Scanning Tenders

COUNCIL FOR THE WELFARE OF CHILDREN, DSWD Tender

Others
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 138.2 K (USD 2.3 K)
Details: Description Request For Quotation Sir/madam: Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex A. Failure To Indicate Information Could Be Basis For Non - Compliance. Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. If You Are The Exclusive Manufacturer, Distributor Or Agent In The Philippines For The Goods Listed In Annex A Please Attach In Your Quotation A Duly Notarized Certification To This Effect. Please Accomplish And Submit This Form Together With Annex A; Philgeps Certificate / Registration Number; Valid 2025 Mayor's Permit Or Business Permit; And Copy Of Notarized Omnibus Sworn Statement (oss) To Council For The Welfare Of Children C/o Bac Secretariat At #10 Apo St., Santa Mesa Heights, Quezon City 1114 Metro Manila Or Email It To Bac@cwc.gov.ph Cc: Cwcbac@gmail.com On Or Before 07-march 2025, 10:00 A.m With Subject: Rfq Number - Name Of Bidder Very Truly Yours, (original Signed) Jovertlee C. Pudan, Enp Bac Chairperson Terms And Conditions: 1. Award Shall Be Made On Per: Item/lot Basis X Total Quoted Price. 2. Quotation Validity Shall Not Be Less Than Thirty (30) Days. 3. Good/s Shall Be Delivered Within Please See Annex A 4. Place Of Delivery: Please See Annex A 5. Terms Of Payment: Within 15-30 Days Upon Final Inspection And Acceptance. 6. Liquidated Damages/penalty: (1/10) Of One Percent For Everyday Of Delay Shall Be Imposed. 7. Indicate Brand, Model And Country Of Origin. 8. In Case Of Discrepancy Between Unit Cost And Total Cost, Unit Cost Shall Prevail. 9. Disclosure Of Relations: The Winning Bidder Shall Submit The Original Duly Signed And Notarized Omnibus Sworn Statement (oss) Within Ten (10) Calendar Days After The Conforme Of Notice Of Award (noa) 10. Warranty: A Warranty Security Shall Be Covered By A Retention Money In An Amount Equivalent To 5% Of The Contract Awarded, And Will Only Be Released After The Lapse Of The Warranty Period, As Stated In Section 62. Warranty - 62.1 Of Ra 9184 And Its 2016 Revised Irr ============== 1 1 Lot Procurement Of Pmos Office Supplies And Equipment "24 Pcs Printer Ink For Brother Dcp-t720dw Bt5000c - 6pcs Bt5000m - 6pcs Bt5000y - 6pcs Bt5000bk - 6pcs Abc: ₱10,800.00" "2 Pcs Printer Ink Cartridge For Brother Mfc-l8900cdw Tn 456 Bk - 2pcs Abc: ₱11,000.00" "6 Pcs Printer Ink Cartridge For Brother Mfc-l8900cdw Tn 456 C - 2pcs Tn 456 M - 2pcs Tn 456 Y - 2pcs Abc: ₱54,000.00" "1 Pc Rechargeable Batteries And Chargers Aaa Rechargeable (8pcs) Battery Hr03 Rechargeable Aaa Batteries Rate Voltage: 1.2v -normal Capacity 800mah 1. Low Self-discharge 2. Large Capacity, High Efficieny And Stability 3. Mercury-free And Environmentally Friendly, In Line With Environmental Standards 4. Wide Range Of Applications 5. Ni-mh Battery 6. Explosion-proof And Anti-leakage Double Protection Technology 7. Up To 5 Years Of Battery Life 8. Charging Up To 1000 Cycles Aa/aaa Compatible Battery Charger The Charger Has 4 Battery Slots, Which Can Quickly Charge Aa, Aaa, Nicd Nimh Batteries, Repair Damaged Batteries, And Charge Nicd Nimh Batteries. The Charger Has An Lcd Display That Can Determine The Capacity Of Each Battery Being Charged Charger Will Cut Off Charging When The Battery Is Full Abc: ₱1,500.00" "5 Pcs Extension Cords 4-gang Universal Outlet (3-gang Universal Outlet With Master Switch, 1-gang Universal Outlet With Ground Rigid Brass Strips For Internal Connection Outlets Are Made Of Copper Material For Better Grip Impact Resistant And Highly Conducive With Real Grounding System Connection For Safety With Built-in Safety Circuit Breaker With Built-in Lightning Protector Outlet Enclosures Are Made Up Of Fire-retardant Materials Maximum Wattage: 2500w Current: 10a Voltage: 250v Cord Length: 1.83 Meters Abc: ₱1,500.00" "5pcs Acrylic Stands Color: Clear Materials: Acrylic Product Dimensions: 4.72"" (l) X 8.77"" (w) X 4.45 (h) Item Weight: 0.66 Pounds Abc: ₱2,500.00" "5pcs Display Brochure Holders Material: Acrylic A5 Flip Horizontal (210mm X 148mm) Abc: ₱2,500.00" "1pc Window Curtain Blinds Size: 170 X 214 Cm (wxh) Color: White/ Cream Venetians Duo Roler Blinds Curtain Roler Blinds Curtain Duo Roler Blinds (include Brackets And Screws) Environmental Protection Polyster Fabric Easy To Clean Abc: ₱3,500.00" "2pcs Window Curtain Blinds Size: 160 X 120 Cm (wxh) Color: White/ Cream Venetians Duo Roler Blinds Curtain Roler Blinds Curtain Duo Roler Blinds (include Brackets And Screws) Environmental Protection Polyster Fabric Easy To Clean Abc: ₱4,000.00" "1pc Portable Document Scanner Compact Scanner With A Small Footprint Flexible Scanning With Vertical Path And Straight Path Scan Mode Scan Various Media Types Including Plastic Cards, Envelopes And Even Passports Fast Scan Speeds Of Up To 30ppm / 60ppm Wi-fi And Wi-fi Direct 2.4"" Lcd Touchsreen Panel Abc: ₱25,000.00" "1pc Paper Cutter 12 X 15 B4 Size Material: Wood Base / Metal Base Size: 50 X 40 X 8 Cm Abc: ₱800.00" "5pcs Clipboards With Cover Long: 35*23 Cm Abc: ₱1,000.00" "5pcs Clipboards Without Cover Long: 35*23 Cm Abc: ₱750.00" "2pcs Travel Adapter Conversion Plugs Us/eu/au To Uk (great Britain) Travel Adapter Plug Current: 15a Voltage: 250v Frequency: 50/60 Hz Material: Abs Plastic Safety & Realibility 100% Copper Abc: ₱200.00" "1pc 5gb Pocket Wifi With (2 Free Sim Card, Different Network) Connectivity: Connect Up To 15 Devices Network: 3g, 4g, 5g Wi-fi Band: Dual Band (2.4ghz, 5ghz) Battery: 9,800 Mah Screen: Size: 2.4 Inches Touchscreen Others: Nfc Capable Inclusions: 5gb Pocket Wifi Device, Charger Abc: ₱13,000.00" "10pcs Magazine File Box Single, Fits Legal Size Folders With Pocket For Label L-16 X W-5 X H-9 Abc: ₱2,000.00" "7pcs Storage Box Storage Box With Lid For Filing And Organizing Documents And Accessories Made With Thick Chip Board And Arlin Book Binding Cover For A Matte Finish Abc: ₱4,200.00" Delivery Date: Within 30 Calendar Days Upon Po Conforme Place Of Delivery: Pmo C/o Council For The Welfare Of Children, No. 10 Apo St., Santa Mesa Heights, Quezon City "contract Person: Mr. Jonathan James Endoma - 09457234155 Mr. Jim Carl Tuazon - 09630061000" *************nothing Follows************* Approved Budget Ceiling: ₱138,250.00 Charged To: Pmo Continuing Funds

