Drone Tenders
Drone Tenders
DEPT OF THE NAVY USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis/solicitationthis 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; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Enclosure Is An Addendum To Far Provision 52.212-1, Instructions To Offerors – Commercial Items, Which Applies To This Acquisition. Competitive Quotes Are Being Requested Under Request For Quote (rfq) Number N66001-25-q-6078. The North American Industry Classification System (naics) Code Applicable To This Acquisition Is 334417-electronic Connector Manufacturing And The Small Business Size Standard Is 1,000 Employees. This Procurement Is Not A Small Business Set-aside. All Responsible Sources Can Participate As This Is Full And Open Competition. Items Required:the Government Is Seeking To Acquire Commercial Surface Interconnect Cables Manufactured In Accordance With The Provided Niwc Drawing. To Be Considered Acceptable And Eligible For Award, Quotes Must Provide All Items Listed Below. The Government Will Not Consider Quotes Or Offers For Partial Items Or Quantities. Quantity Of 20 In Accordance With Attachment (01) Interconnect Cable Assemblydelivery: The Required Delivery Date Is No Later Than 180 Days After Receipt Of Order (aro). The Government Is Seeking Free On Board (fob) Destination Pricing To The Following Shipping Address: San Diego, Ca; Zip Code: 92110 (full Address To Be Provided At Award). Offeror Instructionsthe Government Intends To Award A Purchase Order To The Responsive, Responsible Vendor, Whose Quote Conforming To The Rfq Is Most Advantageous To The Government As Defined In The 'evaluation Factors For Award' Section Below. A Complete Quote Must Be Received For Consideration. Respond To Each Item Listed Below, If The Response Is "none" Or "not Applicable," Explicitly State And Explain. The Government May Consider Quotes That Fail To Address Or Follow All Instructions To Be Non-responsive And Ineligible For Contract Award. A Complete Quote Includes A Response And Submission To Each Of The Following:1.general Information: Offeror Business Name, Address, Cage And Ueid (ensure Representation And Certifications Are Up To Date In Sam.gov), Business Size And Type Of Small Business Based On Applicable Naics Code As Provided Above, Federal Tax Id, Primary Point Of Contract (to Include Telephone And E-mail Address) And Provide A Gsa Contract Number If Some Or All Items Proposed Are On The Gsa Schedule. Far Provision 52.212-3, Alternate I, Offeror Representations And Certifications – Commercial Items, Applies To This Acquisition. Offerors Must Include A Completed Copy Of This Provision With Offer.2.technical Documentation:a.technical Approach Or Specifications: The Government Will Evaluate The Quote To See If The Quote Adheres To The Items Required Section Of The Rfq. The Quote Must Address And Meet The Requirements/specifications As Defined Under Technical Factor I Below.b.sustainable Acquisitions Information And Certification: The Contractor Shall Comply With All Sustainable Acquisition Policies In An Effort To Minimize The Government's Environmental Impact And Deliver Community Benefits Through Better Selection And Improved Usage Of Products And Services. In Accordance Far Part 23, Sustainable Acquisition Policies Apply To Both Contracts For Products And Services That Require The Delivery, Use, Or Furnishing Of Products/services To The Government. Indicate If Any The Following Sustainable Acquisition Categories Apply To Any Products Or Services Proposed: Energy Efficient, Water Efficient, Recycled, Bio-based, Environmentally Preferable, Non-ozone Depleting Substances, Less Toxic And/or Less Ghgs.3.price Quote: Submit Complete Pricing For Each Item Listed In The 'items Required' Section Above To Include The Unit Of Issue, The Extended Price For Each Line Item And A Total Price In Us Dollars ($). Note: Ensure Fob Destination Shipping Costs And Estimated Are Included In The Pricing, And That An Estimated Lead Time For Each Item Is Provided. Note That Delivery For The Items Relating To This Procurement Must Be Delivered Within 180 Days Aro As Stated Above (expected Award Date Is 27 Feb 2025), Which The Government Currently Estimates To Be A Delivery Date No Later Than 8/30/2025.4.commercial Warranty: If Available, Provide The Terms And Length Of The Workmanship And/or Manufacturer Warranty On The Product(s) And/or Services Proposed Included In The Proposed Purchase Price.evaluation Factors For Award:the Government Intends To Award A Firm Fixed Price (ffp) Purchase Order To The Responsive, Responsible Vendor, Whose Quote Conforming To The Rfq, Is Most Advantageous To The Government, Price And Other Factors Considered. Technical, Price, And Past Performance Factors Will Be Used To Evaluate Quotes. The Vendor Must Be Registered In The System For Award Management (sam). The Government Reserves The Right To Award No Contract At All, Depending On The Quality Of Quotes Submitted And Availability Of Funds. Factor I- Technical: The Government Will Evaluate The Technical Approach In The Vendor's Quote To Assess The Vendor's Capability To Meet The Government's Requirement And The Required Delivery Date. Due To Project Timelines, The Required Delivery Date Is No Later Than 180 Days After Receipt Of Order (aro). The Quote Must Address And Meet The Requirements/specifications As Described In Attachment (01) & Attachment (03), And In The Quantities Outlined In The 'items Required' Section On Page One Of This Solicitation. All Evaluation Factors, When Combined, Will Be Of Significantly More Important Than The Price Factor. This May Result In An Award To A Higher Priced Offeror Where The Decision Is Consistent With The Evaluation Factors And The Government Has Reasonably Determined That Non-cost/price Evaluation Of The Higher Priced Offeror Outweighs The Price Difference. Factor Ii- Price: The Government Will Evaluate The Total Price To Determine If It Is Fair And Reasonable. The Price Quote Shall Include A Unit Price For Each Item And A Total Firm-fixed-price For All Line Items. The Total Firm-fixed-price Shall Include All Applicable Taxes, Shipping, And Handling Costs To The Shipping Address Listed Above As Outlined In Paragraph 3 Above.factor Iii- Past Performance: The Government Will Evaluate Past Performance By Reviewing Sources That May Include, But Are Not Limited To, Information From Government Personnel And Information From Sources Such As The Offeror's Responsibility/qualification (r/q) Documentation In System For Award Management (sam) And Contractor Performance Assessment Reporting System (cpars). The Government Will Consider Supplier Risk To Assess The Risk Of Unsuccessful Performance And Supply Chain Risk Using The Past Performance Data In The Supplier Performance Risk System (sprs) To Include Quality, Delivery, And Other Contractor Performance Information.due Date And Submission Informationeligible Offerors: All Offerors Must Have A Completed Registration In The System For Award Management (sam) Website Prior To Award Of Contract. Information Can Be Found At Https://www.sam.gov/. Complete Sam Registration Means Offerors Shall Have Registered Cage And Ueid Codes.page Limitations: Ensure To Stay Within The Page Limitations As Follows: None.formatting Requirements: Submit Quotes In Electronic Pdf And Excel Format To Facilitate Calculations. Text Should Be Formatted On An 8 ½ By 11 Inch Page In 12 Point Times New Roman Font. Questions, Due Date, And Submission Requirements: All Questions Must Be Received Before The Rfq Due Date. Questions May Be Submitted Via Email To Jeremy Clay At Jeremy.m.clay2.civ@us.navy.mil With The Subject Line: N66001-25-q-6078. Include Rfq# N66001-25-q-6078 On All Inquiries. Questions May Be Addressed At The Discretion Of The Government.rfq Due Date And Submission Requirements: This Rfq Closes On Monday 24 February At 12:00 Pm, Pacific Time. Quotes Must Be Uploaded On The Navwar E-commerce Website At Https://e-commerce.dc3n.navy.mil/ Under Niwc Pacific/ Open Solicitations/ N66001-25-q-6078. Email Quotes And Late Quotes May Not Be Accepted.navwar E-commerce Website Assistance: For E-commerce Technical Issues, Contact The Spawar Paperless Initiatives Help Desk At 858-537-0644 Or Paperless.spawar@navy.mil.government Rfq Point Of Contract: The Contract Specialist Point Of Contact For This Solicitation Jeremy Clay At Jeremy.m.clay2.civ@us.navy.mil . Reference Rfq# N66001-25-q-6078 On All Email Exchanges Regarding This Acquisition.rfq Attachments – Offeror Must Fill Out And Sign Attachment 02 Reps & Certs Package And Return With Quote.1.drawing: Interconnect Cable Assembly2.reps&certs To Be Completed, Digitally Signed, And Returned3.supplemental Drawing: Conduit Assemblyapplicable Provisions And Clausesthis Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective 01/17/2025, And Defense Federal Acquisition Regulation Supplement (dfars) Change 12/18/2024. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses Can Be Accessed In Full Text At Https://www.acquisition.gov/content/regulations.the Current Versions (as Of The Date Of The Rfq) Of The Following Far/dfars Provisions, Incorporated By Reference, Apply To This Acquisition:52.204-7system For Award Management 52.204-16commercial And Government Entity Code Reporting 52.204-24representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26 Covered Telecommunications Equipment Or Services-representation52.212-1instructions To Offerors- Commercial Items52.212-3alternate 1, Offeror Representations And Certifications- Commercial Items252.203-7005representation Relating To Compensation Of Former Dod Officials 252.204-7008compliance With Safeguarding Covered Defense Information Controls252.204-7016covered Defense Telecommunications Equipment Or Services—representation252.204-7017prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation 252.204-7019notice Of Nist Sp 800-171 Dod Assessment Requirements 252.204-7024notice On The Use Of The Supplier Performance Risk System252.213-7000notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations 252.225-7055 Representation Regarding Business Operations With The Maduro Regime 252.225-7059prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representationthe Current Versions (as Of The Date Of The Rfq) Of The Following Far/dfars Clauses, Incorporated By Reference, Apply To This Acquisition:52.204-13system For Award Management Maintenance 52.204-18commercial And Government Entity Code Maintenance 52.212-4contract Terms And Conditions—commercial Items 52.232-39unenforceability Of Unauthorized Obligations252.203-7000requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights252.204-7009limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information252.204-7012safeguarding Covered Defense Information And Cyber Incident Reporting (deviation 2024-o0013, Revision 1)252.204-7015notice Of Authorized Disclosure Of Information For Litigation Support252.204-7018prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7020nist Sp 800-171 Dod Assessment Requirements 252.204-7022expediting Contract Closeout252.211-7003item Unique Identification And Valuation252.211-7008use Of Government – Assigned Serial Numbers 252.223-7008prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program – Basic252.225-7012preference For Certain Domestic Commodities252.225-7028exclusionary Policies And Practices Of Foreign Governments252.225-7056prohibition Regarding Business Operations With The Maduro Regime252.225-7060prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region252.232-7003electronic