjustable Movable Tv Stand Tv Screen Size: 32″- 75″ Max Weight: 75 Kg / 165 Lbs. Supported Vesa: 200x200mm, 400x200mm, 300×300,400x400mm, 600x400mm Adjustment Range: 990mm-1430mm Adjustable Angle: +15° ~ -15° Material: Powder Coated Steel Silent Lockable Wheels Heavy-duty Casters: Smooth Mobility With Quality That Lasts A Lifetime Power Board And Cable Management Height Adjustable Equipment Shelf: Provides More Storage Space For Accessories 2) 3 Sets Drone Camera - Fly More Combo Drone@ 120,000.00/set Specifications: Takeoff Weight 595 G, 3-axis Gimbal Camera, 5.4k Video, 1-inch Cmos Sensor, 4 Directions Of Obstacle Sensing, 31 Mins Flight Time, 12km 1080p Video Transmission, 64gb Microsd Card. Battery : Capacity 3750 Mah / 3500 Mah Battery Type : Lipo 3s Remote Control: Rc-ni Controller Connectors: Lightning, Micro Usb, Usb-c Inclusion: 3 X Intelligent Flight Battery, Battery Charger, Ac Power Cable, 6 X Pairs Of Low-noise Propellers, Gimbal Protector, Usb Type-c Cable, Usb Type-c Remote Cable, Lightning Remote Cable, Micro, Usb Remote Cable, Pair Of Control Sticks, Nd Filter Set (nd4/8/16/32), Battery Charging Hub, Battery-to-power Bank Adapter, Shoulder Bag 3) 1 Set Drone Camera With Complete Accessories@ 120,000.00 Specifications: Takeoff Weight: Approx. 377 G Dimensions: 185×212×64 Mm (l×w×h) Max Ascent Speed: 6 M/s (normal Mode), 9 M/s (sport Mode) Max Descent Speed: 6 M/s (normal Mode), 9 M/s (sport Mode) Max Horizontal Speed (near Sea Level, No Wind): 8 M/s (normal Mode), 16 M/s (sport Mode), 27 M/s (manual Mode)* Max Takeoff Altitude: 5000 M Max Flight Time: Approx. 23 Mins Max Hovering Time: Approx. 21 Mins Max Flight Distance: 13.0 Km Max Wind Speed Resistance: 10.7 M/s (level 5) Operating Temperature: -10° To 40° C (14° To 104° F) Global Navigation Satellite System: Gps + Galileo + Beidou Hovering Accuracy Range, Vertical: ±0.1 M (with Vision Positioning), ±0.5 M (with Gnss Positioning), Horizontal: ±0.3 M (with Vision Positioning), ±1.5 M (with Gnss Positioning) Internal Storage: 46 Gb Image Sensor: 1/1.3-inch Image Sensor, Effective Pixels: 12 Mp Lens Fov: 155°, Format Equivalent: 12 Mm, Aperture: F/2.8, Focus: 0.6 M To ∞ Iso Range: 100-25600 (auto), 100-25600 (manual) Shutter Speed Video: 1/8000-1/30 S, Photo: 1/8000-1/50 S Max Image Size: 4000×2256 (16∶9), 4000×3000 (4∶3) Still Photography Mode: Single Shot Photo Format: Jpeg Video Resolution 4k (4∶3): 3840×2880@30/50/60fps, 4k (16∶9): 3840×2160 30/50/60/100fps, 2.7k (4∶3): 2688×2016@30/50/60fps, 2.7k (16∶9): 2688×1512@30/50/120fps, 1080p (4∶3): 1440×1080@30/50/120fps, 1080p (16∶9): 1920×1080@30/50/120fps Video Format: Mp4 (h.264/h.265) Max Video Bitrate: 130 Mbps Stabilization: Single-axis Mechanical Gimbal (tilt) Mechanical Range: Tilt: -95° To 90° Controllable Range: Tilt: -85° To 80° Max Control Speed (tilt): 100°/s Angular Vibration Range: ±0.01° Sensing Type Downward And Backward Visual Positioning Video Transmission System: O4 Live View Quality: 1080p@30/50/60/100fps Operating Frequency: 2.400-2.4835 Ghz, 5.170-5.250 Ghz*, 5.725-5.850 Ghz* Communication Bandwidth: Max 60 Mhz Max Transmission Distance (unobstructed, Free Of Interference): Fcc: 13 Km, Ce: 10 Km, Srrc: 10 Km, Mic: 10 Km Max Video Bitrate: 60mbps Antennas: 4 Antennas, 2t4r Wi-fi Protocol: 802.11a/b/g/n/ac Operating Frequency: 2.400-2.4835 Ghz, 5.725-5.850 Ghz Bluetooth Protocol: Bluetooth 5.0 Operating Frequency: 2.400-2.4835 Ghz Transmitter Power (eirp): <10 Dbm Intelligent Flight Battery Capacity: 2150 Mah Weight: Approx. 