Department Of Human Settlement And Urban Development Quezo Tender

Others...+1Electrical and Electronics
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 628.4 K (USD 10.9 K)
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 03-0149, S. 2025 Purchase Request No. Pr No. 2025-01-0052 Procurement Activity Procurement Of The Periodic Preventive Maintenance Services For The Two (2) Units Of 500 Ton Chiller For Fy 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) Six Hundred Twenty-eight Thousand Four Hundred Twenty-five Pesos And 00/100 (php628,425.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposals On Or Before 11 March 2025 At 10:00 A.m. Delivery Schedule The Contract Period Is For Nine (9) Months Starting From March To December 2025 With The Delivery Of Services To Commence From The Signing Of The Po. The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 9 Months I. Scope Of Work The Service Provider Shall Provide The Department With The Following Services: 1. Provision Of Nine (9) Monthly Preventive Maintenance Services. The Preventive Maintenance Services Shall Be Done During Weekends From 8:00 Am To 5:00 Pm; 2. Supervision Of The Preventive Maintenance Activities Of The Chiller Units And Its Components As Per Attached Preventive Maintenance Checklist; 3. Conduct Of Minor Repairs Needed To Keep The Chiller Effectively Operating Within The Parameters. The Minor Repairs Are The External Parts Of The Chiller But Not Limited To The Following: A. Retightening Of Mechanical And Electrical Fittings; B. Thermal Scanning; C. Megger Testing; D. Testing Of The Solenoid Valve; E. Testing Of The Pressure Transducer; F. Leak Testing Of Gauges’ Connections; And G. Compressor Vibration Testing. 4. Conduct Of Annual Change Oil Of Chiller No. 1 And 2 Including The Supply Of Compressor Oil, Filter Core, Labor, And Technical Supervision; 5. Provision Of The Necessary Tools And Equipment To Perform The Preventive Maintenance Services; 6. Recommendations For More Efficient Operating Conditions Of The Units Involved In The Preventive Maintenance Program; 7. Submission Of Detailed Reports Based On The Schedule Of Activities And Maintenance. Ii. Duties And Responsibilities Of The Service Provider The Service Provider Shall: 1. Perform All Services Using Personnel Who Are Specialists In Heating, Ventilation And Air Conditioning (hvac), Electro-mechanical And Electronic System Maintenance Service; 2. Ensure That Services Personnel Shall Comply With The Safety Regulations Set Forth By The Department; 3. Ensure That Services Personnel Shall Be Provided With The Necessary Safety Equipment; And 4. Ensure That Chemical Containers Used And Generated Waste Materials In The Course Of The Preventive Maintenance Services Shall Be Disposed Of Properly By The Service Provider. Iii. Terms Of Payment The Service Provider Shall Be Paid On A Monthly Basis Upon Inspection And Acceptance By The General Services Division Of The Preventive Maintenance Activities Done And Duly Noted By The Undersecretary For Administrative And Finance Services, Subject To The Submission Of A Periodic Billing Invoice, Delivery Receipt For Supplied Materials, Activities Picture Report, And Service Report. Iv. Qualifications Of The Service Provider The Service Provider Shall Submit The Following Documents: 1. Latest Business Permit Showing That Its Primary Business Is On Preventive Maintenance Of Chillers And With At Least Three (3) Years Of Experience In The Business; 2. Materials Safety And Data Sheet Of The Compressor Oil And Refrigerant To Be Used; And 3. Latest Trainings Certificate Of Service Engineers And Technicians Who Will Conduct The Periodic Preventive Maintenance Of Chillers To Warrant That It Shall Provide Only Skilled, And Well-trained Technical Personnel To Ensure Proper Implementation Of The Preventive Maintenance Activities. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss) (annex “a”); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable E. Income / Business Tax Returns Duly Received By The Bir. Other Minimum Qualifications: F. Latest Business Permit Showing That Its Primary Business Is On Preventive Maintenance Of Chillers And With At Least Three (3) Years Of Experience In The Business; G. Materials Safety And Data Sheet Of The Compressor Oil And Refrigerant To Be Used; And H. Latest Trainings Certificate Of Service Engineers And Technicians Who Will Conduct The Periodic Preventive Maintenance Of Chillers To Warrant That It Shall Provide Only Skilled, And Well-trained Technical Personnel To Ensure Proper Implementation Of The Preventive Maintenance Activities. Prior To Final Settlement: I. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s.   For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division

METRO SAN FERNANDO WATER DISTRICT LA UNION Tender

Machinery and Tools
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 90 K (USD 1.5 K)
Details: Description Request For Quotation Date: February 18, 2025 Rfq No.: Name Of Supplier / Company: Address: ___________________ Tin: ________________________ Business Permit No.: _________________________________________________________________________________________________ Philgeps Registration Number (required):_________________________________________________________________________________________ The Metro San Fernando Water District (msfwd), La Union, Through Its Bids And Awards Committee (bac), Intends To Procure It Equipment In San Fernando City, La Union. The Procurement Of It Equipment Will Be Undertaken In Accordance With Section 53.9-small Value Procurement Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Please Quote Your Best Offer For The Item(s)/service(s) Described Herein, Subject To The Terms And Conditions Provided In The Last Page. Submit Your Quotation/proposal, Duly Signed By You Or Your Authorized Representative Not Later Than February 24, 2025 @ 10:00am. A Copy Of Your Latest Business/mayor’s Permit And Bir Certificate Is Also Required To Be Submitted Along With Your Quotation/proposal. Open Quotation May Be Submitted, Manually Or Email At The Address And Contact Numbers Indicated Below. Prospective Suppliers Who Will Submit A Proposal With The Lowest Calculated And Responsive Offer Shall Be Selected. An Omnibus Sworn Statement (gppb-prescribed Form) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact The Undersigned At Mobile No. 0917.818.8926 Or Email Address At Valvega.msfwdlu@gmail.com. _____________________________ Engr. Benjamin Q. Galvan, Jr. Bac Chairman Bids And Awards Committee Metro San Fernando Water District (la Union) Contract Monitoring Office (cmo) 3/f Admin. Bldg., Quezon Avenue, City Of San Fernando, La Union 2500 Telefax No. (072) 700-3554 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows (kindly Check Those Specifications You Can Comply To): 1. Technical Specifications Technical Specifications Quantity Unit Available (-yes Or X-no) Remarks 1. Laptop Computer (please See Attached Technical Specifications) 2 Unit 2. Portable Scanner (please See Attached Technical Specifications) 1 Unit - All Purchases Are On Credit To Be Paid Within 15days From Receipt Of The Supplier Billing Statement And Issuances Of The Inspection And Acceptance Report By Msfwd. - All Payments Are Through Check Net Of Applicable Withholding Taxes. - All Items Shall Be With Warranty For At Least One Year (1yr) To Cover For Faults In Materials And Craftsmanship, Including Free Quality After Sales-service. - The Supplier Should Have A Service Center Or Have Partnered With Service Centers Providing After Sales Service Center Readily Accessible Within La Union. - Release Of Sales Invoice And/or Official Receipt Will Be Upon Claim Of The Check Payment. 1. Terms Of Delivery / Delivery Schedule The Above Requirements Comprise The Materials Requirement Of The Office. The Procurement Of The Items/services Commences Upon Receipt Of The Purchase Order/contract Of Service. The Delivery Terms Shall Be Upon 30 Calendar Days Upon Receipt Of The Purchase Order/contract Of Service. 2. Payment The Payment Shall Be Made Through The Issuance Of A Check Within Thirty (15) Days After Submission Of Billing And User Acceptance Of The Product Per The Purchase Order Completed. The Payment Amount Shall Be Net Of Appropriate Withholding Taxes. For Ease Of Payment Kindly Fill In The Payment Details Below: Name To Appear On Check: ____________________________________________ *the Name(s) To Appear On The Face Of The Check Must Be At Least The Name Of The Registered Business Entity As Reflected In The Business Permit/sec Registration; Or The Name Of The Proprietor Is A For Sole Proprietorship. Tax Type: Vat Non-vat Financial Offer: Please Quote Your Best Offer For The Items As Stated In The Technical Specification. Approved Budget For The Contract (abc): In Words: Ninety Thousand Pesos In Figure: 90,000.00php Items/services Offered Unit Price (a) Offered Qty (b) Total Offered Quotation (a X B) 1. Laptop Computer 2 2. Portable Scanner 1 Grand Total Offered Quotation: In Words: _______________________________________________________________________ In Figure: _______________________________________________________________________ Signature Over Printed Name Position/designation Office Telephone No. Fax/ Mobile No. Email Address And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By Your Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Dot-car Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e. Order Slip And/or Billing Statement, By The Contractor. Our Government Servicing Bank, I.e. The Land Bank Of The Philippines, Shall Credit The Amount Due To The Contractor’s Identified Bank Account Not Earlier Than Twenty Four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Take Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor’s Account. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dot-car Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. -------------------------------------------------------------------------------------------------------------------------------------------- Rfq No.: This Portion Is To Be Returned To The Msfwd As Proof That This Rfq Is Duly Received By You After Filling Out The Details Below: Business Name:_______________________________________________ Business Contact No. ______________________________email Address:____________________ _____________________________________ Printed Name And Signature Date: ________________ Laptop Specifications: Processor At Least 10 Cores, At Least 12 Threads, At Least 10mb Cache Processor Base Frequency At Least 1.3 Ghz Memory At Least 16gb Ddr4 Storage At Least 512gb Ssd Operating System Should Be Installed In Ssd Should Be Licensed Should Be In Professional Edition 64 Bit Graphics At Least Uhd Camera At Least 720p, Built-in Display Screen At Least 14 Inches But Not More Than 16 Inches Resolution At Least 1080p I/o Ports At Least 1 X Hdmi At Least 2 Usb Ports Gigabit Lan Network And Communication Wifi 6 Bluetooth At Least Version 5.1 Battery At Least 3 Cell Battery Scanner Specifications: Scanner Type A4 Sheet-fed Color Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Document And Moving Carriage Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi Output Resolution: 50 - 1,200 Dpi Min Document Size: 50 X 50 Mm Max Document Size: 216 X 1,828.8 Mm Supported Paper Weight: 35 - 270 G/m2 Adf Capacity: 1 Sheet Interface: Usb 2.0 (micro-b) Scan Speed 200dpi: 5.5sec 300dpi: 5.5sec 600dpi: 9.0sec Supported Os: Windows Xp / Vista / 7 / 8 / 8.1 / 10