Submission Of Payment Requests And Receiving Reports 252.232-7006wide Area Workflow Payment Instructions 252.232-7010levies On Contract Payments 252.244-7000subcontracts For Commercial Items 252.246-7007contractor Counterfeit Electronic Part Detection And Avoidance System252.246-7008sources Of Electronic Parts252.247-7023transportation Of Supplies By Sea – Basicthe Current Versions (as Of The Date Of The Rfq) Of The Following Far/dfars Clauses And Provisions, Incorporated By Full Text, Apply To This Acquisition:far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Applies To This Acquisition And Includes The Following Clauses By Reference:52.204-10reporting Executive Compensation And First-tier Subcontract52.204-27prohibition On A Bytedance Covered Application52.204-30federal Acquisition Supply Chain Security Act Orders—prohibition52.209-6protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment52.219-4notice Of Price Evaluation Preference For Hubzone Small Business Concerns52.219-28post-award Small Business Program Representation 52.222-3 Convict Labor 52.222-19child Labor-cooperation With Authorities And Remedies52.222-21prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking In Persons 52.223-23 Sustainable Products And Services52.225-13restrictions On Certain Foreign Purchases 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-33 Payment By Electronic Funds Transfer— System For Award Management 52.232-40providing Accelerated Payments To Small Business Subcontractors 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities 52.252-1 Solicitation Provisions Incorporated By Referencethis Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):the Far Provisions, Clauses And Deviations Can Be Accessed In Full Text Athttps://www.acquisition.gov/browse/index/far (far Clauses And Deviations) Andhttps://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (dfars Clauses).(end Of Clause) 52.252-2, Clauses Incorporated By Reference This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given Infull Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause Maybe Accessed Electronically At This/these Address(es):the Far Provisions, Clauses And Deviations Can Be Accessed In Full Text Athttps://www.acquisition.gov/browse/index/far (far Clauses And Deviations) Andhttps://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (dfars Clauses).(end Of Clause)52.252-6 Authorized Deviations In Clauses (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With Anauthorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Clause.(b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfrchapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Ofthe Regulation.(end Of Clause)252.225-7027 Restriction On Contingent Fees For Foreign Military Sales.restriction On Contingent Fees For Foreign Military Sales (apr 2003)(a) Except As Provided In Paragraph (b) Of This Clause, Contingent Fees, As Defined In The Covenant Against Contingent Fees Clause Of This Contract, Are Generally An Allowable Cost, Provided The Fees Are Paid To—(1) A Bona Fide Employee Of The Contractor; Or(2) A Bona Fide Established Commercial Or Selling Agency Maintained By The Contractor For The Purpose Of Securing Business.(b) For Foreign Military Sales, Unless The Contingent Fees Have Been Identified And Payment Approved In Writing By The Foreign Customer Before Contract Award, The Following Contingent Fees Are Unallowable Under This Contract:(1) For Sales To The Government(s) Of __________, Contingent Fees In Any Amount.(2) For Sales To Governments Not Listed In Paragraph (b)(1) Of This Clause, Contingent Fees Exceeding $50,000 Per Foreign Military Sale Case.(end Of Clause)h-3 Limited Release Of Contractor Confidential Business Information(a) Definition."confidential Business Information," (information) As Used In This Text, Is Defined As All Forms And Types Of Financial, Business, Economic Or Other Types Of Information Other Than Technical Data Or Computer Software/computer Software Documentation, Whether Tangible Or Intangible, And Whether Or How Stored, Compiled, Or Memorialized Physically, Electronically, Graphically, Photographically, Or In Writing If -- (1) The Owner Thereof Has Taken Reasonable Measures To Keep And Protect Such Information, And (2) The Information Derives Independent Economic Value, Actual Or Potential From Not Being Generally Known To, And Not Being Readily Ascertainable Through Proper Means By, The Public. Information Does Not Include Technical Data, As That Term Is Defined In Dfars 252.227-7013(a)(14), 252.227-7015(a)(4), And 252.227-7018(a)(19). Similarly, Information Does Not Include Computer Software/computer Software Documentation, As Those Terms Are Defined In Dfars 252.227-7014(a)(4) And 252.227-7018(a)(4).(b) The Naval Information Warfare Systems Command (navwar) May Release To Individuals Employed By Navwar Support Contractors And Their Subcontractors. Information Submitted By The Contractor Or Its Subcontractors Pursuant To The Provisions Of This Contract. Information That Would Ordinarily Be Entitled To Confidential Treatment May Be Included In The Information Released To These Individuals. Accordingly, By Submission Of A Proposal Or Execution Of This Contract, The Offeror Or Contractor And Its Subcontractors Consent To A Limited Release Of Its Information, But Only For Purposes As Described In Paragraph (c) Of This Text.(c) Circumstances Where Navwar May Release The Contractor's Or Subcontractors' Information Include The Following:(1) To Other Navwar Contractors And Subcontractors, And Their Employees Tasked With Assisting Navwar In Handling And Processing Information And Documents In The Administration Of Navwar Contracts, Such As File Room Management And Contract Closeout; And,(2) To Navwar Contractors And Subcontractors, And Their Employees Tasked With Assisting Navwar In Accounting Support Services, Including Access To Cost-reimbursement Vouchers.(d) Navwar Recognizes Its Obligation To Protect The Contractor And Its Subcontractors From Competitive Harm That Could Result From The Release Of Such Information. Navwar Will Permit The Limited Release Of Information Under Paragraphs (c)(1) And (c)(2) Only Under The Following Conditions:(1) Navwar Determines That Access Is Required By Other Navwar Contractors And Their Subcontractors To Perform The Tasks Described In Paragraphs (c)(1) And (c)(2);(2) Access To Information Is Restricted To Individuals With A Bona Fide Need To Possess;(3) Contractors And Their Subcontractors Having Access To Information Have Agreed Under Their Contract Or A Separate Corporate Non-disclosure Agreement To Provide The Same Level Of Protection To The Information That Would Be Provided By Navwar Employees. Such Contract Terms Or Separate Corporate Non-disclosure Agreement Shall Require The Contractors And Subcontractors To Train Their Employees On How To Properly Handle The Information To Which They Will Have Access, And To Have Their Employees Sign Company Non-disclosure Agreements Certifying That They Understand The Sensitive Nature Of The Information And That Unauthorized Use Of The Information Could Expose Their Company To Significant Liability. Copies Of Such Employee Non-disclosure Agreements Shall Be Provided To The Government; And(4) Navwar Contractors And Their Subcontractors Performing The Tasks Described In Paragraphs (c)(1) Or (c)(2) Have Agreed Under Their Contract Or A Separate Non-disclosure Agreement To Not Use The Information For Any Purpose Other Than Performing The Tasks Described In Paragraphs (c)(1) And (c)(2).(e) Navwar's Responsibilities Under The Freedom Of Information Act Are Not Affected By This Text.(f) The Contractor Agrees To Include, And Require Inclusion Of, This Text In All Subcontracts At Any Tier That Requires The Furnishing Of Information. (end Of Clause)
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Description: Request For Quote
telecom Supplies
this Is A Request For Quote. This Is Not An Order. This Document Is Not Legally Binding And Does Not Commit The Us Government In Anyway.
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
this Solicitation Is A 100% Small Business Set Aside. Naics 517112
upon Completion Of This Quote, Please Email Your Response To Sgt Dario Gonzalez At Dario.gonzalez@usmc.mil. All Quotes Are Due To The Responsible Contracting Office No Later Than Mondayjanuary 27, 2025 @ 4:00 P.m. Eastern Standard Time Quotes May Not Be Accepted Past The Aforementioned Date & Time Specified.
the U. S. Government Intends To Award A Firm Fixed Price Purchase Order To The Successful Offeror Of This Rfq. Award Will Be Made To The Responsible Offeror Whose Offer Conforming To The Request For Quote Will Be Most Advantageous And Provide The Best Value To The Government, Price And Other Factors Considered. All Quotes Must Comply As Follows:
all Quotes Shall Be Evaluated On The Ability To Meet Required Saliant Characteristics, Delivery, And Cost. A Quote That Is So Lacking In Information, That A Proper Evaluation Would Require Elaborate Explanation, May Be Deemed Technically Unacceptable.
quotes Must Confirm That The Offered Items And/or Services Are In Accordance With The Saliant Characteristics As Outlined Within This Rfq.
the Offeror Shall Submit A Quotation That Includes All Prices For The Listed Items And The Delivery Dates For Each Item.
the Basis Of Award For This Solicitation Will Be “price And Other Factors”. The Government Will Determine Best Value By Reviewing The Following Factors. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Approximately Equal To Cost Or Price..
price;
past Performance
other Factors (other Factors Include But Are Not Limited To Technical Acceptability, Delivery Time If All Offers Are Longer Than The Requested Rdd)
to Be Eligible For Award Under This Rfq, Contractors Must Respond To This Rfq By The Closing Date And Time As Referenced Above. Failure To Submit The Required Information May Result In Your Quotation Being Considered Non-responsive.
the Government Intends To Make One Aggregate Award Resulting From The Rfq But Reserves The Right To Make Multiple Awards Without Discussions. The Government Will Determine The Awardee Based On The Quote That Provides The Overall Best Value To The Government, Price And Other Factors Considered. To Be Found Technically Acceptable, Vendor Must Meet All The Requirements In The Solicitation. Quotes Shall Be Evaluated Based On Technical Acceptability, Price, Delivery, And Satisfactory Past Performance.
5. The Contractor Shall Quote The Requested Items As Detailed Below In Us Dollar, (usd).
********** Please Provide The Following Information **********
company Name:
address:
phone Number:
point Of Contact:
e-mail Address:
********system For Award Management (sam) Information*******
uei:
cage Code:
authority Of Government Personnel
notwithstanding Any Provision To The Contrary Contained Elsewhere In This Solicitation, The Contracting Officer Is The Only Person Authorized To Approve And Issue Amendments To This Solicitation. Any Amendment To This Solicitation, In Order To Be Effective, Shall Be Issued By The Contracting Officer.
minimum Government Requirements
the Referenced Brand Names Are Not Intended To Be Restrictive But Represent The Minimum Requirements Of The Government. It Is The Bidder’s Responsibility To Furnish Sufficient Information To The Government To Determine Acceptability Of The Offered "equal" Items. It Is The Governments Intent To Award One Aggregate Award But Reserves The Right To Make Multiple Awards.
