Scanning Tenders

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date18 Mar 2025
Tender AmountUSD 508 K 
This is an estimated amount, exact amount may vary.
Details: 2ea Pdc Diaphragm Machine Compressors all Quotes Submitted In Response To This Announcement Shall Be Reviewed If Submitted By The Close Date. Rfq Must Include Supporting Documents: Capabilities Statement, Proof Of Past Performance For Similar Work, And Cage Code. subj: Sole Source Memorandum To Procure Pdc Machine Compressors (pr 1301223832) identification Of The Agency And The Contracting Activity, And Specific Identification Of The Document As A “limited Source Justification.” this Is A Sole Source Justification. Contracting Activity Is The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (nswc Pcd), 110 Vernon Avenue, Panama City, Fl 32407-7001 (contracts Department Code 02). nature And/or Description Of The Action Being Approved. this Action Will Award A Purchase Order, On A Sole Source Basis, To Pdc Machines For The Items Listed In Paragraph 3 Of This Document. a Description Of The Supplies Or Services Required To Meet The Agency’s Needs (including The Estimated Value). nswc Pcd Currently Has A Need To Procure The Following Item(s): item: Pdc-4-2500(150)-3500(150) description: Diaphragm Compressor, Complete Basic System With As Detailed In Specification Attached. qty: 2 this Acquisition Will Be Conducted Using Simplified Acquisition Procedures With A Total Estimated Value Greater Than $250,000. The Government's Minimum Needs Have Been Verified By The Certifying Technical And Requirements Personnel. This Memo Does Not Authorize Acquisition For Other Requirements. (redacted) identification Of The Justification Rationale And, If Applicable, A Demonstration Of The Proposed Contractor’s Unique Qualifications To Provide The Required Supply Orservice. 10 U.s.c. 2304(c)(1), 10 U.s.c. 2304(d)(1)(b). Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements Far 6.302-1(a)(2)(iii). the Naval Surface Warfare Center Panama City Division (nswc Pcd) Currently Has A Requirement For The Items Listed In Paragraph 3 Of This Document. With Pdc Machines Compressors Currently In Operation And Maintained By The Project Team. Procuring The Same Brand Ensures Consistency In Testing Procedures And Results. Introducing A Different Brand Risks Variations In Test Results, Potentially Jeopardizing The Pressure System's Integrity. Additionally, these Are The Only Brand That Meet The Space, Purity, And Pressure Output For This Mission. This Risk Of Utilizing Alternate Pump Is Unacceptable As It Could Endanger Personnel Due To Variances In Testing Results, Even Leading To Fatalities. Furthermore, A Brand Change Necessitates Significant Building And Piping Modifications, Causing Unplanned Expenses And System Downtime. therefore, Acquiring Pdc Machines Compressors Directly From The Manufacturer Is In The Government's Best Interest. This Approach Maintains System Consistency, Minimizes Risk, And Ensures The Safety Of All Personnel. as Such, The Government Does Not Expect Significant Savings Through Competition And Does Expect Significant And Unacceptable Delays That Will Negatively Impact This Requirement. therefore, It Is In The Governments’ Best Interest To Acquire The Compressors From Pdc Machines. a Determination By The Ordering Activity Contracting Officer That The Order Represents The Best Value Consistent With Far 13.106-1(b). the Contracting Officer Has Determined That The Order Represents The Best Value And Results In The Lowest Overall Cost Alternative (considering Price, Special Features, Administrative Costs, Etc.) To Meet The Government’s Needs. a Description Of The Market Research Conducted Among Schedule Holders And The Results Or A Statement Of The Reason Market Research Was Not Conducted. for The Reasons Specified In Paragraph 4 Above, Pdc Machines Is The Only Source That Can Meet The Government’s Needs. This Requirement Will Be Synopsized In The Government Point Of Entry Sam.gov Because It Is Estimated To Be Greater Than $25,000.00. any Other Facts Supporting The Justification. none a Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers That Led To The Restricted Consideration Before Any Subsequent Acquisition For The Supplies Or Services Is Made. as Stated In Paragraph 4 And 6 Above, Pdc Machines Is The Only Company That Can Provide The Design Of The System As Required. endo Of Sole Source clauses Follow section C - Additional Regulation Or Supplemental Clauses c-204-h001 Use Of Navy Support Contractors For Official Contract Files (oct 2018) c-211-h018 Approval By The Government (navsea) (jan 2019) section F - Deliveries Or Performance f.o.b. 52.247-34 Fob Destination, section G g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019) g-232-h002 Payment Instructions (navsea) (feb 2024) g-242-h001 Government Contractadministration Points-of-contact And responsibilities (navsea) (oct 2023) g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021) g-242-w001 Contract Administration Functions (navsea) (oct 2018) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) section