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: The Nist Physical Measurement Laboratory (pml), Microsystems And Nanotechnology Division (mnd), Chips R&d Program (https://www.nist.gov/chips/metrology-community) As Part Of The Chips Act Activities (grand Challenge 5: Modeling And Simulating Semiconductor Manufacturing Processes), Is Now Developing Imaging And Measurement Solutions For Integrated Circuit (ic) Overlay Metrology Using A Scanning Electron Microscope (sem). Ic Production Relies On Measurements Of The 3d Size, Shape, And Placement Of Structures With Atomic-level Precision And Repeatability. The Project, Titled “sem Overlay Metrology Based On Physics Model And Artificial Intelligence,” Will Create A Sound Scientific Foundation And Comprehensive Solutions For Sem-based Overlay And Dimensional Metrology Superior To Currently Used Arbitrary Methods. This Will Allow The Design Of Overlay Patterns, Acquisition, And Image Analysis To Be Optimized Entirely Through Artificial Intelligence, Physics-based Simulation, And Modeling And Meet Ic Production Requirements Now And In The Future. For This Work, Samples That Contain Patterns Used For Overlay Measurements And Relevant To Current Ic Technologies Are Indispensable. nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements: nist Mnd Requires High-speed, Distributable Monte Carlo Software (mc Sw) Suitable For Sem-based Measurements Of Ic Overlay Structures By Accurately Simulating And Modeling The Electron-solid Interactions And Generating Images For Artificial (ai) Metrology Solutions. For This, High-speed Generation Of Secondary And Backscattered Images Using The Physics Of Signal Generation Is Indispensable. The Mc Sw Must Be Implemented In The Nist Cpu Cluster. sophisticated, 3d Sample Geometry, Material Definition, And Visualization By Graphical User Interface many Shape Primitives Spheres, Cylinders, Cones, Frustum, And Surface Roughness For Easy Simulation Scene Definition current State-of-the-art Secondary Electron Generation Physics Models Implemented create A Database Of Material Physical Models For Materials Used In Ic Production, E.g., Si, Sio2, Si3n4, Etc. structures, Such As Overly, Dense And Isolated Ic Lines, And Contact Holes, As Predefined Structures, Made Available And Ready To Be Used 3d Representation Of The Simulated/modeled Results batch Processing Capability capability To Run On Cpu Clusters And Efficiently Gather And Visualize Simulated Results By A Cpu Cluster how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!