(quote) Total Amount:
usd
clin
description
u/i
qty
price
detailed Description
required Delivery Date
0001
unlocked Smart Phone
ea
10
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0002
unlocked Wifi Puckwith Ethernet Port
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0003
integrated Services Router (isr)
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0004
international Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
12
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0005
international Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
8
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
clauses Incorporated By Full Text
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):
https://www.acquisition.gov/
(end Of Provision)
52.252-2clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
https://www.acquisition.gov/
(end Of Clause)
clauses Incorporated By Reference
52.204-7
system For Award Management
oct 2016
52.204-13
system For Award Management Maintenance
oct 2016
52.204-16
commercial And Government Entity Code Reporting
jul 2016
52.204-18
commercial And Government Entity Code Maintenance
jul 2016
52.204-21
basic Safeguarding Of Covered Contractor Information Systems
jun 2016
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.204-25
prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.212-1
instructions To Offerors--commercial Items
oct 2018
52.212-3
offeror Representations And Certifications--commercial Items (aug 2018) Alternate I
oct 2014
52.212-4
contract Terms And Conditions – Commercial Items
jan 2017
52.232-39
unenforceability Of Unauthorized Obligations
jun 2013
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
52.240-1
prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities
nov 2024
52.247-34
f.o.b. Destination
nov 1991
252.203-7000
requirements Relating To Compensation Of Former Dod Officials
sep 2011
252.204-7004
antiterrorism Awareness Training For Contractors
feb 2019
252.204-7012
safeguarding Covered Defense Information And Cyber Incident Reporting
oct 2016
252.204-7015
notice Of Authorized Disclosure Of Information For Litigation Support
may 2016
252.211-7003
item Unique Identification And Valuation
mar 2016
252.223-7008
prohibition Of Hexavalent Chromium
jun 2013
252.225-7040
contractor Personnel Supporting U.s. Armed Forces Deployed Outside The United States
oct 2015
252.225-7043
antiterrorism/force Protection Policy For Defense Contractors Outside The United States
jun 2015
252.225-7993 (dev)
prohibition On Providing Funds To The Enemy (deviation 2015-o0016)
sep 2015
252.232-7003
electronic Submission Of Payment Requests And Receiving Reports
june 2012
252.232-7006
wide Area Workflow Payment Instructions.
jan 2023
252.232-7010
levies On Contract Payments
dec 2006
252.237-7010
prohibition On Interrogation Of Detainees By Contractor Personnel
jun 2013
252.244-7000
subcontracts For Commercial Items
jun 2013
252.246-7004
safety Of Facilities, Infrastructure, And Equipment For Military Operations
oct 2010
252.247-7023
transportation Of Supplies By Sea
apr 2014
clauses Incorporated By Full Text
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (dec 2023)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004s) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.]
___ (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655).
___ (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
___ (3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
___ (4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community--see Far 3.900(a).
x (5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note).
___ (6) [reserved]
___ (7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
___ (8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
x (9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
___ (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders--federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115-390,
title Ii).
___ (11)(i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders--prohibition. (dec 2023) (pub. L. 115-390, Title Ii).
___ (ii) Alternate I (dec 2023) Of 52.204-30.
x (12) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note).
___ (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
____ (14) [reserved]
____ (15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a).
____ (16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
____ (17) [reserved]
____ (18)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
____ (ii) Alternate I (mar 2020) Of 52.219-6.
____ (19)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644).
____ (ii) Alternate I (mar 2020) Of 52.219-7.
____ (20) 52.219-8, Utilization Of Small Business Concerns (sep 2023) (15 U.s.c. 637(d)(2) And (3)).
____ (21)(i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)).
____ (ii) Alternate I (nov 2016) Of 52.219-9.
____ (iii) Alternate Ii (nov 2016) Of 52.219-9.
____ (iv) Alternate Iii (jun 2020) Of 52.219-9.
____ (v) Alternate Iv (sep 2023) Of 52.219-9.
____ (22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
____ (ii) Alternate I (mar 2020) Of 52.219-13.
____ (23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s).
____ (24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)).
____ (25) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f).
____ (26) (i) 52.219-28, Post-award Small Business Program Rerepresentation (sep 2023) (15 U.s.c. 632(a)(2)).
____ (ii) Alternate I (mar 2020) Of 52.219-28.
____ (27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)).
____ (28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)).
____ (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
____ (30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s).
x (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755).
x (32) 52.222-19, Child Labor--cooperation With Authorities And Remedies (nov 2023) (e.o. 13126).
____ (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
____ (34)(i) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246).
____ (ii) Alternate I (feb 1999) Of 52.222-26.
____ (35)(i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
____ (ii) Alternate I (jul 2014) Of 52.222-35.
____ (36)(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
____ (ii) Alternate I (jul 2014) Of 52.222-36.
____ (37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
____ (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
x (39)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
____ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
____ (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.)
____ (41)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
____ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
____ (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
____ (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
____ (44)(i) 52.223-13, Acquisition Of Epeat® Registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (oct 2015) Of 52.223-13.
____ (45)(i) 52.223-14, Acquisition Of Epeat® Registered Televisions (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-14.
____ (46) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b).
____ (47)(i) 52.223-16, Acquisition Of Epeat®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-16.
x (48) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
____ (49) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
____ (50) 52.223-21, Foams (jun 2016) (e.o. 13693).
____ (51)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
____ (ii) Alternate I (jan 2017) Of 52.224-3.
____ (52) (i) 52.225-1, Buy American--supplies (oct 2022) (41 U.s.c. Chapter 83).
____ (ii) Alternate I (oct 2022) Of 52.225-1.
____ (53)(i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
____ (ii) Alternate I [reserved].
____ (iii) Alternate Ii (dec 2022) Of 52.225-3.
____ (iv) Alternate Iii (nov 2023) Of 52.225-3.
____ (v) Alternate Iv (oct 2022) Of 52.225-3.
____ (54) 52.225-5, Trade Agreements (nov 2023) 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
x (55) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
____ (56) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
____ (57) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150
____ (58) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
____ (59) 52.229-12, Tax On Certain Foreign Procurements (feb 2021).
____ (60) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
____ (61) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
____ (62) 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332).
x (63) 52.232-34, Payment By Electronic Funds Transfer—other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
____ (64) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
____ (65) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
____ (66) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
____ (67)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631).
____ (ii) Alternate I (apr 2003) Of 52.247-64.
____ (iii) Alternate Ii (nov 2021) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.]
_____ (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
_____ (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
_____ (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
_____ (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
_____ (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67).
_____ (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67).
_____ (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658).
_____ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
_____ (9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records--negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause—
(i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
(ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712).
(iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
(vii)(a) 52.204-30, Federal Acquisition Supply Chain Security Act Orders--prohibition. (dec 2023) (pub. L. 115-390, Title Ii).
(b) Alternate I (dec 2023) Of 52.204-30.
(viii) 52.219-8, Utilization Of Small Business Concerns (sep 2023) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts
to Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(x) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246).
(xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xv) 52.222-41, Service Contract Labor Standards (aug 2018), (41 U.s.c. Chapter 67).
(xvi) _____ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
_____ (b) Alternate I (mar 2, 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67.)
(xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67)
(xix) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989).
(xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658).
(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
(xxii) (a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations. (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40.
(xxvi) 52.247-64, Preference For Privately-owned U.s. Flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
saliant Characteristics
required Delivery Date: 10 Days After The Company Has Received A Notice Of The Award.
delivery Address:
1st Mlg, Hq, Ecp Bldg 140199 Ammunition Road Bay 3 Oceanside, Ca 92055-56
clin0001 - Unlocked Smart Phone - Quantity 10
saliant Characteristics:
- Minimum Of 256gb Storage Space
-minimum Of 8gb Memory
- Must Be Unlocked For International Use (phone Must Not Be Carrier Locked)
- Must Have The Capability To Dual-sim And Be Esim Compatible.
- Network Capability (2g Gsm, 3g Umts, 4g Fdd Lte, 4g Tdd Lte,5g Fdd Sub6, 5g Tdd
sub6, 5g Tdd Mmwave)
-wifi 802.11 A/b/g/n/ac/ax 2.4g+5ghz+6ghz,he160, Mimo, 1024-qam
- Must Have Hotspot Capability
-minimum Of 4500 Mah Battery Capacity
- Operating System:qualcomm Snapdragon 8 Gen 1 Or Similar
- Cpu Type Octa-core Or Similar
- Rear Camera Resolution 50.0 Mp + 12.0 Mp+ 8.0 Mp Or Similar
- Front Camera Resolution 10mp - Display1080 X 2340 (fhd+)
clin0002 - Unlocked Wifi Puckwith Ethernet Port - Quantity 4
saliant Characteristics:
- Battery: Removable Li-ion Battery(5040 Mah); Up To 11 Hours Of Continuous Usage
-wifi: Full Dual-band/dual-concurrent Wifi. Wifi802.11 B/g/n 2.4 Ghz. Wifi 802.11
a/n/ac 5 Ghz
-technology/bands : Max 1 Gbps Download Speeds,and 150 Mbps Upload
speeds. Lte Cat 16, 4-bandca And 4x4 Mimo. Up To 4x Carrier Aggregationand Support
for Laa In Future Firmware Upgrades.lte/4g Bands: 1, 2, 3, 4, 5, 7, 12, 14, 29, 30, 66. 3g
bands: 1 ,2, 5. Ipv6 Support
- Must Be Unlocked For International Use (must Not Be Carrierlocked)
- Must Have A Minimum Of 1 Sim Card Slot
-must Have A Minimum Of 1 Ethernet Port
clin0003 -integrated Services Router (isr) - Quantity 4
saliant Characteristics:
- 8gb Memory
- Must Be Able To Bus, Poe/poe+, Adr Gnss Slot, Ssd Slot
-must Have 2 Wan Ports
- Gige
- Must Be Capable Of Operating At -40f 140 F Temperature
- 4 X Input/ Output, Console: 1 X Usb 2.0 - Mini-usb Type A,lan: 4 X 1000base-x - Rj-45,
serial: 1 X Rs-232 -rj-45, Serial: 1 X Rs-232/485 - Rj-45, Usb 2.0: 1x 4 Pin Usb Type A,
wan: 1 X 1000base-t - Rj-45, Wan: 1 X 1000base-x - Sfp (mini-gbic) Or Similar
-compliant With Dod Directives Like 8570 (personnelcertification) And 8551.1 (network
securityguidelines)
clin0004 - International Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 12
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Phones, Wifi Pucks And Isr Provided.