I – Contract Clauses 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting(aug 2020) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (nov 2021) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-27 Prohibition On A Bytedancecovered Application(jun2023) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-representation (nov 2015) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (oct 2015) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.211-15 Defense Priority And Allocation Requirements (apr 2008) 52.212-4 Contract Terms And Conditions -- Commercial Items (oct 2018) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statement (jan 2017) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.233-3 Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) contracting Officer Check As Appropriate. 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sep 2016) 52.222-50 Combatting Trafficking In Persons (mar 2015) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) 52.232-33 Payment By Electronic Funds Transfer--system For Award Management Jul 2013 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran- Representation And Certifications (jun 2020) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.233-1 Disputes. 52.244-6 Subcontracts For Commercial Products And Commercial Services (feb 2024) 52.252-6 Authorized Deviations In Clauses (nov 2020) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (sep 2013) 252.204-7003 Control Of Government Work Product (apr 1992) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (oct 2016) 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support (may 2016) 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252-204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022) 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (mar 2022) 252.211-7003 Item Unique Identification And Valuation (mar 2022) 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors. (jan 2018 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.225-7048 Export Controlled Items (jun 2013) 252.232-7010 Levies On Contract Payments (dec 2006) 252.244-7000 Subcontracts For Commercial Products And Commercial Services 252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System (otsb & Electronic Parts) 252.246-7008 Sources Of Electronic Parts (far Part 12 Procedures Used) 252.247-7023 Transportation Of Supplies By Sea (apr 2014) 52.252-1-solicitation Provisions Incorporated By Reference (feb 1998) 52.252-2-clauses Incorporated By Reference (feb 1998) section K - Representations, Certifications, And Other Statements Of Offerors Or Respondents 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation (jan 2017) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation (dec2019) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction (feb 2016) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) 52.212-3 Offeror Representations And Certifications-commercial Items (oct 2018) section L - Instructions Conditions And Notices To Bidders 52.212-1 Instructions To Offerors—commercial Items (jan 2017) 52.204-7 System For Award Management (jul 2013 52.204-13 System For Award Management Maintenance Jul 2013 52.204-22 Alternative Line Item Proposal (jan 2017) 52.211-14 Notice Of Priority Rating 52.217-5 Evaluation Of Options (july 1990) section M – Evaluation Factors For Award 52.212-2 Evaluation—commercial Productsandcommercial Services(nov 2021) – ***award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance*** far Part 13 Best Value, Sprs Past Performance, Price And Delivery Terms (a) For Other Than Firm Fixed Priced Contract Line Item Numbers (clins), The Contractor Agrees To Segregate Costs Incurred Under This Contract/task Order (to), As Applicable, At The Lowest Level Of Performance, Either At The Sub Line Item Number (slin) Or Clin Level, Rather Than At The Total Contract/to Level, And To Submit Invoices Reflecting Costs Incurred At That Level. Supporting Documentation In Wide Area Workflow (wawf) For Invoices Shall Include Summaries Of Work Charged During The Period Covered As Well As Overall Cumulative Summaries By Individual Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Other Direct Costs (odcs), Materials, And Travel, By Technical Instruction (ti), Slin, Or Clin Level. For Other Than Firm Fixed Price Subcontracts, Subcontractors Are Also Required To Provide Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Odcs, Materials, And Travel Invoiced. Supporting Documentation May Be Encrypted Before Submission To The Prime Contractor For Wawf Invoice Submittal. Subcontractors May Email Encryption Code Information Directly To The Contracting Officer And Contracting Officer Representative (cor). Should The Subcontractor Lack Encryption Capability, The Subcontractor May Also Email Detailed Supporting Cost Information Directly To The Contracting Officer And Cor; Or Other Method As Agreed To By The Contracting Officer. (b) Contractors Submitting Payment Requests And Receiving Reports To Wawf Using Either Electronic Data Interchange (edi) Or Secure File Transfer Protocol (sftp) Shall