145 G Standard Voltage: 14.76 V Max Charging Voltage: 17 V Battery Type: Li-ion 4) 2 Units Projector @ 58,750.00/unit Specifications: Brightness: 4,200 Lumens (ansi)1 / 3,360 Lumens (eco), Resolution: 1024x768, Aspect Ratio: 4:3 (xga), Contrast: 10,000:1 (full On/off), Display Type: Dlp X 1, Color Wheel: 6 Segments, Color Processing: 8-bit, Video Modes: 720p, 1080i, 1080p/60, 1080p/24, 1080p/25, 1080p/30, 1080p/50, 576i, 576p, 480p, 480i, Data Modes: Max 1920x1200, 3d Modes: Pc 3d Ready, Lamp Type: 310w Metal Halide Bulb, Lamp Life: 2,500 Hours / 3,000 Hours (eco), Lamp Model: Lv-lp42, Included Lens: 1.5x Manual Zoom , Manual Focus, Optional Lenses: No, Lens Shift:no, Throw Distance: 3.9' - 32.8', Image Size: 21.27"" - 268.85"", Throw Ratio: 1.83:1 - 2.75:1 (d:w), Digital Zoom: Yes, Digital Keystone: Horizontal & Vertical, Projector Size: 4.40"" X 12.30"" X 9.00"" (hxwxd), Weight: 7.5 Lbs, Audible Noise: 40 Db / 36 Db (eco), Internal Speakers: 10.0 Watts Mono, Power: 410 Watts 100v - 240v, Connection Panel: 12-volt Trigger, Audio In: Mini Jack X 2, Audio In: Rca, Audio Out: Mini Jack, Hdmi, Hdmi (mhl), Network:, Rj-45, Rs232: Db-9pin, S-video, Usb X 2, Vga In: Dsub-15pin X 2, Vga Out: Dsub-15pin Features: Pc 3d Ready, Geometric Correction, Crestron Roomview™ 5) 3 Sets Tablet With Keyboard And Tablet Case @ 77,500.00/set Specifications: Color: Platinum Processor Type: Snapdragon X Plus 10-core Processor System Operating System: Windows 11 Home Lcd Size: 13” Pixelsense™ Display Resolution: 2880 X 1920 Graphics: Intel Qualcomm Adreno Graphics Standard Memory: 16 Gb Lpddr5x Storage Ssd Capacity: 256 Gb Ssd Wifi: Wi-fi 7 802.11be With Mu-mimo Support Bluetooth: Bluetooth Wireless 5.4 Technology Port: 2x Usb-c (usb4) / Supports Video Alt Mode And Power Delivery, 1x Surface Connector, 1x Surface Keyboard Deliver To: Da-rfo 7, Magukay, Mandaue City Delivery Of The Goods Is Required Within 30 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. The Following Eligibility Requirements & Other Documents Shall Be Submitted On Or Before February 3, 2025, 10:00 Am Upon Payment Of Applicable Fee At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City: Eligibility Requirements: 1. Valid Sec/dti/cda Registration Certificate; 2. Valid Mayor’s/business Permit (for A 2-year Coverage Mayor’s/business Permit Specifically In Cebu City, Attach Official Receipt (or) As Proof Of Payment For Renewal; 3. Valid Platinum Philgeps Registration (not Expired During Opening Of Bids); 4. Valid Bir Tax Clearance (not Expired During Opening Of Bids); 5. Annual Income Tax Return Of The Preceding Tax Year; 6. Business/vat Percentage Tax Return; 7. Omnibus Sworn Statement (notarized)/secretary’s Certificate (notarized) (if There’s Any); 8. Tax Exemption Certificate (if There’s Any) 4. Pre-negotiation Conference For The Negotiated Procurement With Interested Bidders/suppliers Will Be Conducted On January 21, 2025, 2:00 Pm At Da-7 Rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 5. A Complete Set Of Canvass Form May Be Acquired By Interested Bidders From January 13, 2025 To January 31, 2025 At 8:00am To 5:00pm, Office Hours From The Address Below Upon Payment Of A Non-refundable Fee Of ₱5,000.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 3, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 7. The Deadline Of Submission And Opening Of The Eligibility Requirements And Canvass/bid Form (best Offer) Will Be On February 3, 2025, 10:00 Am At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 8. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 9. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 January 13, 2025 ( Sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
551-560 of 590 archived Tenders