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- 12 Of The Sim Cards Must Be Able To Each Provide A Minimum Of 300 Texts, 500 Minutes Of Talk (voice Calls), And 10 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Talk Text And Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia,
cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
clin0005 - International Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 8
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Wifi Pucks And Isr
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- Sim Cards Must Each Be Able To Provide A Minimum Of 20 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia, Cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
(end Of Saliant Characteristics)
Closing Date27 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Details: Please Refer To Attached Amendment - Vendor Q&a36c24425q0230 0001
section A: Description This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, 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 Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq, Number 36c24425q0230. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 Effective 01/03/2025. The Complete Text Of Any Of The Clauses And Provisions May Be Accessed In Full Text At Far | Acquisition.gov. This Solicitation Is Being Competed On A Full And Open Competitive Basis. The Government Reserves The Right To Make Split Awards As A Result Of This Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 812332 Industrial Launders, With A Small Business Size Standard Of $47 Million. The Fsc/psc Is S209 - Housekeeping Laundry/drycleaning. Complete Instructions For Submitting A Response To This Solicitation And Applicable Provisions And Clauses Are Found In 36c24425q0230. All Offerors Are Advised To Pay Careful Attention To The Quote Submission Instructions As There Are Very Specific Instructions As What Is Required To Be Provided. The Contract Period Of Performance (pop) Is Anticipated To Be 03/24/2025 Through 03/23/2030. Should Issuance Of The Award Occur On A Different Date, The Performance Period Will Be Adjusted Accordingly. Any Award Resulting From This Solicitation Will Be Issued On A Standard Form 1449. Note: To Receive An Award Resulting From This Solicitation, Offerors Must Be Registered In The System For Award Management (sam) Database. Registration May Be Done Online At: Www.acquisition.gov Or Www.sam.gov. Section B: Statement Of Work The Pittsburgh, Pa Contracting Office Is Seeking Uniform Rental, Alteration And Laundering Services To Support The Wilkes Barre Va Medical Center, Located At 1111 East End Blvd., Wilkes Barre, Pa 18711. See Attached Statement Of Work (sow) For Complete Details. Section C: Price Schedule All Interested Companies Shall Provide Quotations For The Following: Supplies/services Quantities Listed Are Estimates. While Week Is The Unit Of Measure In This Combined Synopsis, Vendors May Price The Work In Other Industry-wide Acceptable Units, Such As Lbs. Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 1 52 Wk 1001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 2 52 Wk 2001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 3 52 Wk 3001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 4 52 Wk 4001 Uniform Supply And Laundry Service In Accordance With Statement Of Work Year 5 52 Wk Place Of Performance: Wilkes Barre Va Medical Center 1111 East End Blvd. Wilkes Barre, Pa 18711 Section D: Evaluation Of Quotations The Government Will Select The Quote That Represents The Best Benefit To The Government At A Price That Can Be Determined Reasonable. Specific Information To Be Included In Quotes Is Detailed Below In Instructions To Offerors Commercial Items . Following Receipt Of Quotes, The Government Will Perform A Comparative Evaluation Of The Services Quoted In Accordance With Far 13.106-2(b)(3). The Government Will Compare Quotes To One Another To Select The Quote That Best Benefits The Government By Fulfilling The Requirement. Additional Information Pertaining To Comparative Evaluation Is Below: What Comparative Evaluation Is: It Is The Direct Comparison Of One Quotation/offer With Another In A Uniform And Fair Manner To Determine Which Quote/offer Provides The Government What It Needs, Where And When, As Identified In The Rfq It Is An Assessment Of Which Response Is The Best As A Whole Once One Quotation/offer Is Found Acceptable, It Is Compared Side By Side To The Remaining Ones, And The Best One Is Chosen What Comparative Evaluation Is Not: It Does Not Individually Evaluate Quote/offers Against Specified Evaluation Factors It Does Not Assign A Rating Using A Color, Numerical, Or Other Rating Methodology Although The Process Is Not Prohibited, It Does Not Require Additional Evaluation To Determine If Minimal Advantage Is Worth A Minimal Or Normal Price Difference It Is Not A Low Price Technically Acceptable (lpta) Or Trade-off Process Contractors May Submit More Than One Quote; However, Contractors Are Strongly Encouraged To Submit Their Best Technical Solutions And Prices In Response To This Request For Quote. All Quotes Must Be Submitted By The Deadline To Be Considered For Evaluation. The Government Reserves The Right To Not Select Any Quotes For Award. Additionally, The Government Reserves The Right To Cancel This Solicitation At Any Time Without Making Award. The Contractor Is Responsible For All Quote Preparation Costs, Which, Under No Circumstances, Will Be Paid Or Otherwise Provided For By The Government. Once The Government Determines There Is/are A Contractor(s) That Can Provide A Service That Meet(s) The Requirements Of This Request For Quote, The Government Reserves The Right To Communicate With Only Those Contractors Quoting The Best-suited Service To Address Any Remaining Issues. The Contracting Officer Will Evaluate Technical Capability, Price, And Past Performance. Section E: Clauses And Provisions The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) Addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services Offeror Must Ensure That Proposal Is Submitted Timely To Ensure Delivery And Receipt By The Due Date And Time Identified Herein. Offer Shall Be Submitted Electronically Via Email, To Stephanie.mcfadden@va.gov. In Addition To The Requirements Of Far 52.212-1, Offeror Shall: (a) Complete Provision 52.212-3. Note: An Offeror Needs Only To Complete Paragraph If The Offeror Has Completed The Annual Representations And Certifications Electronically In The System For Award Management Database. Otherwise, Complete Paragraphs (c) Through (o) As Applicable. (b) Offeror Shall Submit A Capability Statement Demonstrating Their Technical Capability And Ability To Meet The Full Scope (all Elements) Of The Statement Of Work. (c) Offeror Shall Submit At Least One Similarly Scoped/relevant Past Performance Reference, Including Both The Reference Information And Details Of The Work Performance; Past Performance Information Shall Be Recent And Relevant Work. Offerors May Submit More Than One Past Performance Reference; Doing So Further Demonstrates The Offeror S Ability To Perform The Work. The Contracting Officer May Also Utilize All Available Records (e.g. Ppiprs And Fapiis) As Well. A Determination Of Contractor Responsibility Will Be Conducted. Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Nov 2024 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-26 Covered Telecommunications Equipment Or Services Representation (oct 2020) (a) Definitions. As Used In This Provision, Covered Telecommunications Equipment Or Services And Reasonable Inquiry Have The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services . (c) Representations. (1) The Offeror Represents That It [ ] Does, [ ] Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument. (2) After Conducting A Reasonable Inquiry For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Indefinite Quantity Contract Resulting From This Solicitation. (end Of Provision) (end Of Addendum To 52.212-1) 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: 1) Technical Capability 2) Past Performance 3) Price (b) Evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: 1) Technical Capability: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. Please Provide An Explanation Of Your Firm S Ability To Meet And/or Exceed The Technical Aspects Of This Solicitation. 2) Past Performance: Offerors Shall Provide At Least One Relevant Past Performance Reference. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. 3) Price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices. The Total Evaluated Price Will Be That Sum. (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.223-2 Reporting Of Biobased Products Under Service And Construction Contracts May 2024 52.237-3 Continuity Of Services Jan 1991 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 03/24/2025 Through 03/23/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.216-19 Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $2,500.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor (1) Any Order For A Single Item In Excess Of To Be Determined At Award; (2) Any Order For A Combination Of Items In Excess Of To Be Determined At Award; Or (3) A Series Of Orders From The Same Ordering Office Within 10 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 5 Days After Issuance, With Written Notice Stating The Contractor's Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) 52.216-21 Requirements (oct 1995) (a) This Is A Requirements Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies Or Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. Except As This Contract May Otherwise Provide, If The Government's Requirements Do Not Result In Orders In The Quantities Described As "estimated" Or "maximum" In The Schedule, That Fact Shall Not Constitute The Basis For An Equitable Price Adjustment. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. Subject To Any Limitations In The Order Limitations Clause Or Elsewhere In This Contract, The Contractor Shall Furnish To The Government All Supplies Or Services Specified In The Schedule And Called For By Orders Issued In Accordance With The Ordering Clause. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (c) Except As This Contract Otherwise Provides, The Government Shall Order From The Contractor All The Supplies Or Services Specified In The Schedule That Are Required To Be Purchased By The Government Activity Or Activities Specified In The Schedule. (d) The Government Is Not Required To Purchase From The Contractor Requirements In Excess Of Any Limit On Total Orders Under This Contract. (e) If The Government Urgently Requires Delivery Of Any Quantity Of An Item Before The Earliest Date That Delivery May Be Specified Under This Contract, And If The Contractor Will Not Accept An Order Providing For The Accelerated Delivery, The Government May Acquire The Urgently Required Goods Or Services From Another Source. (f) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 03/23/2030. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) (a) This Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum." (c) Except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (d) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 03/23/2030. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) The Contractor Shall Not Make Reference In Its Commercial Advertising To Department Of Veterans Affairs Contracts In A Manner That States Or Implies The Department Of Veterans Affairs Approves Or Endorses The Contractor S Products Or Services Or Considers The Contractor S Products Or Services Superior To Other Products Or Services. (end Of Clause) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor. (end Of Clause) (end Of Addendum To 52.212-4) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [x] (4) 52.203 17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community See Far 3.900(a). [x] (5) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (6) [reserved] [] (7) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (8) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [x] (9) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117 328). [] (10) 52.204 28, Federal Acquisition Supply Chain Security Act Orders Federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115 390, Title Ii). [x] (11)(i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) (pub. L. 115 390, Title Ii). [] (ii) Alternate I (dec 2023) Of 52.204 30. [x] (12) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). [] (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (14) [reserved] [] (15) 52.219 3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). [x] (16) 52.219 4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (17) [reserved] [] (18)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-6. [] (19)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [] (20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). [] (21)(i) 52.219 9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (sep 2023) Of 52.219 9. [] (22)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (ii) Alternate I (mar 2020) Of 52.219-13. [] (23) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). [] (24) 52.219-16, Liquidated Damages Subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). [] (25) 52.219 27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15 U.s.c. 657f). [x] (26) (i) 52.219 28, Post-award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219 28. [] (27) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). [] (28) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). [] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (30) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). [x] (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755). [] (32) 52.222 19, Child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). [x] (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (34)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [x] (35)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (jul 2014) Of 52.222-35. [x] (36)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (jul 2014) Of 52.222-36. [x] (37) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [] (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (39)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [x] (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) [] (41)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671, Et Seq.). [] (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671, Et Seq.). [] (44) 52.223-20, Aerosols. (may 2024) (42 U.s.c. 7671, Et Seq.). [] (45) 52.223-21, Foams (may 2024). (42 U.s.c. 7671, Et Seq.). [x] (46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671i). [] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [] (48)(i) 52.225-1, Buy American Supplies (oct 2022) (41 U.s.c. Chapter 83). [] (ii) Alternate I (oct 2022) Of 52.225-1. [x] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I [reserved]. [] (iii) Alternate Ii (dec 2022) Of 52.225-3. [] (iv) Alternate Iii (feb 2024) Of 52.225-3. [] (v) Alternate Iv (oct 2022) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513) [x] (56) 52.229 12, Tax On Certain Foreign Procurements (feb 2021). [] (57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [] (58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [x] (59) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (60) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [] (61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [x] (63) 52.240 1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act Covered Foreign Entities (nov 2024) (sections 1821 1826, Pub. L. 118 31, 41 U.s.c. 3901 Note Prec.). [] (64) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (65)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [x] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [x] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). Employee Class Monetary Wage-fringe Benefits [x] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [x] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). [x] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203 17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91). (v) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (vi) 52.204 27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117 328). (vii) (a) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) (pub. L. 115 390, Title Ii). (b) Alternate I (dec 2023) Of 52.204 30. (viii) 52.219 8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (xi) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi)(a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232 40. (xxvi) 52.240 1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act Covered Foreign Entities (nov 2024) (sections 1821 1826, Pub. L. 118 31, 41 U.s.c.3901 Note Prec.). (xxvii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) Section F: Additional Information Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. The Following Are The Decision Factors: - Price - Technical Capability - Past Performance The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Questions Questions In Response To This Notice Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Et, Monday, January 27, 2025. Questions May Or May Not Result In An Extension Of The Solicitation. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Due Date Submission Of Your Response Shall Be Submitted Via Email Only To Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00pm, Thursday, February 13, 2025. Sources Sought 36c24425q0230 Must Be Included In The Subject Line Of The Email. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). The Response Shall Demonstrate The Ability To Meet The Requirements In The Solicitation. Specifically, Through Past Performances Of Providing Uniform Rental, Repair And Laundering Services To The Va Or Other Government Agencies. Quotes Shall Clearly And Completely Address The Technical Elements Listed In The Sow. Responses To These Elements Will Form The Basis Of Determining The Technical Acceptability Of The Quote. A Quote May Be Considered Not Technically Acceptable If Inadequate Or Insufficient Information Is Submitted, Which May Exclude The Quote From Further Consideration. Government May Make Award Based On The Initial Quotes Received; Therefore, An Offeror Should Submit Its Best Pricing With Its Quote. Pricing Submitted In Offeror Quote Shall Be Listed As Five Separate Line Items: One For Each Ordering Period As Outlined In Sow. Offerors Are Hereby Advised That Any Offeror-imposed Terms And Conditions That Deviate From The Government S Material Terms And Conditions Established By The Solicitation May Render The Quote Unacceptable And, Therefore, Ineligible For Award. The Government Intends To Issue A Single Award Resulting From This Solicitation. Attachments
Closing Date13 Feb 2025
Tender AmountRefer Documents