Separately Send An Email Notification To The Cor And Contracting Officer On The Same Date They Submit The Invoice In Wawf. No Payments Shall Be Due If The Contractor Does Not Provide The Cor And Contracting Officer Email Notification As Required Herein. (end Of Text) g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018) (a) The Government Reserves The Right To Administratively Substitute Any Of The Points Of Contact Listed Below At Any Time. (b) The Contracting Officer Is The Only Person Authorized To Change This Contract Or Orders Issued Thereunder. The Contractor Shall Not Comply With Any Order, Direction Or Request Of Government Personnel - That Would Constitute A Change - Unless It Is Issued In Writing And Signed By The Contracting Officer Or Is Pursuant To Specific Authority Otherwise Included As Part Of This Contract. If, In The Opinion Of The Contractor, An Effort Outside The Existing Scope Of This Contract Is Requested, The Contractor Shall Promptly Comply With The Notification Of Changes Clause Of This Contract. (c) The Points Of Contact Are As Follows: (i) The Procuring Contracting Officer (pco) Is: See Page 1, Block 24 (ii) The Contract Specialist Is: name: Alan Tyler Bounds E-mail: Alan.t.bounds.civ@us.navy.mil Phone: 850-625-1117 the Administrative Contracting Officer (aco) Is: not Applicable (d) The Contracting Officer’s Representative (cor) Is The Contracting Officer’s Appointed Representative For Technical Matters. The Cor Is Not A Contracting Officer And Does Not Have The Authority To Direct The Accomplishment Of Effort Which Is Beyond The Scope Of The Contract Or To Otherwise Change Any Contract Requirements. An Informational Copy Of The Cor Appointment Letter, Which Provides A Delineation Of Cor Authority And Responsibilities, Will Be Provided Upon Award Of This Contract. the Contracting Officer’s Representative (cor) Is: not Applicable (e) The Alternate Contracting Officer’s Representative (acor) Is Responsible For Cor Responsibilities And Functions In The Event That The Cor Is Unavailable Due To Leave, Illness, Or Other Official Business. The Acor Is Appointed By The Contracting Officer; A Copy Of The Acor Appointment Will Be Provided Upon Award Of This Contract. the Alternate Contracting Officer’s Representative (acor) Is: not Applicable (f) The Technical Point Of Contact (tpoc) Is The Contracting Officer’s Representative For Technical Matters When A Cor Is Not Appointed. The Tpoc Is Responsible For Technical Issues Of Contract Administration, Such As Providing All Items Of Government Furnished Information (gfi), Government Furnished Material (gfm) And Government Furnished Equipment (gfe) If Specified In The Contract As Well As The Inspection And Acceptance Of All Contract Deliverables. the Technical Point Of Contact (tpoc) Is: name: email: (g) The Alternate Technical Point Of Contact (atpoc) Is Responsible For Tpoc Responsibilities And Functions In The Event That The Tpoc Is Unavailable Due To Leave, Illness, Or Other Official Business. the Alternate Technical Point Of Contact (atpoc) Is: not Applicable (h) The Ombudsman Will Review Complaints From The Contractors And Ensure That All Contractors Are Afforded A Fair Opportunity To Be Considered, Consistent With The Procedures In The Contract. the Ombudsman Is: not Applicable (i) The Authorized Ordering Person(s) For Per-call Maintenance Is Responsible For Issuing And Maintaining Records For Any Per-call Orders For Remedial Maintenance Placed Under This Contract. No Per-call Order Shall Be Placed Outside The Scope Of This Contract And The Cumulative Total Of All Orders Shall Not Be In Excess Of Any Not-to-exceed Amount Specified In The Contract. Per-call Orders Shall Not, In Any Way, Modify Any Terms And Conditions Of The Contract. (j) The Authorized Ordering Person(s) For Per-call Maintenance Is: person(s) Listed In (f) With Approval From Persons Listed In ( C ) (i) And (ii). (k) The Contractor's Point Of Contact For Performance Under This Contract Is: name: e-mail: address: See Block 9 phone (end Of Text) g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021) the Policy Of This Activity Is To Schedule Periods Of Reduced Operations Or Shutdown During Holiday Periods. Deliveries Will Not Be Accepted On Saturdays, Sundays Or Holidays Except As Specifically Requested By The [insert Activity Name]. All Goods Or Services Attempted To Be Delivered On A Saturday, Sunday Or Holiday Without Specific Instructions From The Contracting Officer Or His Duly Appointed Representative Will Be Returned To The Contractor At The Contractor’s Expense With No Cost Or Liability To The U.s. Government. the Federal Government Observes Public Holidays That Have Been Established Under 5 U.s.c. 6103. The Actual Date Of Observance For Each Of The Holidays, For A Specific Calendar Year, May Be Obtained From The Opm Website At Opm.gov Or By Using The Following Direct Link: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. delayed Opening, Early Dismissal And Closure Of Government Facilities. When A Government Facility Has A Delayed Opening, Is Closed Or Federal Employees Are