The City Of Taguig Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 950 K (USD 16.3 K)
Details: Description Terms Of Reference Three (3) Units Color Multi-function Printer I. Description Supply And Delivery Of Three (3) Units Of Color Multi-function Printer And Consumables To The Intellectual Property Office Of The Philippines (ipophl) For Reliable And Efficient Printing Solutions To Support Its Daily Operations, Including Document Preparation, Filing, And Recordkeeping To Enhance Productivity And Ensure Uninterrupted Services. Ii. Approved Budget For The Contract The Approved Budget For The Contract (abc) Is Nine Hundred Fifty Thousand Pesos (php 950,000.00), Inclusive Of All Applicable Taxes. Iii. Technical Specification 1. Three (3) Units Color Multi-function Printer, Branded, Brand New Print Speed: -draft, A4 (black I Colour): Approx. 35 Ppm / 35 Ppm (black / Colour) -iso 24734, A4 Simplex (black I Colour): Approx. 26 Ipm / 25 Ipm -iso 24734, A4 Duplex (black I Colour): Approx. 18 Ipm / 17 Ipm -iso 24734, A3 Simplex (black I Colour): Approx. 13 Ipm / 13 Ipm -iso 24734, A3 Duplex (black I Colour): Approx. 11 Ipm / 11 Ipm -first Page Out Time From Ready Mode (black I Colour): Approx. S.5 Sec Copying: -iso 29183, A4 Flatbed (black I Colour): Approx. 24 Ipm / 23 Ipm -iso 24735, A4 Simplex Adf (black I Colour): Approx. 21 Ipm / 21 Ipm -iso 24735, A4 Duplex Adf (black I Colour): Approx. 15 Ipm / 15 Ipm Copy Function: -reduction I Enlargement: 25 - 400%, Auto Fit Function -maximum Copy Size: A3 Copy Paper Size (flatbed): A3, B4, Legal, Indian-legal, 8.sx13in, Letter, A4, Bs, As, B6, A6, 16k, 8k, 13x18cm, Hv 16:9 Wide, 10x1scm, #10, Dl, C4, C6 Copy Resolution: 600 X 600 Dpi Max Copies: 999 Scanning: -scanner Type: Flatbed Colour Image Scanner -sensor Type: Colour Cis -optical Resolution: 600 X 600 Dpi -maximum Scan Area: 297.18 X 431.8 Mm (11.7 X 17") -scanner Bit Depth (colour): 30-bit Input, 24-bit Output -scanner Bit Depth (grayscale): 10-bit Input, 8-bit Output -scanner Bit Depth (black & White): 10-bit Input, L-bit Output -scan Features: Scan To Memory Device, Scan To Network Folder/ftp, Scan To Email, Scan To Computer (document Capture Pro), Scan To Computer (wsd) -scan Speed (a4 Landscape) Monochrome: 200dpi, Flatbed: 3.7 Sec, Adf Simplex: 50 Ppm, Adf Duplex: 100 Ipm -scan Speed (a4 Landscape) Colour: 200dpi, Flatbed: 3.7 Sec, Adf Simplex: 50 Ppm, Adf Duplex: 100 Ipm Paper Handling: -paper Feed Method: Friction Feed -number Of Paper Trays: 2 (front 1, Rear 1) -minimum Paper Input Capacity: Up To 1,900 Sheets (80 G/m ) (cassette 1: 250 Sheets + Rear Slot 150 Sheets) + 3 X Optional Cassettes: 500 X 3 Sheets) -output Capacity: 250 Sheets -maximum Paper Size: A3+, 329 X 1200 Mm (12.95 X 47.24") -paper Sizes: A6, As, A4, A3, A3+, A3, Executive, Letter, 8.5 X 13 In, Indian-legal, Legal, B6, B5, B4, 100 X 148 Mm, 3.5 X 5 In, 4 X 6 In, 5 X 7 In, 5 X 8 In, 8 X 10 In, 16:9 Wide, 16k 195 X 270 Mm, 8k 270 X 390 Mm, Envelopes: #10, Dl, C6, C4 Interface: -usb: Usb 3.0 -network: Ethernet (1000base-t/l00base-tx/l0base-t) Wi-fi, Wi-fi Direct -network Protocol: Tcp/lpv4, Tcp/lpv6 -network Management Protocols: Snmp, Htip, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd -security Functions: Limit Access Function, Pin No. Certification, Ldap Address Book, Ip Address Filtering, Panel Admin Mode -network Printing Protocol: Lpd, Ipp, Port9100, Wsd Control Panel: Lcd Screen: 5.0 Inch J 12.7cm Tft Colour Lcd Printer Software: Operating System Compatibility: Windows Xp / Vista / 7 / 8 / 8.1 / 10 Mac Os X 10.6.8 Or Later Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Power: Rated Voltage: 100v-240v Rated Frequency: 50- 60 Hz Noise Level: Pc Printing/ Premium Glossy Photo Paper Best Photo: 6.2 B(a), 46 Db(a) Pc Printing / Plain Paper Default: 6.9 B(a), 53 Db(a) Dimensions And Weight: Weight: 621 X 751 X 711mm, 75.6kg (main Unit Only, Without Consumables) 772 X 797 X L,l77mm, 141.0kg (with 3 Paper Cassettes And Printer Stand, Without Consumables) Printing Technology: -memory (min / Max): 4,224 Mb -minimum Ink Droplet Volume: 4.6 Pl -printer Language: Esc/p-r -maximum Monthly Duty Cycle: 75,000 Pages Per Month -print Direction: Bi-directional Printing, Uni-directional Printing -nozzle Configuration: 800 Nozzles Each Colour (black, Cyan, Magenta, Yellow) -maximum Resolution: 4,800 X 1,200 Dpi (with Variable-sized Droplet Technology) -printer Control Language Emulations: Pcl5 / Pcl6 / Postscript3 / Pdf (ver1.7) -automatic 2-sided Printing: Yes -hod Capacity: 320 Gb Automatic Document Feeder Specifications: Support Paper Thickness: 38-128 G/m Paper Capacity: 150 Pages (80 G/m ) Automatic 2-sided Scan / Copy / Fax: Yes Power Consumption: Operating: Sow Standby: 24w Sleep: 1.2 W Power Off: 0.3w Warranty And After Sales Support: • Twelve (12) Months Onsite Warranty (next Business Day Onsite Response) • At Least Three (3) Years Of Technical Support After The Warranty Period • Availability Of Spare Parts And Consumables For At Least Five (5) Years Environmental Impact: • Compliance With Iso 14001 International Standard • With Energy Star Certification • Reduction Of Carbon Dioxide (c02) Emissions Due To Recycling • Eco-friendly Consumables Others: Include One (1) Day End-users Training 2. Consumables A. Black- Twelve (12) Pes. B. Cyan- Six (6) Pes. C. Magenta- Six (6) Pes. D. Yellow- Six (6) Pes. • Standard Capacity Page Yield (black) - 20,000 Pages Page Yield (cyan, Magenta, Yellow) - 20,000 Pages (composite Yield) • High Capacity Page Yield (black) - 86,000 Pages Page Yield (cyan, Magenta, Yellow) - 50,000 Pages (composite Yield) Iv. Documents For Submission • Mayor's Permit / Business Permit • Philgeps Registration • Price Quotation • Omnibus Sworn Statement (with Authority Of Signatory, If Applicable) • Latest Income/business Tax Return V. Terms Of Payment Thirty Days (30) Upon Delivery, Installation, Set-up (network And Individual Users) And Testing Of The Units. Vi. Delivery Period Ninety (90) Calendar Days After Receipt Of Notice To Proceed (ntp). Gasd And Mis Will Inspect And Accept The Delivery Of The Units.

Sultan Kudarat State University Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 100.8 K (USD 1.7 K)
Details: Description Supply/delivery One (1) Lot Of It Equipment Parts And Accessories For Different Offices 1 1 Set "drill Bit Set(heavy Duty) 25pcs Industrial Stainless Drill Bits Set For Metal Akd1251 Sizes: 1.0mm 13mmx0.5mm Included Sizes : 1 , 1.5 , 2 , 2.5 , 3 , 3.5 , 4 , 4.5 , 5 , 5.5 , 6 , 6.5 , 7 , 7.5 , 8 , 8.5 , 9 , 9.5 , 10 , 10 5 , 11 , 11.5 , 12 , 12.5 , 13mm Fully Ground Flute 135° High Quality M2 Stainless Material High Speed Steel" 4,800.00 2 1 Unit "hdmi Cable 100m 8k Fuhd 60hz Hdmi 2.1 Male To Male Gold-plated Active Fiber Optic Video/audio Sync Cable With 48gbps Bandwidth, Dolby Surround Capability And 3d Visual Support " 16,250.00 3 4 Unit "hdmi Cable 10m 8k Fuhd 60hz Hdmi 2.1 Male To Male Gold-plated Active Fiber Optic Video/audio Sync Cable With 48gbps Bandwidth, Dolby Surround Capability And 3d Visual Support " 1,700.00 4 4 Piece "hdmi Cable 20m 8k Fuhd 60hz Hdmi 2.1 Male To Male Gold-plated Active Fiber Optic Video/audio Sync Cable With 48gbps Bandwidth, Dolby Surround Capability And 3d Visual " 2,200.00 5 2 Set "plier Set(heavy Duty) 8” High Leverage Combination Pliers 7” High Leverage Diagonal Cutting Pliers 8” High Leverage Long Nose Pliers 10” Pump Pliers Packed By Stackable Plastic Box" 1,650.00 6 2 Piece 10km Visual Fault Locator Laser Fiber Optic Ftth Laser Source Fiber Optic Cable Tester 800.00 7 1 Unit Automatic Voltage Regulator Phase: Single, Phase Max Capacity: 2500w Input: 100v Ac-220v Ac Output: 110v Frequency: 60hz Type: Auto 13,000.00 8 10 Box Cat6 Rj45 Connector,two-piece Design Modular Network Plug Connector Compatible With Various Cable For 1.1mm Holes Supports 24-26awg Round Or Flat Stranded Wire With An Outside Diameter Up To 5 4mm(100pcs/box) 400.00 9 2 Unit Crimping Tool (heavy Duty) Perfectly Crimping Cat6a Cat6 Cat5e Cat5 Rj45 Connectors; Suitable For Cat6/6a Cat5/5e (23awg, 24awg) Cable With Cutting Port, Lock Button, 6p Crimping Port, Stripping Port, 8p Crimping Port And Non-slip Handle." 1,550.00 10 25 Meter Extension Wire 212.59 11 5 Unit Mouse Optical, Usb Connection Type 159.50 12 1 Unit Printer Type: Print, Scan, Copy, Fax With Adf Printing Technology: Print Method: Precisioncore Printhead Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 400 X 1 Nozzles (black), 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi Automatic 2-sided Printing: Yes Print Speed: Draft, A4 (black / Colour): Up To 37.0 Ppm / 23.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 17.0 Ipm / 9.5 Ipm*2 Iso 24734, A4 Duplex (black / Colour): Up To 7.5 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Simplex: Up To 7.0 Sec / 11.0 Sec*2 Copy Function: Reduction / Enlargement: 25 - 400% Maximum Copy Size: Legal Copy Resolution: 600 X 600 Dpi Max Copies: 99 Copies Copying: Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 12.0 Ipm / 6.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour): Up To 10.0 Ipm / 4.5 Ipm Scanning: Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 1200 X 2400 Dpi Maximum Scan Area: 216 X 297 Mm Scanner Bit Depth (colour): 48-bit Input, 24-bit 23,424.50 Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Scan Speed: Flatbed (black / Colour): 200dpi: 12 Sec / 27 Sec Adf Monochrome (simplex): 200dpi: 6.0 Ipm Adf Colour (simplex): 200dpi: 5.0 Ipm Adf Specifications: Support Paper Thickness: 64-95 G/m2 Paper Capacity: 35 Sheets (a4 Paper) 10 Sheets (legal) Fax Function: Type Of Fax: Walk-up B/w And Colour Fax Capability Receive Memory / Page Memory: 2mb, Page Memory Up To 180 Pages Error Correction Mode: Itu-t T.30 Fax Speed (data Transfer Rate): Up To 33.6 Kbps, Approx. 3 Sec/page Fax Resolution: Up To 200 X 200 Dpi Transmission Paper Size (flatbed): Letter, A4 Transmission Paper Size (adf): Letter, A4, 8.5 X 13", Legal Receiving Paper Size: Letter, A4, Legal Speed Dial / Group Dial: Up To 100 Numbers, 99 Groups Fax Features: Pc Fax (transmission / Receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview Interface: Usb: Usb 2.0 Network: Wireless Ieee 802.11b/g/n, Wi-fi Direct, Ethernet Network Protocol: Tcp/ipv4, Tcp/ipv6 Network Management Protocols: Snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd 13 3 Set Screwdriver Set(heavy Duty) Magnetic Tip Soft Grip Handle Round Blade 1pc Sl5.5*5*75 1pc Sl5.5*5*100 1pc Sl6.5*6*150 1pc Ph1*5*75 1pc Ph1*5*100 1pc Ph2*6*150 Packed By Stackable Plastic Box" 450.00 14 2 Unit Uninterruptible Power Supply Ups? Power Capacity 375 W 650 Va? Output Voltage On Battery 230 Vac 10? Output Frequency Rangesync Mode 50hz Or 60hz 1 Hz? Topology And Output Waveform Line Interactive? Output Connection 4 Universal Battery Backup Outlets? Input Voltage Range 170280 V? Ac Input Fuse 5a? Cord Length 15m? Input Connection Iec? Battery Typemaintenancefree 12v7 Ah X1? Typical Recharge Time 68 Hours? Dimensions 14cm X 21cm X 35cm? Whats In The Box 1x Apc Easy Ups Bv Bv650ims 650va Avr Universal Outlet 230v User Manual? Warranty 2 Years Parts 1 Year Battery 4,180.00