Province Of Ifugao Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 06-2025-g (first Publication) For It And Office Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Four Hundred Seventy-four Thousand Two Hundred Eighteen Pesos And 94/100 Only (php5,474,218.94) Being The Abc To Payments Under The Contract For Publication No. 06-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost It Equipment 1 Branded Computer Set Tower + Monitor Bundle 2 Set 13th Gen Core I5-13400 Intel Uhd 730 Graphics 8-10 Gb Ram 256-260 Ssd 1-2tb Hdd Win11 Home Sl With Office For Home & Student 21.5-22" Monitor Keyboard Mouse Mousepad 2 Desktop 1 Set "13th Gen Core I7-13700 8-10gb 256gb-230gb Ssd 1tb Hdd Intel Uhd 770 Graphics For 13th Gen Win11 Home W/ Office For Home & Student With Input Vga Hdmi Monitor Black Inclusive Of 2 Desktop Stand" 3 Brand New Printer 1 Unit "specifications: Type: Print, Scan, Copy, Fax With Adf Paper Size: Legal, Indian-legal, 8.5x13""., Letter, A4, 16k, Envelopes Supported Os And Applications Windows Xp/vista" 4 Computer Set (complete Office Pc Set) 1 Set Intel Core 17-i9 13900h 10th/i5 10th Gen Processor, Intel Cooler 8 Gb/ 16gb Ddr4 Ram 500gb-1tb Sata Ssd H510m Lga 1200 Motherboard, Built In Intel Graphics 700-800w Power Supply, 500gb-1tb Hdd 27-30 Inches 1080p 75hz, Graphics Memory:2-4gb & Under 2-4gb,optical Disk Drive Operating System: Windows 10, System Memory:16gb Ports:hdmi, Processor Type: Intel Core 19 Display Size: 19222427, Graphic Card Series: Intel 5 Printer With Scanner 3 Unit Specs: Type- Ink Tank Printer Function - Print, Scan, Copy Print Speed (b&w) - 6.0ppm To 7.0 Ppm Color Lcd Automatic Duplex Printing Paper Size = A4, Letter, Legal Max Copying Speed - 10cpm To 12 Cpm Max Paper Input 250sheets Wifi Connect Scan Resolution - 1200x2400dpi To 1250x2500dpi, Flatbed Scanner. 6 Printer 3 Unit All-in One Printer (printer, Copy And Scan) High-speed Auto-duplex Printing Connectivity: Ethernet, Wifi Ieee 802.11b/g/n, Wifi Direct Usb 2.0 Maximum Print Resolution: 4800-4900 X 1200-1400 Dpi Maximum Paper Size:215.9-217mm X 6000-7000mm Number Of Paper Trays: 2(1 Front/1rear) Mac: Os Compatibility Print Speed: Draft, A4(black/color) To 34-36ppm Copy Speed: A4 Simplex- 22-24ipm Monochrome: Color 5.0sec/24ppm/7.5ipm Iso,a4 Simplex (black/color) - 25 Ipm/25ipm Standard Capacity Color:3000 Pages (black,cyan,magenta And Yellow) Standard Capacity: Black 1000 Pages Xl Black 7 Ups 5 Unit 800 Va-450w (bv8001-ms,4 Outlets, Avr/surge) 100% Genuine, Original And Brandnew Battery Back Up 8 Wireless: All In One Printer 1 Unit Specifications: Print Resolution: 4,800 X 1,200 Dpi Scan Resolution : 600 X 1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/color) Copy Speed: 2-3.2 Ipm Fax Resolution: 300 X 300 Dpi (extra Fine) Connectivity: Wi-fi, Airprint, Morpria, Direct Wireless, Usb Paper Handling: A4, Ltr, Lgl, 4 X 6", 5 X 7", 7 X 10", 8 X10", Square (89 X 89 Mm, 127 X 127mm), Card Size (91 X 55mm) Ink: G1-71 (pigment Ink/ Black), Dye-based Ink/ Cyan, Magenta, Yellow) Maintenance Cartridge: Mc-g04 Duty Cycle: 1,000-3,000 Pages/ Month Dimensions: 416 X 337 X 212 Mm (factory Configuration), 416 X 556 X 268 Mm (output/ Adf Trays Extended) Weight: 7.0-7.2 Kg. 9 Finger Biometrics: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 2 Unit 10 1.5hp Split Inverter Aircon; Dimension: 717x495x230-837x308x189 Size 1.5 Hp;cooling Capacity 12000(2729-12500); Color White; Control Type Remote;cooling Area (sq. Meters)15-23; Noise Level (indoor- High:40.6: Noise Level (indoor Low:31.8; Airflow Direction Control (up & Down: Remote Controoled; Airflow Direction Control(left & Right) Remote Controlled: Temperature Controll Remote Controll: Fun Speed( Low/mid/ High) 1 Unit 11 Photocopier Monochrome A4 Laser Multifunctional Ir 1643if Ii:[ront,copy, Scan,send And Fax, Ir1643i: Print, Copy, Scan, And Send. Control Panel 12.7 Cm Tft Lcd Wvga Colour Topuch Panel. Memory 1.0-2 Gb Ram. Storage 2 Gb-3gb. Paper Output Standard-150-300 Sheets. Paper Supply Standard Paper Cassette, 550-1000 Sheets, Multi Purpose Tray, 100-200 Sheets. Capacity Max: 2,300 Sheets (with Paper Feeder Pf-c1x3. Print Resolution (dpi) 600x600. Scan Speed (ipm) 1 Sided Scanning: 20, 2 Sided:34 (copy At 600 Dpi) 1 Sided. Bw/cl,a4 38/13 2 Sided, 70/26 (send At 300dpi). Scan Resolution Copy:upto 600x600 Send Push Up To 300x600, Pull Upto Dpi 600x600. Power Consumption Max: Approx 1420 W Or Less. Paper Feeder: Paer Capacity 550 Sheets (80gsm), Dimension (wxdxh) 480x464x842 Mm-490x465x845 Weight Approx 4.0 Kgs 1 Unit 12 Desktop With Printer: Cpu: I5-i7 12400, Motherboard: Gigabyte H610m K, Ram:udim D4 Heat Sink 3200mhz 8-16gb, 1tb Hdd & 1tb Ssd Chassis: Case Psu Hyperpower 80+ Bronze Hp 650 Pro, 21.5-22"display W/ Mouse And Keyboard, Usb Black 32 Gb, A4 Tech, Krs-8372a-shape With Mouse Usb Black, Printer Windows 11, Microsoft 21 3 Unit 13 Laptop I7-i9 Processor: 2.80 Ghz 2.80 Ghz, Installed Ram 16-32 Gb License Microsoft Windows 11, Usb, Mouse, Mouse Pad, Bag System Type 64 -bit Operating System,x64-based Processor 1 Unit 14 "laptop (high End) - Operating System: Windows 11 Home - Microsoft Office: Office Home And Student 2021 Installed (licensed) - Processor: Intel® Core™ I5-17 Generation Or Above - Graphics: Geforce Rtx™ 4050 - Display: 16” Wuxga 165hz Ips - Memory: 8gb - 16gb Ddr5 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: 103-/104-/107-key Finetip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support - Speakers: Stereo Speakers, 2w X2, Optimized With Nahimic Gaming Audio Battery: 90 Wh 4 Or Abovecell Li-ion Battery With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 15 "laptop - Operating System: Windows 11 Pro - Microsoft Office: Office Home 2021 Installed (licensed) - Processor: Intel® Core™ I5-i7 12 Generation - Graphics: Geforce Rtx™ 3050 - Display: 15.6” Or Above Full-hd 144hz Ips - Memory: 16gb To 32gb 3200mhz Ddr4 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: Full-size Backlit Keyboard - Connectivity: Wi-fi 6 (802.11ax), Bluetooth 5.0 - Ports: Multiple Usb Ports (type-a And Type-c), Hdmi, Audio Jack - Audio: Built-in Stereo Speakers - Battery: Lithium-ion Battery - Additional Features: Built-in Webcam And Microphone, Advanced Cooling System - With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 16 "desktop Computer - Intel Core I5-12400-i7 Lga1700 - Microsoft Office: Office Home 2021 Installed (licensed) - Motherboard: Gigabyte H610m - Ram: 8gb-16gb Ddr4 3200mhz - Storage: 256gb-1tb Ssd + 1 Tb Hdd-2tb - Casing: Core Elite - Psu: 700w - W/ Keyboard And Mouse " 1 Unit 17 "desktop Monitor - Response Time(ms): 1ms-2ms - Panel Type: Ips - Display Technology: Led - View Angle Horizontal(deg): 178 - View Angle Vertical(deg): 178 - Refresh Rate(hz): 100-150 - Screen Size(""): 24.50 - Hd Type: Fhd - Resolution: 1920x1080-higher" 1 Unit 18 "printer - A4 Print Speed Up To 17-18 Ipm(black)/16.5-17.5 Ipm(colour) - Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0 - Auto 2 Sided(duplex) Printing, 20 Sheets Auto-document Feeder(adf), 1 Line Lcd - Full Ink Bottles Included. Yield Up To 7500/5000 Pages(black/colour) - Compatible With Mobile Connect App" 1 Unit 19 Camera Lens For Canon 1 Unit Apc-c F4.5-6.3 To F/32 16-29mm (full Frame Equivalent) Stm Stepping Af Motor 5-7 Blade Diaphram 6 Stops Of Image Stabilisation 0.5x Magnification 20 Camera Lens For Canon 1 Unit 24-240mm Focal Length Max Aperture: F/4-f/6.3 Full Frame With Nano Usm 10x Optical Zoom Lens Image Stabilisation 21 Camera Lens For Canon 1 Unit 600-800mm Focal Length Full Frame 4 Stops Of Image Stabilisation 22 Heavy-duty Fluid Head Tripod Kit 1 Unit Aluminum Tripod With Fluid Head System 13.2-14 Lb Load Capacity, Weighs 9 Lb 33.9 To 73.2" Height Adjustment 35-40" Folded Length, 75mm Ball Head Snap-on Quick Release Plate Tilt Damping, Fixed Counterbalance 1/4"-20 Anti-twist Accessory Threads 23 Battery Pack For Canon Camera 3 Unit Capacity Of 1040mah Output Voltage Of 7.2v Lithium-ion Weight: 43-45.5 Kg 24 Camera Backpack 1 Unit Interior Size: 34-35 X 22-23 X 49-50 Cm Weight: 1.58-1.60kg Divided Compartment Design Hps-eva Core Divider Protective System Tripod Carry System Water Repellent 25 Projector 1 Unit Rgb Liquid Crystal Shutter Projection System White And Colour Light Output At 5,000-6,000 Lamp Type Wireless Connection Multi-pc Projection 2 X Hdmi 26 Memory Card For Camera 2 Unit 128gb -256 Gb Storage Capacity Max Read Speed: 180-190 Mb/s Max Write Speed: 90-100 Mb/s Min Write Speed: 30-40 Mb/s 27 Laptop 1 Unit Amd Ryzen™ 5-7 5700u Processor 16-32 Gb Ram 512 Gb- 1 Tb Ssd 14-15.6" Full Hd 1920x 1080 Display Amd Radeon™ Graphics Windows 11 Home 28 Laptop 1 Unit Intel® Core™ I5-i7 13420h Processor 16 - 32 Gb Ram 512 Gb -1tb Nvme Ssd 14-15.6" Full Hd 1920 X 1080 Display Geforce Rtx™ 2050 Graphics Card Windows 11 Home 29 Laptop 1 Unit Intel® Core™ I5-i7 13620h Processor 16 Gb-32gb Ddr4 Ram 512 Gb-1tb Nvme Ssd 15-16'''wuxga 1920 X 1200 Display Windows 11 Home 30 Laptop Intel® Core™ Ultra 5-7 Processor 125h 1 Unit 16 -32gb Ddr5 Ram 512 Gb-1tb Nvme Ssd Intel Arc Graphics 13-14" Oled Display Windows 11 Home 31 Projector With Screen 1 Unit 3840-4800 Ansi Lumens Aspect Ratio 4:3-16:9 Projection Lens Focus:2.56-2.68 Projection Screen Size: 23-300" Projection Distance: 1.0-11.8m 32 Camera 1 Unit Compact Slr 18-24 Megapixel Aps-c 100-6400 Iso 2.4-2.7" Screen Size Cmos Sensor Type 33 Audio Recorder 1 Unit 32-64gb Storage 1400-1536 Kbps Dual-mic & Pcm Clear Capacity Of 1100 Mah 34 Laptop 1 Unit Amd Ryzen 5-7 7840hs Processor 16 Gb-32 Gb Lpddr5x Ram 512 Gb-1 Tb Ssd 15.6-6.16inches Full High Definition Display Geforce Rtx 4050graphics Card Wi-fi 6e Windows 11 Home 35 Laptop 1 Unit Intel Core Ultra 7-9 155h Processor 16 Gb-32gb Lpddr5x Ram 512gb-1 Tb Nvme Ssd Geforce Rtx 4060 Graphics Card 14.5-15" Wqxga + 3072 X 1920 Display Windows 11 Home 36 Desktop System Unit 1 Unit Intel Core I7-i9 14700 Lga 1700 Processor Wifi Socket Lga 1700 Ddr5 Motherboard 32gb-64gb Ddr5 Ram 1-2tb Gen 4 Nvme M.2 Ssd Geforce Rtx 4060 Graphics Card 650-1000 Watts Power Supply Tempered Glass Side Panel Gaming Pc Case White 37 Desktop Monitor 1 Unit Panel Size 5-6" Panel Type Hva, Curved Screen 1500r Resolution 1920x1080 Refresh Rate 165hz Display Ratio 16:09 Dot Pixel (h*v) 12125 X 0.36375 (hxv)mm Display Area (h*v) 4 (h)x392.85 (v)mm 38 Mechanical Rainbow Led Wired Keyboard And Mouse Bundle 1 Unit 39 Laptop 1 Unit Intel® Core™ Ultra 7-9 155h Processor 16 Gb-32 Gb Ddr5 Ram 512gb-1tb Ssd 14-15" Oled Display Intel® Arc™ Graphics Windows 11 Home 40 Laptop 1 Unit Amd Ryzen 7-9 8945hs Processor 32gb-64gb Lpddr5x Ram 1tb-2tb M.2 Nvme Pcie Ssd Geforce Rtx4060 Graphics Card 14-16" Oled Wqxga Display Wi-fi 6e + Bluetooth Wireless Card Windows 11 Home 41 Desktop Computer 2 Unit Intelcore I5-i7 13400 Processor 16-32gb Ddr4 Ram 256 Gb Ssd + 1 Tb Hdd Windows 11 Home Usb Wired Keyboard & Wired Mouse 7 Monitor 42 Back-ups 2 Unit Output Power Capacity: 360 Watts/650 Va-1000va Output Connections: (4) Nema 5-15r (battery Back-up) Nominal Output Voltage: 230-250v Nominal Input Voltage: 230-250v Input Connections: Nema 5-15p 43 Printer 6 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 2.5-2.7 Lcd Touchscreen And Colour Display Factory Configuration: 416 X 363 X212mm Output/adf Trays Extended 416x554x Weight: 7.5-8 Kg 44 Desktop Computer High-end 1 Unit Specs Display : 21.5-22inch Monitor Memory:8-16gb Ddr5-2666 Sdram (1x8gb) Storage: 1-3 Tb Hdd Storage; 256-512 Gb Ssd Storage. Processor: Core L5-10400f (2.9ghz Graphics Card: Nvidia(r) Geforceo Gt 1030 (2 Gb Gddrs Dedicated). Network Lnterface: Lntegrated 10/100/1000 Gbe Lan Dimensions: 15.54-16 X 30.3-31 X 33.73-34 Cm Weight: 5.96-6kg Keyboard: Usb Black Keyboard And Mouse Combo. 