Dismissed Early (due To Severe Weather, Security Threat, Security Exercise, Or A Facility Related Problem) That Prevents Personnel From Working, Onsite Contractor Personnel Regularly Assigned To Work At That Facility Shall Follow The Same Reporting And/or Departure Directions Given To Government Personnel. The Contractor Shall Not Direct Charge To The Contract For Such Time Off, But Shall Follow Parent Company Policies Regarding Taking Leave (administrative Or Other). Non-essential Contractor Personnel, Who Are Not Required To Remain At Or Report To The Facility, Shall Follow Their Parent Company Policy Regarding Whether They Should Go/stay Home Or Report To Another Company Facility. Subsequent To An Early Dismissal, Delayed Opening, Or During Periods Of Inclement Weather, Onsite Contractors Should Monitor The Opm Website As Well As Radio And Television Announcements Before Departing For Work To Determine If The Facility Is Closed Or Operating On A Delayed Arrival Basis. when Federal Employees Are Excused From Work Due To A Holiday Or A Special Event (that Is Unrelated To Severe Weather, A Security Threat, Or A Facility Related Problem), On Site Contractors Shall Continue Working Established Work Hours Or Take Leave In Accordance With Parent Company Policy. Those Contractor Employees Who Take Leave Shall Not Direct Charge The Non-working Hours To The Contract. Contractors Are Responsible For Predetermining And Disclosing Their Charging Practices For Early Dismissal, Delayed Openings, Or Closings In Accordance With The Far, Applicable Cost Accounting Standards, And The Company’s Established Policy And Procedures. Contractors Shall Follow Their Disclosed Charging Practices During The Contract Period Of Performance, And Shall Not Follow Any Verbal Directions To The Contrary. The Contracting Officer Will Make The Determination Of Cost Allowability For Time Lost Due To Facility Closure In Accordance With Far, Applicable Cost Accounting Standards, And The Contractor's Established Accounting Policy And Procedures. if You Intend To Visit The Contracts Office, It Is Advised That You Call For An Appointment At Least 24 Hours In Advance. the Hours Of Operation Are As Follows: Area From To nswc-pcd And/or Nedu 0700 1600* (g) All Deliveries To The Receiving Officer, (see Delivery Schedule, Section F), Shall Be Made Monday Through Friday From 0700 To 1600 Local Time, Unless Otherwise Specified. Deliveries Will Not Be Accepted After 1600. No Deliveries Will Be Accepted On Federal Government Holidays. ***note*** Trucks Must Gain Access To The Base Prior To 1430. (end Of Text) g-242-w001 Contract Administration Functions (navsea) (oct 2018) (a) In Accordance With Far 42.302(a) All Functions Listed Are Delegated To The Aco Except The Following Items To Be Retained By The Pco: all Functions Listed Will Be Retained By The Pco. (b) In Accordance With Far 42.302(b), The Following Additional Functions Are Delegated To The Aco: None (end Of Text) l-204-h003 Notification Of Use Of Navy Support Contractors For Official Contract Files (navsea) (apr 2019) (a)navsea May Use A Contractor To Manage Official Contract Files Hereinafter Referred To As "the Support Contractor", Including The Official File Supporting This Procurement. These Official Files May Contain Information That Is Considered A Trade Secret, Proprietary, Business Sensitive Or Otherwise Protected Pursuant To Law Or Regulation, Hereinafter Referred To As “protected Information”. File Management Services Consist Of Any Of The Following: Secretarial Or Clerical Support; Data Entry; Document Reproduction, Scanning, Imaging, Or Destruction; Operation, Management, Or Maintenance Of Paper-based Or Electronic Mail Rooms, File Rooms, Or Libraries; And Supervision In Connection With Functions Listed Herein. (b)the Cognizant Contracting Officer Will Ensure That Any Navsea Contract Under Which These File Management Services Are Acquired Will Contain A Requirement That (1) The Support Contractor Not Disclose Any Information; (2) Individual Employees Are To Be Instructed By The Support Contractor Regarding The Sensitivity Of The Official Contract Files; (3)the Support Contractor Performing These Services Be Barred From Providing Any Other Supplies And/or Services, Or Competing To Do So, To Navsea For The Period Of Performance Of Its Contract And For An Additional Three Years Thereafter Unless Otherwise Provided By Law Or Regulation; And, (4)in Addition To Any Other Rights The Offeror May Have, It Is A Third Party Beneficiary Who Has The Right Of Direct Action Against The Support Contractor, Or Any Person To Whom The Support Contractor Has Released Or Disclosed Protected Information, For The Unauthorized Duplication, Release, Or Disclosure Of Such Protected Information. (c)submission Of A Proposal Will Be Considered As Consent To Navsea's Permitting Access To Any Information, Irrespective Of Restrictive Markings Or The Nature Of The Information Submitted, By Its File Management Support Contractor For The Limited Purpose Of Executing Its File Support Contract Responsibilities. (d)navsea May, Without