Department Of Health Treatment And Rehabilitation Center Tender

Software and IT Solutions...+1Healthcare and Medicine
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 270.5 K (USD 4.7 K)
Details: Description Republic Of The Philippines Department Of Health Treatment And Rehabilitation Center Brgy. Highway, Dulag, Leyte Request For Quotations Rfq No: 2025-03-048 Pr No: 2025-03-149 Gentlemen: ______________________ Please Quote Your Responsive And Lowest Price/prices For The Lot / Items Listed Below, Subject To The General Condition On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than (three) 3 Days Upon Receipt Of This Rfq The Return Envelope Attached. Genevieve Marie S. Macanda, Md., Fpcp Medical Specialist Ii Chairperson, Bids & Awards Committee Qty Unit Description Purchase Of Ict Equipment 4 Unit Desktop Computer (set) Minimum Specifications: Processor: Intel I7 8700, 8th Gen Base Frequency: 3.2ghz Turbo Frequency: 4.6ghz Cache: 12mb Cache No Of Cores: 6 Cores Memory: 2x16gb Ddr4, Upgradable To 32gb 2 X Memory Slots Storage/hard Disk: 256 M.2 Ssd + 1tb Sata3 7200rpm Display Screen: Led Monitor 21.5” Graphics/video Processor: 4gb Dedicated Graphics Resolution: 1920 X 1080 Pixel Network Interface: Gigabit Ethernet 10/100/1000 Wireless Lan 802.11 Ac + Bluetooth 5.0 Pointing Device: Acer Usb Optical Mouse Bundled With Mouse Pad Input Device: Acer Standard Full-sized Usb Keyboard With Numeric Keypad Security: Usb Enable/disable (via Bios) Power-on Password (via Bios) Setup Password (via Bios) Operating System: Windows 10 Professional 64 Bit Warranty: One (1) Year On Parts And Labor Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Upon Verbal/written Notification By The End-user Agency Add-on: Uninterruptible Power Supply (ups) Capacity (va/wattage): 650va / 390w (absolute Minimum) Number Of Outlets: At Least 2 Outlets (for Pc, Monitor, And Essential Peripherals)" 1 Unit Laptop (mid-range) Minimum Specifications: Operating System: Windows 10 Professional 64bit Cpu And Chipset: Intel Corei5 1135g7 Based Clock Speed 2.40ghz, 8mb Cache, 4-physical Cores, 8threads, Turbo Core Speed4.20ghz, 11th Generation Memory: 2x16gb Ddr4 2666mhz Two (2) Memory Slots, Expandable Up To 32gb Display: 15.6"" Fhd 1920 X 1080 Resolution, Highbrightness Acer Comfyview Ledbacklit Tft Lcd, 16:9 Aspect Ratio, Ultra-slim Design Mercury Free, Environment Friendly Graphics: Nvidia® Geforce® Mx330 2gb-gddr5 Dedicated Graphics Storage: 256gb Pcie Nvme Ssd + 1tb Sata 5400rpm 2.5” Inch Warranty: 1 Years Part - 1 Year Labor Only 1 Year Warranty On Battery" 1 Unit Printer (wi-fi All-in-one Ink Tank Printer With Automatic Document Feeder) Key Features: Print, Scan And Copy Functions Ink Tank System: High-capacity, Cost-efficient Ink Bottles Automatic Document Feeder (adf): Up To 30 Sheets Wireless Connectivity: Wi-fi, Wi-fi Direct Borderless Printing: Up To A4 Size Compact Design: Space-saving And User-friendly Printing Specifications: Print Technology: Precisioncore™ Printhead Maximum Print Resolution: 5760 X 1440 Dpi Print Speed: Black: Up To 33 Ppm (draft) / 10.0 Ipm (iso) Color: Up To 15 Ppm (draft) / 5.0 Ipm (iso) Scanning Specifications: Scanner Type: Flatbed Color Image Scanner Optical Resolution: 1200 X 2400 Dpi Adf Capacity: Up To 30 Sheets (a4/letter, 64-95 Gsm) Copying Specifications: Copy Resolution: 600 X 600 Dpi Connectivity Options: Usb: Usb 2.0 Wi-fi: Ieee 802.11b/g/n, Wi-fi Direct Warranty: 1 Year Or 30,000 Pages (whichever Comes First)" 1 Unit Printer (single Function) General Specifications: Print Technology: On-demand Inkjet Print Resolution: Up To 720 X 720 Dpi Paper Handling: Paper Sizes Supported: A4, A5, A6, B5, C6, Dl, Letter, Legal Input Tray Capacity: Up To 50 Sheets Of A4 Plain Paper Output Tray Capacity: Up To 30 Sheets Of A4 Plain Paper Connectivity & Compatibility: Interface: Usb 2.0 Operating System Compatibility: Windows Xp / Vista / 7 / 8 / 8.1 / 10, Mac Os X 10.6.8 Or Later Warranty: One (1) Year Standard Warranty Or 15,000 Prints (whichever Comes First)" 1 Unit Uninterruptible Power Supply (ups) 650va, 390w, Basic Protection General Specifications: Capacity: 650va / 390w Nominal Output Voltage: 230v Output Frequency: 50/60 Hz (auto-sensing) Topology: Line-interactive Input: Nominal Input Voltage: 230v Input Voltage Range: 170 – 280v Output: Output Connections: 2 Universal Sockets Battery: Battery Type: Maintenance-free, Sealed Lead-acid Battery, Leak-proof Typical Recharge Time: 4 Hours 3 Unit Usb Flash Drive (16gb) General Specifications: Storage Capacity: 16gb Interface: Usb 2.0 / Usb 3.0 (depending On Availability) Read Speed: Up To 25mb/s (usb 2.0) / Up To 100mb/s (usb 3.0) Write Speed: Varies By Brand (usb 2.0 Typically Up To 10mb/s, Usb 3.0 Up To 40mb/s) Compatibility: Windows, Macos, Linux Plug-and-play: No Additional Software Required Physical Size: Compact And Lightweight Design Build Material: Plastic Or Metal Casing For Durability" Xxx 2025-03-149 Xxx ********nothing Follows*********** Approved Budget For The Contract: Php270,500.00 Delivery Period: ______________ Price Validity: ______________ Warranty: ______________ General Conditions: 1. All Entries Must Be Legible; 2. Price Received In Excess Of Abc Shall Be Automatically Rejected At Opening; 3. Bidders Must Submit Certified True Copy Of Landkbank Account (remitter's Instruction To The Agency Gsb-if No Landbank Account) Certificate Of Philgeps Registration And Mayor's Business Permit; (for Shopping) 4. Bidders Must Submit Certified True Copy Of The Following Documents: Landkbank Account (remitter's Instruction To The Agency Gsb-if No Landbank Account) Certificate Of Philgeps Registration And Mayor's Business Permit, Annual Income / Business Tax Return (for Abcs Above 500k) And Omnibus Sworn Statement (for Abcs Above 50k) - For Small Value Procurement. 5. Place The Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: * Your Company Name / * Rfq No. * Pr No. / * Philgeps Reference No. 6. Deadline Of Submission Of Rfq: 3 Days Upon Receive Of Rfq; 7. Information Relating To The Examination, Evaluation & Comparison Of Price Quotation Shall Kept Confidential & Shall Not Disclose To Any Other Party Except To Those Officially Concerned Until Award Of Contract. 8. Item/s Delivered Must Have Warrantied For Unit Replacements, Parts, Labor Or Other Services. 9. Price Validity Shall Be For A Period Of Three (3) Months 10. Quoted Prices Must Be Inclusive Of Taxes And Other Charges Or Fees And Shall Not Exceed The (abc). 11. Transactions W/ Doh-trc Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment 12. For Online Quotation, Please Send Scanned Rfq To Salagfacility@gmail.com / Salagprocurement@gmail.com 13. Awarding Of Contract Shall Be Made To The Lowest Calculated Bidder Which Complies The Minimum Technical Specifications. 14. Failure To Comply With These Conditions May Mean Disqualification Of Your Bid Proposal. After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item At Price Noted Above. Name Of Dealer: _____________________________________________ Printed Name Over Signature Of The Owner/representative Name Of Store: _________________________________ Tel No.: _______________________________________ Address: ______________________________________ Bank And Bank Account Number __________________ (for Lddap Payment)

Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender

Healthcare and Medicine
Philippines
Closing Date16 Apr 2025
Tender AmountPHP 500 K (USD 8.7 K)
Details: Description Item Description Abc Unit Quantity 1 Portable Handheld Ultrasound Device 500,000.00 Unit 1.00 Republic Of The Philippines Department Of Health Corazon Locsin Montelibano Memorial Regional Hospital Bacolod City Engineering Facilities Management Technical Specification Sheet Name Of Equipment: Portable Ultrasound (handheld) Location / End User: Wt-ccu Applications: Heart, Lungs System Architecture: Equipped With Next Generational Micro-digital Broadband Beam Former Capable Of Microfine 2d Focusing With Dynamic Focal Tuning Capable Of Digitally Processed Channels Up To 65,000 Or More Having A Real Time Beam-steered Compound Imaging Equipped With No-touch Continous Intelligent Optimization For 2d Capable Of 256 Gray Shades In 2d With Acquisition Frame Of Approximately 79 Or More Frames Per Second With Automatic Sensing Power Saving Mode When Inactively Not Scanning Equipped With Harmonic Imaging It Must Be Compatible With Android And Ios Devices Imaging Modes: With Microfine 2d Imaging With Color Flow 2d Mode: Capable Of Auto Scan With Micro Fine 2d Focusing With Up To Three (3) Times Digital Construction Zoom With Intuitive Multi-touch Control. With Image Review Up To 3-10 Sec Per Loop Color Doppler: Approximately With A Gain Of 0-100 In Steps Of One With Velocity Display With A Touch Controlled Color Steering With A Touch Controlled Color Region Of Interest, Size And Position M-mode Available On All Transducers With A Time Marker S Of Approximately 0.2 Seconds Workflow: (through Android Tablet Or Phone) Equipped With A Multi-touch User Interface With Apha Numeric Qwerty Sof Keyboard 2d Image Controls: Depth, Freeze, Gain And Power Measurements: Capable Of 2d Distance Calculation; M-mode Calculation With Color Doppler Controls: Angle, Scale (fast/slow Flow) Gain And Volume Equipped With Image Acquisition Keys: Review, Save Image, And Save Loop Homescreen: Possessed A Simplified Home Screen For Quick Access To Scan, Create Patient Profile And Select Presets Capable Of At Least Four (4) Applications Presets For Curve Array And At Least Five (5) Presets For Linear Array Main Menu Transducer: Linear Array Capable Of Automatically Adjusted Focal Zone Based On Preset Focal Zone With Continous Dynamic Receive Focusing With Up To 128 Elements With Up To 1-4 Mhz Extended Operating Frequency Range Equipped With 34.5mm Field Of View With High Imaging Resolution For Lung, Msk, Soft Tissue, Superficial, And Vascular Applications Capable Of 2d, Color Doppler And Tissue Harmonic Imaging With Replaceable Usb Cable Phased Array: Capable Of Automatically Adjusted Focal Zone Based On Preset Focal Zone With Continous Dynamic Receive Focusing With Up To 64 Elements With Up To 4-12 Mhz Extended Operating Frequency Range Equipped With 90°c Field Of View With High Imaging Resolution For Lung, Echo, Abdominal, Ob-gyne And Fast Applications Cappable Of 2d, Color Doppler And Tissue Harmonic Imaging With Replaceable Usb Cable Electrical Safety: Accredited With Iec 60601-1 Medical Electrical Equipment: General Requirements For Safety, Including All Applicable Collateral And Particular Standards, As Well As All, Applicable Deviations & Etc. Environmental Standards: Healthcare Standard, Emt Standard And Military Standard For Helicopter Connectivity: Capable Of Patient Storage On Device With Exam Directory Dicom Image Storage Can Export To Network Share Drive Can Connect To Internet To Email Paients Exam Can Utilize Google Cast To Mirror Device Screen To Secondary Display Have An Extensive Image Management Capability, Including Thumbnail Image Review Capable Of Direct Digital Storage Of Black And White And Color Loops To Internal Hard Disk Android Tablet: Can Display At Least 10.9" Screen Size With 14435-1445 X 2300-2310 Pixels Memoray Capacity At Least 128gb With 8gb Ram Battery Capacity At Least 8000mah Preferably With A Cpu Octa Core 4x 2.0ghz Cortex A78/a55 Os At Least Android 13 Capable Of Major Android Upgrade Supplier Requirements: I. Completion Period 1. Delivery, Installation, Testing And Commissioning Of The Equipment And Its Accessories, Including Training Of The End User And Biomed Staff Shall Be Completed Within Sixty (60) Calendar Days Upon Receipt Of The Purchase Order. Ii. Testing And Commissioning 1. The Supplier Shall Conduct Testing And Commissioning On Site. 2. Supplier Shall Ensure That The Equipment Is Functional And Safe Prior To Use. 3. After Th Conduct Of The Testing And Commissioning On Site, The Supplier Shall: 3.1. Submit To The End User The Hard And/or Soft Copy Of The Report. 3.2. The Soft Copy Of The Report Shall Be Submitted To The Official Email Of The End User And Biomed Section 3.3. Placement Of Preventive Maintenance And/or Calibration Sticker. 4. The Quality Of The Preventive Maintenance And Calibration Sticker Shall Be Water Proof With Excellent Adhesive. 5. The Preventive Maintenance And Calibration Sticker Shall Have The Following Details: Name Of Equipment Brand, Model, Serial Number, Location, Preventive Maintennance Date, Next Preventive Maintenance Due Date, Calibration Date, Next Calibration Due Date, And Performed By. Iii. Manual 1. The Supplier Shall Provide To The End User And Biomed Unit The Hard Copy And/or Soft Copy Of The User Manual And Service Manual Iv. Training 1. The Supplier Shall Provide Basic Operation And Maintenanace Training To The End User And Technial Training With The Biomed Staff 2. The Supplier Shall Provide Certificate Of Training To The End User And Biomed Staff Accompanied By Pictures As Proof Of Training. 3. The Training Certificate Provided Shall Not Indicate Training Expiration. 4. The Supplier Shall Provide A Hard And/or Soft Copy Of The Training Materials To The End User Nd Biomed Staff V. Maintenance 1. The Supplier Shall Conduct Preventive Maintenance And Calibration As Often As Specified In The Equipment Manual Within The Warranty Period. 2. The Supplier Shall Submit The Maintenance Schedule In Both Hard And/or Soft Copy To The End User And Biomed Section Before The Conduct Of Preventive Maintenance And Calibration. 3. The Supplier Shall Provide A Hard And/or Soft Copy Of The Service Report To End User And Biomed Unit Every Completion And Preventive Maintenance And Calibration. 4. The Soft Copy Of The Service Report, Calibration Report, And Calibration Certificate Shall Be Sent To The Offcial Email With The Attached Proof Of Conduct Of Service Like Picture Containing Equipment, Date And Time, And Location To The End User And Biomed Unit. 5. The Supplier Shall Coordinate With The End User And Biomed Unit Before Prior To The Conduct Of Preventive Maintenance And Calibration. Vi. Documentary Requirements. 1. Original Brochure And/or Date Sheet(s) Of The Equipment Showing All The Technical Specifications In English Language. 2. Certificate Of Warranty- Three (3) Years On Unit, Parts And Service. 3. The Supplier Shall Conduct Preventive Maintenance (pm) And Issue Certificate Of Calibration Every Year For Three (3) Years. 4. Certificate Of Availability Of Spareparts And Support Service For Ten Years 5. Certified Service Engineer Or Technician For The Repair And Maintenance Of The Unit. 6. Certificate That The Brand Of Equipment Or Model Has Been In The Local Or International Market For At Least Ten Years. 7. Certificate That The Equipment And Its Accessories Are Brand New, Unused, Not Discontinued Models, And Are Not Subjected To Any Product Recall. Vii After Sales 1. The Supplier Shall Provide List Of Engineers Or Tchnical Staff Presently Employed By The Participating Bidder/supplier Or Authorized By The Manufacturer Who Shall Perform Corrective And Preventive Maintenance Of The Product. Attachment Of Photocopy Of Id Anf Training Certificate Specific To The Equipment. 