45 Laptop Computer High-end 2 Unit Specs,: Processor: Lntel Core I7-i9-125ooh A 2.0 To 4.5 Ghz Memory: 8-16 Gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-16in Display With Ips (ln-plane Switching) Full Hd 1920 X 1080 144h2 Graphics : Geforce R Rtx'" 3050ti Wlan: Killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band (2.4 Ghz And 5 Ghz)2x2 Mu-mimo Technology Supports Bluetooth 5.1. Lan : Killertm Ethernet E26oo 10/100/1000 Mbps Lpv4 And Lpv6 Support. Operating System: Windows 11 Home Ports: Usb Type-? Port Supporting: Usb 3.2 Gen 2 (up To 10 Gbps), Display Port Over Usb-c Thunderbolt4 Usb Charging 5v;3a, Dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb 3.2 Gen 1 Port Ethernet (rj-45) Port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Head Phone/speaker Jack, Supporting Headsets With Built-in Microphone Dc-in Jack For Ac Adapter. Keyboard: 103-/l04-/lo7-key Fine Tip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support. Touch Pad: Multi-gesture Touchpad, Supportint Two- Finger Scroll; Pinch; Gestures To Open Cartona Action Center, Multitasking: Application Commands. Dimensions: 360.4-361 (w) X 271.09-272 (d) X 25.9-26/26.9-27 (h) Mm (14.19-15 X 10.67-11x 1.02-2/l.06-2 Inches) With Plastic A Cover. Weisht: 2.5kg (5.51 Lbs.) With 4-cell Battery Pack, Solid State Drive. 46 Biometric (see Attached Specification) 1 Unit Multi-bio Time Attendance Terminal Face Capacity: 1,000-1,500 Fingerprint Capacity: 1,500-2,000 Id Card Capacity: 1,500-2,000 Record Capacity: 80,000-100,000 Display:2.8-inch Tft Screen Communication: Tcp/ip, Usb-host, Wi-fi Power Supply: Dc 12v 1.5a Verification Speed: ≤ 1 Sec. Operating Temp: 0°-45° C Operating Humidity: 20%-80% Dimension: 200.25 X 148 X 33.04 Mm-221 X 150 X 34 Mm Net Weight: 380g-400g 47 Desktop Computer 2 Unit Operating System-windows 11 Home With Ms Office For Home And Student Processor-intel Core I5-1245 Oh Processor (4cores, 8 Threads 3.4ghz, 1.2mb Intel Smart Cache) Motherboard-intel" H600 Chipset Memory-8gb-16gb Ddr4 3200mhz Uddim, 32gb-33gb Of Dual-channel Ddr4 Hard Disk Drive-256 Gb-257gb, M.2.2280 Pci-e Ssd, 1tb 3.5inch-4inch 7200rpm-7300rpm Graphics-intel Uhd 730 Graphics For 13th Generation (better Performance Than Nvidia Gt730 2gb) Audio-integrated High Definition, 5.1 -channel Surround Sound Networking-wlan, 802.1 1ac/a/b/g/n Wireless Lan And Bluetooth 5.0, Lan-gigabit Ethernet Standard I/o Ports, Expansion Slot(s) Power Supply And Adapter-300w-320w Keyboard And Mouse-usb Wired Keyboard & Wired Mouse 48 Laptop Computer 1 Unit Processor: Intel Core Ultra7 155u Processor(e-cores To 3.80-3.85ghz,p-cores 4.80-4.85ghz) Operating System: Windows 11 Pro 64 Graphic Card: Integrated Intel Graphics Memory: 16gb-20gb Ddr5-5600mhz(sodimm)2 X 8 Gb) Storage: 512gb-600gb Ssd M.2 2242 Pcie Gen4 Tlc Opal Display:16"wuxga(1920 X 1200)ips,anti-glare,non Touch,45% Ntsc,300 Nits. 60hz Battery: 3-5 Cell Li-polymer 57-60wh Ac Adapter/power Supply:65-70w Fingerprint Reader:no Finger Print Reader Pointing Device:trackpad Keyboard:backlit,black With Number Pad-english(us) Wifi:intel@wi-fi 6e Ax211 2x2 Ax & Bluetooth@5.1(windows 10)-bluetooth@5.3(windows 11) One Port For Usb 3.2 Gen 1 Featuring Power Off Usb Charging Color: Graphite Black 49 Laptop 1 Unit Specifications: Cpu: Intel Core I7-i10-1255u Ram: 16-32gb Ddr4 Storage: 1-3tb Ssd Gpu: Nv1d1a Mx550 2-4gb Display: 15.6'' -20'' Os: Window 11-15 Home 50 Printer 1 Unit Specifications: Print, Scan, Copy Connectivity: Wifi, Usb, Wireless Direct Printing Speed - 17/16.5 Ipm - 18/17.5 (iso) Mono/color Diplex Printing Wifi- Direct And Highspeed Usb 2.0-4.0 Print Resolution - 1,200 X 6,000 Dpi-1300 X 7000 20-sheet Auto Document Feeder Paper Input Capacity 150-200 Sheets Multipurpose Tray 80-90 Sheets 1.8'' -2'' Tft Colour Lcd Mobile Print: Brother Iprints& Scan, Airprint & Mopria Cons: Bt-d60bk-7500-8500 Pages Bt5000cmy-5, 000-6000 Pages 51 Laptop With Projector 1 Unit Specifications: Operating System: Windows 11-12 Home Processor Family: Amd Ryzen 7-8 Processor Processor: Amd Ryzen 7 5825u ( Up To 4.5 Ghz Max Boost Clock, 16 Mb L3 Cache, 8 Cores, 16 Threads) Chipset:amd Integared Soc Sustainable Impact Specifications: Keyboard Keycaps Made With Post-consumer Recycled Plastic Security Management: Trusted Platform Module (firmware Tpm)support Memory:8-16gb Ddr4-3200 Mhz Ram (1 X 8 Gb) Memory Layout (slots & Size ) :1 X 8- Gb - 2x8gb Internal Storage: 512-600 Gb Pcle Nvme M.2 Ssd Cloud Service: 25-30gb Dropbox Storage For 12 Months Display: 39.6 -42cm (15.6'''') Diagonal, Fhd (1920 X 1080), Ips, Micro-edge, Anti-glare, 250-300 Nits, 45% Ntsc Display Size(diagonal): 39.6- 42cm (15.6'''') Graphics: Integrated Graphics:(integrated):amd Raeon Graphics Ports: 1 Superspeed Usb Type-c 5gbps Signaling Rate; 2 Superspeed Usb Type-a 5 Gbps Signaling Rate; 1 Hdmi 1.4b;1 Ac Smart Pin; 1 Headphone/microphone Combo Expansion Slots: 1 Multi-format Sd Media Card Reader Camera:hp True Vision 720-750p Hd Camera With Temporal Noise Reduction And Integrated Dual Array Digital Microphones Audio: Dual Speakers Pointing Device: Hp Imagepad With Multi-touch Gesture Support; Precision Touchpad Support Keyboard: Full-size, Natural Silver Keyboard With Numeric Keypad Wieless: Realtek Rtl**@@ce 802.11 A/b/g/n/ac (2x2) Wi-fi And Bluetooth 5-10 Combo Power Supply Type:45-50 Wh Li-ion Ecolables:epeat Registered Energy Star Certified: Energy Star Certified Product Design: Paint Finish Cover And Base, Vertical Brushed In-mould Roll Keyboard Frame Product Color: Natural Silver Minimum Dimensions(w X D X H): 35.85-36.86 X 24.2-25.3 X 1.79-2.5 Cm (dimensions Vary By Configuratiuon) Weight: 1.69-2kg Warranty: 1 Year, 10-15 Minutes Response Time For Service Projector With Screen Specifications: Projection System Dlp Projection Method: Front, Rear, Ceiling, Rear Ceiling Number Of Lamps: 1-3 Lamp Power:220-300 W Normal Mode Lamp Life: 6000-7000hour Economy Mode Lamp Life: 10000-11000hour Lens Type: Manual Zoom Manual Focus Minimum Lens Aperture: F/2.41-3-42-4 Maximum Lens Aperture: F/2.53-3-54-4 Minimum Focal Length: 21.85-23 Mm Maximum Focal Length: 24.01-25mm Minimum Diagonal Image Size: 584.20-600mm Maximum Diagonal Image Size: 7.62 -8m (300'') Minimum Projection Distance: 1-2m Maximum Projection Distance:11.80 -12m Optical Zoom: 1.1-2-2x Extremeeco Mode Lamp Life: 15000-16000hour 52 Desktop Medium End 1 Unit Specifications: Windows 11-15 Home Sl Intel Core I5-1335 Process-17-1500 Process 8-10gb (1x8gb) Of Ddr4 System Memory, Upgradable To 32-36gb Using Two So Dimm Modules 512-600 Gb, Pcle, Gen4, 16-32 Gb/s Nvme With Hdd Upgrade Kit 16.0''-32'' Display With Ips ( In-plane Switching) Technology, Wucxga 1920 X 1200, Acer Comfy View Led-backlit Tft Lcd 16;10 Aspect Ratio, Clor Gamut Ntsc 45% Wlan: Intel Wireless Wi-fi 6eax211 ,-802.11-803.12 A/b/g/n/ac/ax Wireless Lan Band: 2.4 Ghz, 5 Ghz And 6ghz-2x2 Mu_mimo Technology- Supports Bluetooth 5.1 Or Above-support Vpro/ Support Cnvi Interface-gigabit Ethernet Card Reader: Sd Card Reader T-type Hd Camera-streaming Webcams Compatible W/ Windows 1280 X 720 Resolution, -720p Hd Video At 30 Fps W/ Temporal Noise Reduction, Blue Glass Lens, -knowles Dual Mic (33 Mm + 33 Mm) 50 Wh 3-cell Li-ion Battery(- 10 Hours) 358.5 (w) X 260 (d) X 19.9/22.9 (h)mm (14.11 X 10.24 X 0.78/0.9 Inches) With Plastic A Cover Information Comm. Techno. Equip. 53 "desktop Pavilion All In One Pc Operating System: Windows 11 Processor: Intel Core I7-12700t-i9 Ram: 16gb - 18 Gb Storage: 512gb - 1tb Monitor Display:24""-26"" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years " 1 Set 54 Desktop Computer Inter Core I5 14th Generation - 4.70ghz Ram: 16gb-24gb Ssd:500gb To Itb Monitor Display:24"-26" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years 3 Set 55 Printer 4 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 56 Projector With Adaptive Color And Wireless Capability 1 Pc Brightness: 4800-5000 Ansi Lumens Standard: Compliant W/ Iso 21118-optical Z00m Ratio:1.1x-1.5x Projection Screen Size 58cm-762cm Projection Distance 3.3'-39.3' Audio 3w Speaker Dimensions: 313-314 X 240-245 X 113.7-114mm 57 Biometrics Attendance System: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 1 Unit 58 Computer Desktop Medium End 1 Unit Specifications; Cpu: Intel Core I7-i9 Ram: 8-16gb Storage: 1 Tb-2 Tb Monitor: 24" - 27" Keyboard And Mouse: Keyboard And Mouse Set 59 Dslr Camera 1 Unit Specification: Image Sensor Type: Cmos Sensor Aspect Ratio: 3:2-4:00 Effect Pixels: Approx. 24-24.1 Megapixels View Finder Type: Eye Level Penta Mirror Lcd Monitor Type: Tft Color Liquid-crystal Monitor Coverage: Vertical/ Horzontal Wifi: Built In Iso Range: 100-6400 Shutter Speed: 1/4000 Sec To 30 Sec Monitor Size & Dots: 7.5-8.5cm W/ Approx 920,000-950,000 Dots Image Type: Jpeg, Raw 14-16 Bit 60 Photocopier Machine 1 Unit Specifications: Machine Type: Monochrome A4 Laser Multifunctional Core Functions: Copy, Scan, Send And Fax Control Panel: 12.7 Cm-13 Cm Lcd Touch Memory: 1-2 Gb Ram Storage: 1-2gb Paper Output Capacity: 180-200 Sheets 61 Printer With Scanner 3 Set Printer Type: Prit, Scan, Copy, Fax W/ Adf Paper Sizes: A4, A5, A6, B5, Legal Scanner Type: Flatbed Colour Image Scanner Colour: 48 Bit-64 Input, 24-25 Output Paper Capacity: 30-35 Sheets (a4 Paper) 20 Sheets (legal) Usb: Usb 2.0-2.5 Network: Ethernet, Wifi, Ieee, Wifi Direct 62 Laptop And Printer 1 Set "processor Intel ® Core ᵀᴹ 7-9 150u (12 Mb Cache, 10 Cores, 12 Threads, 5 To 5.40 Ghz) Operating System Windows 11 Pro Ubuntu ® Linux ® 22.04 Lts, 64-bit Video Card Integrated: Intel ® Iris ® Xe Graphics Display 16-17 Fhd +1920x1200, 60hz, Wva, Non-touch, Anti-glare, 250 Nit, 45% Ntsc, 25ms, Memory* 32gb-128 Gb: 2 X 8 Gb, Ddr5, 5200 Mt/s, Dual-channel Storage 1tb-3tbhdd 512gb-1tb M.2 Pcie Nvme Solid State Drive Color: Anodized Ice Blue Dimensions & Weight Height: 19.05 Mm -200mm Width: 356.78 Mm-400mm Depth: 249.52 Mm -300mm Starting Weight:1.87 Kg (4.12 Lb) *mouse, Mouse Pad And Laptop Bag" "all In One Printer (print, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) Maintenance Cartridge: Mc-g04 Dimensions: 416 X 337 212 Mm (factory Configuration) Weight: 7.0-7.2 Kg" 63 Desktop Computer Set With Printer 1 Set "cpu