Further Notice, Enter Into Contracts With Other Contractors For These Services. Offerors Are Free To Enter Into Separate Non-disclosure Agreements With The File Support Contractor. Contact The Procuring Contracting Officer For Contractor Specifics. However, Any Such Agreement Will Not Be Considered A Prerequisite Before Information Submitted Is Stored In The Files Or Otherwise Encumber The Government. (end Of Provision) -------------------------------------------- email Subject Line Must Include Solicitation Number, Vendor Name, And Cage At Beginning Of Subject Line award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance email Quotes To Alan.t.bounds.civ@us.navy.mil On Or Before The Closing Date And Time Stated Above. the Government Will Not Accept Late Quotes. the Government Will Not Accept Quotes That Are Partial Or Incomplete provide Cage Code And Lead Time On Your Quote. vendors Must Be Able To Invoice Through Wide Area Workflow (wawf). if Shipping Is Not Included In The Price Include A Line Item For Shipping. vendors Must Ensure That They Have Received A Response Within 2 Business Days After Quote Has Been Submitted To Remain Competitive. If No Response Is Received Please Call Primary And Leave A Message. **review All Attachments Posted Prior To Submission Of Quote**

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date4 Mar 2025
Tender AmountRefer Documents 
Details: This Is A Notice Of Intent To Sole Source, Not A Request For A Quote (rfq). A Rfq Will Not Be Issued And Quotes Will Not Be Requested. naval Surface Warfare Center Panama City Division (nswc, Pcd), Intends To Award A Firm Fixed Price Contract On A Noncompetitive Basis To Atlas North America Llc, 120 Newsome Drive Po Box 1309, Yorktown, Virginia 23692 To Provide The Following Material: tmss And Spm Expert License And Support this Action Is Be Undertaken In Accordance With Far 13.106 (b)(1)(i) Soliciting From A Single Source, On The Basis That The Vendor Is The Only Known Source Capable Of Meeting The Government's Requirements. the North American Industry Classification System (naics) For This Requirement Is 513210. The Psc Code Is 7a20. The Resulting Contract Will Be A Firm Fixed Price Contract. Acquisition Being Conducted Using Other Than Full And Open Competition Procedures Pursuant To Authority Of 10 U.s.c. 2304 (c) (1). this Notice Of Intent Is Not A Request For Quotes. Interested Parties May Identify Their Interests And Capability To Respond To This Requirement By March 4, 2025, At 11am (cst). Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Would Be Advantageous To The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether Or Not To Conduct A Competitive Procurement. The Determination Not To Compete This Proposed Contract Action Is Solely Within The Discretion Of The Government. The Government Will Not Be Responsible For Any Costs Incurred By Responding To This Notice. responses To This Electronic Notice Must Be Made By 11:00 A.m. Cst On March 4, 2025. Interested Vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gove/portaljpublic/sam. Oral Communications Are Not Acceptable In Response To This Notice. Interested Parties Shall E-mail All Statements And Capabilities To Brandon Winkler, Via Email: brandon.s.winkler.civ@us.navy.mil And Must Provide Clear And Concise Documentation Indicating A Vendor's Bona Fide Capability. subj: Sole Source Justification Memorandum For Atlas Elektronik tmss And Spm Expert Licenses And Support 1. Identification Of The Agency And The Contracting Activity, And Specific Identification Of The Document As A “sole Source Justification.” this Is A Sole Source Justification. Contracting Activity Is Nswc-pcd, Code 024, 110 Vernon Ave., Panama City, Fl, 32407. 2. Nature And/or Description Of The Action Being Approved. This Action Will Award A Firm Fixed Price Contract To Atlas North America For The Items Listed In Paragraph 3 Of This Document. 3. A Description Of The Supplies Or Services Required To Meet The Agency’s Needs (including The Estimated Value). Item 1 – Standard Tmss And Spm Expert License For One Year. The Standard Software License Agreement For Tmss And Spm Expert With Ata/atlas Elektronik, Uk (aeuk) Shall Include Provision For: . Supply Of Dvd Containing The Latest Formal Unclassified Software Release And User Documentation; . License For One Developer For Use At Any Premises Occupied By The Licensee; . Technical Support Via Email/phone, Up To A Maximum Of 100 Hours Per Annum For The License Period; . Unclassified Software Updates, When Made Generally Available, During The Support Period. this Acquisition Will Be Conducted Using Simplified Acquisition Procedures With A Total Estimated Value Greater Than $25,000. The Government's Minimum Needs Have Been Verified By The Certifying Technical And Requirements Personnel. This Memo Does Not Authorize Acquisition For Other Requirements. This Purchase Will Be Funded With Fy25 Om&n Funding. 4. Identification Of The Justification Rationale And, If Applicable, A Demonstration Of The Proposed Contractor’s Unique Qualifications To Provide The Required Supply Or Service. 