2. Certification That The Bidder Shall Provide A Service Unit That The End User Can Use In Case The Equipment Will Be Pulled Out For Repair Or Maintenance Within The Warranty Period. 3. The Supplier Shall Provide List Of Engineer Or Technical Personnel With Name Of Engineer, Contact Number, And Email Presently Employed By The Bidder/supplier Or Authorized By The Manufacturer Who Shall Perform Corrective And Preventive Maintenance Of The Product. Attachment Of Photocopy Of Id And Training Certificate Specific To The Equipment. 4. The Supplier Shall Be Available And Respond Within 24/7 For Repair In Case Of Equipment Breakdown.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A 12-month Contract To Supply Ga68 Dotatate (netspot). This Radiopharmaceutical Is Required For Imaging Procedures For The Corporal Michael J. Crescenz Va Medical Center- 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104. this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Performance Work Statement. the North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300 Employees For This Type Of Effort. vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov). capability Statement And Documentation: companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information: 1. Company Information: Company Name Company Address Company Uei Sam Company Naics Code(s) Point Of Contact Name Point Of Contact Phone Number Point Of Contact Email Address Company Website (if Available) 2. The North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300. based On This Information, Please Indicate Whether Your Company Is A: service-disabled Veteran Owned Small Business (sdvosb) veteran Owned Small Business (vosb) 8(a) hub Zone Small Business women Owned Small Business small Disadvantaged Business (sdb) small Business Concern large Business 3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Pws). 4. Government Contracts For These Services In The Last 3 Years. Include: government Agency contract Number dollar Value period Of Performance government Point Of Contact Information (name, Email, Phone Number) information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Wednesday, 01/29/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov. performance Work Statement date december 6, 2024 client philadelphia Veterans Affairs Medical Center job Name netspot Ga68 Dotatate requested By betty Taylor, Supervisor from tarideana Breazeale, Administration Officer summary the Corporal Michael J. Crescenz Va Medical Center (cmc Vamc) Requires A Vendor Licensed By The Nuclear Regulatory Commission To Provide The Radiopharmaceutical Netspot And Calibration Sources For The Nuclear Medicine Service. This Radiopharmaceutical Is Required For Imaging Procedures. The Calibration Sources Are Required For Equipment Quality Control Testing. This Product Is A Patented Drug Kit For The Preparation Of Gallium Ga 68 Dotatate For Injection. It Is Used For Pet Imaging For Localization Of Somatostatin Receptor Positive Neuroendocrine Tumors (nets) In Adult Patients. These Items Are To Be Delivered Directly To The Nuclear Medicine Service S Secured Receiving Areas, Room 3a101b Of The Corporal Michael J. Crescenz Va Medical Center 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104. project Scope this Pws Covers The Following Activities And Deliverables. The Vendor Agrees To Perform These Services With The Standard Of Care, Skill, And Diligence Normally Provided By A Professional Organization In The Performance Of Similar Services. It Is Understood That The Contractor Must Perform The Services Based, In Part, On Information Furnished By This Medical Center; However, The Vendor Is Given Notice That The Medical Center Will Be Relying On The Accuracy, Competence And Completeness Of The Contractor S Services In Utilizing The Results Of Such Services. The Nuclear Medicine Authorized Staff Of Cmc Vamc, When Needed For Next Day Delivery During Work Hours Will Place All Orders Daily. There May Be Orders Placed During Other Than Normal Working Hours, To Be Delivered Within A 45-minute Window For An Emergency. The Vendor Must Be Able To Fulfill This Requirement. All Items Delivered To The Nuclear Medicine Department As Specified Above. Cmc Vamc Will Require Credit Statements (itemized Returned Doses) And Monthly Invoices. Electronic Daily Dose Tracking Systems Should Be Available For The Medical Center S Use In Certifying And Tracking Of Patient Doses Delivered. deliverables: unit Per Dose netspot the Contractor Shall Have Available An Adequate Supply Of Contract Products To Meet The Requirements Of The Corporal Michael J. Crescenz Va Medical Center. the Contractor Shall Label All Unit Doses Of Delivered Radiopharmaceuticals, With The Amounts, Preparation Time, Expiration Time, Date, Etc., And Provide A Bar Labeled Insert To Allow Scanning Data Into The Nuclear Medicine Information Management System (nmis).if The Contractor S System Varies From Our Current (pinestar) Nmis Information System, The Contractor Shall Provide Their System As Well As Data Migration, Technical Support And Training Of Staff On Its Use At No Additional Price To The Government. all Packaging Of Radioactive Material Must Be Clearly Labeled Radioactive With The Proper Class And Exposure Levels On The Outside Of The Shipping Container. the Contractor Shall Perform All Quality Control Procedures As Required By Federal And State Regulatory Agencies. the Contractor Shall Meet All Nuclear Regulatory Commission, Department Of Transportation, Nhpp, Fda, Osha And All Other Agency Rules And Regulations (federal And State). radiopharmaceutical Returns For Credit: the Contractor Shall Be Responsible To Accept Returns For Full Credit Toward Future Orders Only Under The Following Conditions: product(s) Ordered Or Shipped In Error product(s) Damaged In Shipment concealed Shipping Damages recalled Product(s) outdated Products In Unopened, Original Container (specifically Authorized For Return By Manufacture) the Contractor Shall Invoice At Least Once Per Month Showing Period Covered, Billing Date, Name Of Preparation, Quantity, And Amount. schedule only Authorized Cmc Vamc Nuclear Medicine Service Personnel Shall Place Orders During The Normal Workday, And First Delivery Shall Be Received No Later Than 08:00 Am The Following Workday To The Cmcvamc Nuclear Medicine Department. depending On Medical Center Patient Care Requirements, The Contractor Shall Provide Routine Delivery And Pick-up As Many Times As Required By The Cmcvamc. the Delivery Order Shall Include The Following Information: contract Item(s) And Quantity, Time (s) Of Delivery, And Applicable Va Order Number. authorized Cmcvamc Personnel Via Telephone, Fax, Or E-mail Shall Only Place Orders. Contractor Agrees To Accept Unused Radiopharmaceutical And Provide Reimbursement Per Unit Dose Applicable Towards Future Orders. after Award, The Cmcvamc Will Furnish The Name(s) Of Personnel Who Are Authorized To Place Orders Against The Contract. the Contractor Will Be Furnished With A Copy Of The User S License As Per Nuclear Regulatory Commission Guidelines. same-day Delivery same-day Delivery Requires Delivery And Receipt At The Cmcvamc Nuclear Medicine Department No Later Than 2 Hours After Order Is Placed During Normal Business Hours. Nuclear Medicine Normal Business Hours Are Considered Monday Through Friday: 8:00 Am 4:30 Pm Except Federal Holidays. the Following Are Federal Holidays: new Year S Day martin Luther King, Jr. Day president S Day memorial Day juneteenth independence Day labor Day columbus Day veteran S Day thanksgiving christmas Day pricing items Will Be In Unit Dose, Daily, And On An As Needed Basis In Accordance With Patient Requirements. key Assumptions all Annual Quantities Are Estimates, Contractor Will Only Be Paid For Items And Quantities That Are Ordered And Delivered.