Processor Intel Core I7-i9 Window 11 Pro Storage 2tb-3 Tb Ssd Memory -32-128 Gb-ddr-3200 Monitor: 27-30 Inches Led Leaven Mechanical Borad/ Mouse/ 6 Fans Rgb/ Mousepad" "all In One Printer (printer, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Scan Resolution: 600x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) N Maintenance Cartridge: Mc-g04 Dimensions: 416x337x212 Mm (factory Configuration) Weiht: 7.0-7.2 Kg" 64 Fly Kit For Drone-dji Mavic 2 Pro 1 Set "(2) Intelligent Flight Battery (capacity-3,850 Mah (6-12 Pcs) Low Noise Propeller (1pc) Rc Cable Usb Type Connector 1 (pc)battery To Powerbank Adaptor (1pc) Battery Charging Hub (1pc) Car Charger" 65 Desktop Computer, High-end 2 Unit Specs: Display: 21.5-22 Inch Monitor Memory: 8-16gb Ddr5-2666 Sdram(1x8 Gb) Storage: 1tb-3tb Hdd Storage; 256-512 Gb Ssd Storage Processor: Core I7-i9 10400f(2.9ghz), I7-i9 Graphics Card: Nvidia®geforce Gt 1030(2gb Gddr5 Dedicated). Network Interface: Integrated 10/100/1000 Gbe Lan Dimensions: 15.54-16x30.3-31x33.73-34cm Weight: 5.96-6kg Keyboard:usb Black Keyboard And Mouse Combo 66 Laptop Computer High-end 1 Unit Specs: Processor: Intel Core I7-i9 12500ha 2.0 Up To 4.5 Ghz Memory: 8-16gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-17in. Display With Ips (in-plane Switching) Full Hd 1920-1930x1080-1090 144hz Graphics:geforce Rtx 3050ti Wlan:killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band(2.4 Ghz And 5 Ghz) 2x2 Mu-mimo Technology Supports Bluetooth 5.1 Lan: Killertm Ethernet E2600 10/100/1000 Mbps Ipv6 Support Operating System: Windows 11home Speakers: Acer Purified, Voice Technology With Dual Buitl-in Microphones.range, Headphone-like Audio And Powerful Sound Camera: 1280-1290x720-730 Resolution 720p Hd Video At 30 Fps With Temporal Noise Reduction Blue Gass Lens Dual Mic(33mm+33mm). Ports: Usb Type-? Port Supporting:usb 3.2 Gen 2(up To 10 Gbps|), Display Port Over Usb-c Thunderbolt4, Usb Charging 5v;3a,dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb Gen 1 Port Ethernet (rj-45)port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Headphone/speacker Jack, Supporting Headsets With Built-in Microphone D-in Jack For Ac Adapter. Keyboard: 103-/104-/1-7-key Fine Ip Rgb- Backlit Keyboard With Independent Standard Numeric Keypad,international Language Support Touch Pad: Multi-gesture Touchpad,suporting Two-finger Scroll;pinch;gesture To Open Cortona Action Center,multitasking;application Commands. Dimensions: 360.4(w) X 271.09(d) X 25.9/26.9(h)mm(14.19 X 10.67 X 1.02/1.06 Inches) With Palstics A Cover. Weight: 2.5kg (5.51 Lbs) With 4-cell Battery Pack,solid State Drive. 67 Protector With White Screen & Tripod 1 Unit Specs: 3800-4500 Lumens Of Color And White Brightness Contrast Ration 16000:1 To 18000:1 Vertical/ Horizontal Keystone Hdmi Audio And Video Connection Wifi Connectivity Remote Control White Projector Screen 80 Inches- 100 Inches Tripod Stand Projector Rechargeable Wireless Powerpoint Present 68 Ups 1000 Kva-apc 2 Unit Output (on Battery) 220-240v Surge; 6005/9455 Battery Recharge Time: 4 Hours-5 Hours Recover To 90%-100% Capacity No. Of Outlets 3-4 Irc13 Product Warranty- 2 Years Parts & Services, 1 Year Battery 69 "avr Input Voltage 150-250v; Output Voltage 220v / 110v± 3%; Frequence 50/60 Hz; Response Time < 1s@ 10% Voltage Fluctuation; Control System: Servo-motor Control System; Operating Temp.- 10c To 40c With Humidity < 95%; Dimensions: 208x208x165mmfeatures" 3 Unit 70 Computer Printer, Continuous Ink, With Scanner 2 Unit 71 Uninterrupted Power Supply (ups)battery: 12 Volt 8ah (20 Hr) Heavy Duty, Battery Only 5 Unit 72 Uninterrupted Power Supply (ups), Power 5 Unit Rating: 2000va-3000va,220vac/230vac,50/60hz,ac Input:160vac-290vac, Voltage Range:140-300vac Capacity Voltage: 3kva-5000va Recharge Time: 9-10hrs, Heavy Duty, For Big Equipment 73 "paging System ""users 100 (up To 200), Max Concurent Calls: 30 (up To 60) Max Analog Ports: 8, Expanion Boards: 1*ex30/ex08+1*d30 External Storage: Usb, Hdd"" Call Recording,automatic Attendant, Mobile App, Web App Desktop App (softphone), Time Condition, Ring Group, Call Queue, Music On Hold, Call Transfer, External Storage: Usb. " 1 Set 4 Onboard Module Slots And 8 Interfaces On The Panel Unit "128*64px Backlit Lcd Screen 2 X 10/100 Mbps Ethernet Port 6 Way Conferencing 2 Sip Accounts Hd Voice Support Ri9 Headset Support Ri9 Headset Support Poe W/o Power Adapter" Set 1. 8 Sip Lines Set 2. Android System, 8g Flash , Wifi 3. Rtp Multicast Paging 4. Real-time Monitoring 5. Support Ftp Server, Usb Disk Music 6. 8.0-inch Touch Screen, 1280*800 Resolution 7. 2 Audio-in, 1 Audio-out 15w Sip Calling Speaker Sip-so1 Unit 1. Transmit Excellent Sound For Music And Anouncement 2. Poe Eliminates Need For Local Power Supply 3. 48k Opus Audio Codec Enables Excellent Sound Quality 4. Support Web Firmwareupgrade For Easy Maintenance 5. Standard Sip Protocol To Compatible With Other Sip Devices 6. Support Rtp Multicast As Altern Installation Fee And Materials Lot Utp Cable, Cat6e Pure Copper Outdoor Meters Utp Cable, Cat6e Pure Copper Indoor Meters 16-port 10/100m Poe + Switch Unitr Adds 2*fxo Ports (also Calledpstn/landline Pldt, Globe Etc.) Unit Fiber Optic Cable Rolls Media Converter Unut Data Cabinet 6u Unit D30 Active, Add100 Voip Users And 30 Concurrent Calls Unit 74 Computer Server 1 Unit Branded Full Tower Type (rack Mounted Convertible) Dual Quad Core Xeon Or Higher Processor 2ghz+ Processor Speed Or Higher, 8 Mb Cache Memory 32gb+ Ecc Sdram/ddr2, Dimm Type @ 8x 4096 Mb Per Module Hard Disk 3 Tb Hard Disk (min) 300gbx 10 Hot Pluggable Hard Disk With Raid 5 Configuration, Configured With Pci Ultra 2/3 Scsi Raid Controller Raid 5 Configuration Disk Drives: A. 8x Dvd Writer, Dual Layer, Double Layer Network: Four(4) Gigabit (10/100/1000 Mbps)lan; Add-on/built-in Usb/ps/2 Keyboard & Optical Mouse W/ Scroll Button W/ Pad 17-24” Lcd Color Monitor (meets Fcc Standards) Redundant Power Supply With Two(2) Usb 2.0 Ports In Front With Rack Railings For Rack Conversion Software: (w/ Original Installer And/or Recovery Cd And License): Original Installation Cd & Complete Original Users Manuals Of Windows Server 2012 W/ 25 Cal License Per Server With One (1) Year Warranty On Cd Against Media Defect Anti Virus Software Full Product One (1) Year Subscription On-site Delivery Of All Servers, Configured & Installed W/ 3 Kva Ups W/ Built-in Avr (one(1) Year Warranty) >must Provide Power Of Up To 15 Minutes Of Uptime In Case Of Power Interruption Three (3) Years Extended Warranty Both On Parts & On-site Services For All Components And Accessories Network Switch (24 Ports) Twenty Four(24) 10/100/1000 Mbps Switch Auto Negotiation & Auto Sensing Qos Traffic Prioritization Up To 1000mbps In Full Duplex Operation With Support For Half And Full Duplex Seeds Plug And Play Installation Can Be Wall Or Rack Mounted Power Saving Features With External Power Adapter 220 Vac With (1) One Year Warranty On Parts And Services Universal Input/output (i/o) Ports I/o Ports Must Comply With Cat6 Cable And Cat6 Patch Panel I/o Ports Faceplate Must Be Shattered Cat6 Cables And Cat6 Patch Panel Must Comply With Ansi Tia/eia-568-b.2-1 Backward Compatibility To Categories 5e, 5, And 3 Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Plug And Jack Interoperability For Modular (rj-45 Type) Connections Full System Specification Including Testing Of Components, Patch Cords, Channels And Permanent Links Twice The Bandwidth Of Category 5e With Positive Power Sum Attenuation To Cross-talk Ration (psacr) Up To 200 Mhz All Specifications For Components And Cabling Are Tested To 250 Mhz (25% Higher Than 200 Mhz) Which Complies With Ieee With Installation Office Equipment 75 Computer Table 4 Unit Color: Black, Length: 60-70 Cm, Width: 40 Cm, Height: 112-115cm With Keyboard Drawer, Printer Stand, Metal Frame, Monitor Table 76 Stand Fan 2 Set L-64-65 X W-26-27 X H-53-54 (cm) 16-18 Inch Blade Diameter Inverter Dc Motor Transparent Black Pp Blade Over-voltage Protection Cabinet 1 Unit Wooden Cabinet W/ Glass Cover 3 Shelves L-35" W-15" H-50" 77 Airconditioning Unit 2 Unit Window Type- 1.5 Hp To 2.5 Cooling Capacity Full Dc Inverter 3 Fan Speed (low, Medium, High Coo) Auto Swing Removable And Washable Air Filter Remote Controller 78 Orbit Ceiling Fan 12 Unit Specs: 3-4 Blades, 18-19"metal Blade High Performance Motor 4 Speed Remote Switch With Termal Fuse Protection 79 Executive Swivel Chair 1 Unit With Arm Rest, Adjustable Gaslift, Polyurethane Finish Back And Seat, Powder Coated Pvc Starbase With Castor Wheels Note: Sample Attached 80 Computer Chair 1 Unit With Armrest, Black, Adjustable Seat 100kg-110kg Note: Sample Attached 81 Steel Cabinet 2 Pc Lateral 4-5 Drawers Anti-tilted Lock Steel Handle (goose Neck) 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 900-1000mm, Width: 450-500mm, Height: 1328-1400mm 82 Steel Cabinet 1 Pc Vertical 4-6 Drawers (no Vault) Anti-tilted Lock Plastic Handle 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 620-700mm, Width: 460-500mm, Height: 1332-1400mm 83 Top Chest Freezer/ Chiller 1 Unit Specifications: 18 Cu. Ft. To 20 Cu. Ft. Solid Chest Freezer Dual Function-freezer Or Chiller Fast Freezing Mode Frontal Drain 2 Key Locks 2 Grip Handle 2 Wire Basket 305w-320w Input Power Capacity, Freezer: 465-480 Liters Warranty: Compressor: 3 Yrs, Service: 1 Yr. 84 Washing Machine With Spinner 1 Unit Specifications: Washing Load Capacity: 10.01 Kg To 18 Kg Washing Features: Large Capacity Twin Tub 85 Metal Filling Cabinet 1 Unit 4-5 Layers H- 4.5-5 Ft, W- 1.6-2 Ft, L-2.2-3ft Preffered Color-green 86 Electric Fan (stand Fan) 3 Unit Size:18"-20" Metal Blade,3-5 Leaf High Performance Motor 87 Junior Executive Table 1 Unit L-36"x W-24" X H-30" 4-5 Drawers Melina Wood, Varnish Finish 88 Clerical Table 3 Unit L- 36"x W- 20" X H-30" 3-4 Drawes Melina Wood, Varnish Finish See Attach References 89 Office Chair: Swivel Chair 1 Unit Color-black, Adjustable Seat Height W/ Cushion, Armrest 90 Steel Cabinet 2 Pcs 3-4 Layer Vertical Cabinet ***nothing Follows*** Total 5,474,218.94 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date27 Feb 2025
Tender AmountPHP 5.4 Million (USD 94.6 K)
671-680 of 674 archived Tenders