10 U.s.c. 2304(c) - Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Far 6.302-1. Tmss Is A Simulation Environment In The Maritime Simulation Domain. This License Update Allows Continued Work In This Program, Leveraging Decades Of Investment In This Area. If Anotheritem Were To Be Selected, It Would Result In All Of The Previous Research Efforts To Be Lost, Resulting In Countless Hours Of Engineering Time For Rework. Tmss Is Only Available Through Ata. as Such, The Government Does Not Expect Significant Savings Through Competition And It Is More Advantageous To The Government To Award On A Sole Source Basis To The Ata For The Items Listed In Paragraph 3 Of This Document. 5. A Determination By The Ordering Activity Contracting Officer That The Order Represents The Best Value Consistent With Far 13.106-1(b). The Contracting Officer Has Determined That The Order Represents The Best Value And Results In The Lowest Overall Cost Alternative (considering Price, Special Features, Administrative Costs, Etc.) To Meet The Government’s Needs. 6. A Description Of The Market Research Conducted Among Schedule Holders And The Results Or A Statement Of The Reason Market Research Was Not Conducted. For The Reasons Specified In Paragraph 4 Above, Ata Is The Only Source That Can Meet The government’s Needs. This Requirement Will Be Synopsized In The Government Point Of Entry Sam.gov Because It Is Estimated Greater Than $25,000.00. 7. Any Other Facts Supporting The Justification. none. 8. A Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers That Led To The Restricted Consideration Before Any Subsequent Acquisition For The Supplies Or Services Is Made. As Stated In Paragraph 4 Above, Ata Is The Only Source That Can Meet This Requirement. section C - Additional Regulation Or Supplemental Clauses c-204-h001 Use Of Navy Support Contractors For Official Contract Files (oct 2018) c-211-h018 Approval By The Government (navsea) (jan 2019) section F - Deliveries Or Performance f.o.b. 52.247-29 Fob Origin 52.247-34 Fob Destination, section G g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019) g-232-h002 Payment Instructions (navsea) (feb 2024) g-242-h001 Government Contractadministration Points-of-contact And responsibilities (navsea) (oct 2023) g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021) g-242-w001 Contract Administration Functions (navsea) (oct 2018) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) section I – Contract Clauses 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting(aug 2020) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (nov 2021) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-27 Prohibition On A Bytedancecovered Application(jun2023) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-representation (nov 2015) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (oct 2015) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.211-15 Defense Priority And Allocation Requirements (apr 2008) 52.212-4 Contract Terms And Conditions -- Commercial Items (oct 2018) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statement (jan 2017) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.233-3 Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) contracting Officer Check As Appropriate. 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sep 2016) 52.222-50 Combatting Trafficking In Persons (mar 2015) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) 52.232-33 Payment By Electronic Funds Transfer--system For Award Management Jul 2013 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran- Representation And Certifications (jun 2020) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.233-1 Disputes. 52.244-6 Subcontracts For Commercial Products And Commercial Services (feb 2024) 52.252-6 Authorized Deviations In Clauses (nov 2020) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (sep 2013) 252.204-7003 Control Of Government Work Product (apr 1992) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (oct 2016) 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support (may 2016) 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252-204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022) 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (mar 2022) 252.211-7003 Item Unique Identification And Valuation (mar 2022) 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors. (jan 2018 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.225-7048 Export Controlled Items (jun 2013) 252.227-7014 Rights In Other Than Commercial Computer Software And Other Than Commercial Computer Software Documentation (jan 2025) 252.227-7019 Validation Of Asserted Restrictions—computer Software (jan 2025) 252.232-7010 Levies On Contract Payments (dec 2006) 252.244-7000 Subcontracts For Commercial Products And Commercial Services 252.247-7023 Transportation Of Supplies By Sea (apr 2014) 52.252-1-solicitation Provisions Incorporated By Reference (feb 1998) 52.252-2-clauses Incorporated By Reference (feb 1998) section K - Representations, Certifications, And Other Statements Of Offerors Or