Philippine Information Agency - PIA Tender

Publishing and Printing
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 21.2 K (USD 367)
Details: Description Rfq No. 25-02-004 Request For Quotation Procurement Project Title: Supply And Delivery Of One (1) Unit All-in-one Printer Approved Budget For The Contract (abc): Php: 21,295.00 Purchase Request No.: 25-02-004 End-user: Office Of The Deputy Director General For Regional Operations Delivery Period: Fifteen (15) Days Upon Receipt Of Purchase Order Source Of Funds: Gaa Deadline For Submission Of Bids: March 4, 2025 @ 5:00 P.m Date: February 28, 2025 The Philippine Information Agency (pia), Through Its Procurement Section – Administrative Division, Intends To Procure The Item/s Indicated In This Request For Quotation (rfq) In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Interested Bidders Are Hereby Invited To Submit A Quotation/proposal, Signed By Their Duly Authorized Representative, On Or Before The Deadline Indicated Above, Subject To The Terms And Conditions Provided In This Rfq. Quotations May Be Submitted Physically Or Via Email Through The Contact Information Below: Procurement Section/bids And Awards Committee Secretariat Philippine Information Agency 2nd Flr Pia Bldg. Visayas Avenue Diliman Quezon City Email: Procurement@pia.gov.ph Tel No. 8920-43-38 1. Suppliers Are Required To Submit The Following Prior To Notification Of Award: A. Valid & Current Mayor’s/business Permit For 2025; B. Valid & Current Philgeps Registration Certificate/number; C. Income Tax Return (for Abcs Above P500k) D. Omnibus Sworn Statement (for Abcs Above P50k); E. Bids Should Be Valid For A Period Of 60 Days. We Highly Encourage Interested Suppliers To Use The Quotation Form Provided To Minimize Errors Or Omissions Of The Required Mandatory Provisions. Should The Quotation Form Be Reproduced/retyped, Please Ensure That All Mandatory Requirements/provisions Are Included. Missing Requirements/provisions And Non-submission Of The Terms And Conditions Shall Render The Submission Ineligible Or Disqualified. Atty. Allan Vincent B. Lorenzo Bac- Chairperson Annex “a” Terms And Conditions: 1. Bidders Shall Provide The Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Countersigned By Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, Should Be In Philippine Peso, And Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Is Automatically Rejected. 6. Non-compliance With Any Of The Minimum Mandatory Requirements Will Render Your Quotation Disqualified. 7. Bidders Must State Their Compliance In The “statement Of Compliance” Against Each Of The Individual Specifications Parameters In The Item Description Or Attachments, If Any. 8. In Case Of Tie Of Bids Among Suppliers That Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Pia-bac Shall Adopt And Employ The “draw Lots” Procedure As The Tie-breaking Method To Determine The Single Winning Supplier In Accordance With Gppb Circular 06-2005. 9. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 10. Item/s Delivered Shall Be Inspected And/or Tested On The Scheduled Date And Time Of The Pia. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm Compliance With The Technical Specifications. 11. Payment Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer Facility, Within Thirty (30) Days After Receipt Of Billing And Issuance Of Inspection And Acceptance Report From The End-user. In Case Of Accounts Maintained In Other Banks, Bank Transfer Fees Shall Be Charged Against The Creditor’s Account. 12. Issuance Of Sales Invoice Within Seven (7) Banking Days After Notification Of Payment/crediting Of Payment Shall Be Observed. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pia May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Applicable To It. 14. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 15. The Pia Reserves The Right To Accept Or Reject Any Or All Quotations/bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Offer That Is Most Advantageous To The Government. 16. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. Suppliers Quotation After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Unit Description Qty Unit Cost Total Amount 1 Printer (all-in-one) 1 Specifications - Print, Scan, Copy, Fax With Adf - Print Speeds Up To 17ipm For - Black And 9.5ipm For Color - Auto-duplex Printing - Wi-fi & Wi-fi Direct - With Two (2) Warranty - With One Set Of Ink Approved Budget For The Contract (abc): Php:21,295.00 Grand Total Amount In Words: ______________ _________________________________ In Figures: Php ________________ After Having Carefully Read, Understood, And Accepted The Conditions Specified In The Request For Quotation, Technical Specification, And Terms Of Reference, I/we Quote On The Item(s) At Prices As Above-indicated. Company Name: Company Address: Submitted By: (authorized Representative) ________________________ Signature Over Printed Name Designation Telephone No / Mobile No Email Address: Date Submitted: Technical Specifications Note: Bidders Must State Either “comply” Or “not Comply” In The Column “statement Of Compliance” In Each Of The Individual Specification Parameters: Project Title: One (1) Unit All-in-one Printer Qty Unit Description Remarks (brand Name/ Model, Etc.) Statement Of Compliance 1 Printer (all-in-one) Features - Print, Scan, Copy, Fax With Adf - Print Speeds Up To 17ipm For Black And 9.5ipm For Colour - Auto-duplex Printing - Wi-fi & Wi-fi Direct - With 2 Years Warranty - With One (1) Set Of Ink Printing Nozzle Configuration: 400 X 1 Nozzles (black), 128 X 1 Nozzles Per Color (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi Automatic 2-sided Printing: Yes Print Speed Draft, A4 (black / Colour): Up To 37.0 Ppm / 23.0 Ppm*2 Iso 24734, A4 Simplex (black/ Colour): Up To 17.0 Ipm / 9.5 Ipm*2 Iso 24734, A4 Duplex (black/colour): Up To 7.5 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black/colour): Simplex: Up To 7.0 Sec/11.0 Sec*2 Copy Function Reduction / Enlargement: 25-400% Maximum Copy Size: Legal Copy Resolution: 600 X 600 Dpi Max Copies: 99 Copies Scanning Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 1200 X 2400 Dpi Maximum Scan Area: 216 X 297 Mm Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Adf Specifications Support Paper Thickness: 64-95 G/m2 Paper Capacity: 35 Sheets (a4 Paper), 10 Sheets (legal) Type Of Fax Walk-up B/w And Colour Fax Capability Receive Memory / Page Memory: 2mb, Page Memory Up To 180 Pages Error Correction Mode: Itu-t T.30 Fax Speed (data Transfer Rate): Up To 33.6 Kbps, Approx. 3 Sec/page Fax Resolution: Up To 200 X 200 Dpi Delivery Period: Fifteen (15) Days Upon Receipt Of Purchase Order Price Validity: Sixty (60) Calendar Days I Hereby Certify That The Statement Of Compliance To The Forgoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post-qualification, The Same Shall Render Our Bid In Automatic Disqualification. Name Of Company/bidder: Authorized Representative: _____________________________ Signature Over Printed Name Date:
2601-2610 of 2734 archived Tenders