Respondents 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation (jan 2017) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation (dec2019) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction (feb 2016) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) 52.212-3 Offeror Representations And Certifications-commercial Items (oct 2018) section L - Instructions Conditions And Notices To Bidders 52.212-1 Instructions To Offerors—commercial Items (jan 2017) 52.204-7 System For Award Management (jul 2013 52.204-13 System For Award Management Maintenance Jul 2013 52.204-22 Alternative Line Item Proposal (jan 2017) 52.211-14 Notice Of Priority Rating section M – Evaluation Factors For Award 52.212-2 Evaluation—commercial Productsandcommercial Services(nov 2021) – ***award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance*** far Part 13 Best Value, Sprs Past Performance, Price And Delivery Terms (a) For Other Than Firm Fixed Priced Contract Line Item Numbers (clins), The Contractor Agrees To Segregate Costs Incurred Under This Contract/task Order (to), As Applicable, At The Lowest Level Of Performance, Either At The Sub Line Item Number (slin) Or Clin Level, Rather Than At The Total Contract/to Level, And To Submit Invoices Reflecting Costs Incurred At That Level. Supporting Documentation In Wide Area Workflow (wawf) For Invoices Shall Include Summaries Of Work Charged During The Period Covered As Well As Overall Cumulative Summaries By Individual Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Other Direct Costs (odcs), Materials, And Travel, By Technical Instruction (ti), Slin, Or Clin Level. For Other Than Firm Fixed Price Subcontracts, Subcontractors Are Also Required To Provide Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Odcs, Materials, And Travel Invoiced. Supporting Documentation May Be Encrypted Before Submission To The Prime Contractor For Wawf Invoice Submittal. Subcontractors May Email Encryption Code Information Directly To The Contracting Officer And Contracting Officer Representative (cor). Should The Subcontractor Lack Encryption Capability, The Subcontractor May Also Email Detailed Supporting Cost Information Directly To The Contracting Officer And Cor; Or Other Method As Agreed To By The Contracting Officer. (b) Contractors Submitting Payment Requests And Receiving Reports To Wawf Using Either Electronic Data Interchange (edi) Or Secure File Transfer Protocol (sftp) Shall Separately Send An Email Notification To The Cor And Contracting Officer On The Same Date They Submit The Invoice In Wawf. No Payments Shall Be Due If The Contractor Does Not Provide The Cor And Contracting Officer Email Notification As Required Herein. (end Of Text) g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018) (a) The Government Reserves The Right To Administratively Substitute Any Of The Points Of Contact Listed Below At Any Time. (b) The Contracting Officer Is The Only Person Authorized To Change This Contract Or Orders Issued Thereunder. The Contractor Shall Not Comply With Any Order, Direction Or Request Of Government Personnel - That Would Constitute A Change - Unless It Is Issued In Writing And Signed By The Contracting Officer Or Is Pursuant To Specific Authority Otherwise Included As Part Of This Contract. If, In The Opinion Of The Contractor, An Effort Outside The Existing Scope Of This Contract Is Requested, The Contractor Shall Promptly Comply With The Notification Of Changes Clause Of This Contract. (c) The Points Of Contact Are As Follows: (i) The Procuring Contracting Officer (pco) Is: See Page 1, Block 24 (ii) The Contract Specialist Is: name: Alan Tyler Bounds E-mail: Alan.t.bounds.civ@us.navy.mil Phone: 850-625-1117 the Administrative Contracting Officer (aco) Is: not Applicable (d) The Contracting Officer’s Representative (cor) Is The Contracting Officer’s Appointed Representative For Technical Matters. The Cor Is Not A Contracting Officer And Does Not Have The Authority To Direct The Accomplishment Of Effort Which Is Beyond The Scope Of The Contract Or To Otherwise Change Any Contract Requirements. An Informational Copy Of The Cor Appointment Letter, Which Provides A Delineation Of Cor Authority And Responsibilities, Will Be Provided Upon Award Of This Contract. the Contracting Officer’s Representative (cor) Is: not Applicable (e) The Alternate Contracting Officer’s Representative (acor) Is Responsible For Cor Responsibilities And Functions In The Event That The Cor Is Unavailable Due To Leave, Illness, Or Other Official Business. The Acor Is Appointed By The Contracting Officer; A Copy Of The Acor Appointment Will Be Provided Upon Award Of This Contract. the Alternate Contracting Officer’s Representative (acor) Is: not Applicable (f) The Technical Point Of Contact (tpoc) Is The Contracting Officer’s Representative For Technical Matters When A Cor Is Not Appointed. The Tpoc Is Responsible For Technical Issues Of Contract Administration, Such As Providing All Items Of Government Furnished Information (gfi), Government Furnished Material (gfm) And Government Furnished Equipment (gfe) If Specified In The Contract As Well As The Inspection And Acceptance Of All Contract Deliverables. the Technical Point Of Contact (tpoc) Is: name: email: (g) The Alternate Technical Point Of Contact (atpoc) Is Responsible For Tpoc Responsibilities And Functions In The Event That The Tpoc Is Unavailable Due To Leave, Illness, Or Other Official Business. the Alternate Technical Point Of Contact (atpoc) Is: not Applicable (h) The Ombudsman Will Review Complaints From The Contractors And Ensure That All Contractors Are Afforded A Fair Opportunity To Be Considered, Consistent With The Procedures In The Contract. the Ombudsman Is: not Applicable (i) The Authorized Ordering Person(s) For Per-call Maintenance Is Responsible For Issuing And Maintaining Records For Any Per-call Orders For Remedial Maintenance Placed Under This Contract. No Per-call Order Shall Be Placed Outside The Scope Of This Contract And The Cumulative Total Of All Orders Shall Not Be In Excess Of Any Not-to-exceed Amount Specified In The Contract. Per-call Orders Shall Not, In Any Way, Modify Any Terms And Conditions Of The Contract. (j) The Authorized Ordering Person(s) For Per-call Maintenance Is: person(s) Listed In (f) With Approval From Persons Listed In ( C ) (i) And (ii). (k) The Contractor's Point Of Contact For Performance Under This Contract Is: name: e-mail: address: See Block 9 phone (end Of Text) g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021) the Policy Of This Activity Is To Schedule Periods Of Reduced Operations Or Shutdown During Holiday Periods. Deliveries Will Not Be Accepted On Saturdays, Sundays Or Holidays Except As Specifically Requested By The [insert Activity Name]. All Goods Or Services Attempted To Be Delivered On A Saturday, Sunday Or Holiday Without Specific Instructions From The Contracting Officer Or His Duly Appointed Representative Will Be Returned To The Contractor At The Contractor’s Expense With No Cost Or Liability To The U.s. Government. the Federal Government Observes Public Holidays That Have Been Established Under 5 U.s.c. 6103. The Actual Date Of Observance For Each Of The Holidays, For A Specific Calendar Year, May Be Obtained From The Opm Website At Opm.gov Or By Using The Following Direct Link: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. delayed Opening, Early Dismissal And Closure Of Government Facilities. When A Government Facility Has A Delayed Opening, Is Closed Or Federal Employees Are Dismissed Early (due To Severe Weather, Security Threat, Security Exercise, Or A Facility Related Problem) That Prevents Personnel From Working, Onsite Contractor Personnel Regularly Assigned To Work At That Facility Shall Follow The Same Reporting And/or Departure Directions Given To Government Personnel. The Contractor Shall Not Direct Charge To The Contract For Such Time Off, But Shall Follow Parent Company Policies Regarding Taking Leave (administrative Or Other). Non-essential Contractor Personnel, Who Are Not Required To Remain At Or Report To The Facility, Shall Follow Their Parent Company Policy Regarding Whether They Should Go/stay Home Or Report To Another Company Facility. Subsequent To An Early Dismissal, Delayed Opening, Or During Periods Of Inclement Weather, Onsite Contractors Should Monitor The Opm Website As Well As Radio And Television Announcements Before Departing For Work To Determine If The Facility Is Closed Or Operating On A Delayed Arrival Basis. when Federal Employees Are Excused From Work Due To A Holiday Or A Special Event (that Is Unrelated To Severe Weather, A Security Threat, Or A Facility Related Problem), On Site Contractors Shall Continue Working Established Work Hours Or Take Leave In Accordance With Parent Company Policy. Those Contractor Employees Who Take Leave Shall Not Direct Charge The Non-working Hours To The Contract. Contractors Are Responsible For Predetermining And Disclosing Their Charging Practices For Early Dismissal, Delayed Openings, Or Closings In Accordance With The Far, Applicable Cost Accounting Standards, And The Company’s Established Policy And Procedures. Contractors Shall Follow Their Disclosed Charging Practices During The Contract Period Of Performance, And Shall Not Follow Any Verbal Directions To The Contrary. The Contracting Officer Will Make The Determination Of Cost Allowability For Time Lost Due To Facility Closure In Accordance With Far, Applicable Cost Accounting Standards, And The Contractor's Established Accounting Policy And Procedures. if You Intend To Visit The Contracts Office, It Is Advised That You Call For An Appointment At Least 24 Hours In Advance. the Hours Of Operation Are As Follows: Area From To nswc-pcd And/or Nedu 0700 1600* (g) All Deliveries To The Receiving Officer, (see Delivery Schedule, Section F), Shall Be Made Monday Through Friday From 0700 To 1600 Local Time, Unless Otherwise Specified. Deliveries Will Not Be Accepted After 1600. No Deliveries Will Be Accepted On Federal Government Holidays. ***note*** Trucks Must Gain Access To The Base Prior To 1430. (end Of Text) g-242-w001 Contract Administration Functions (navsea) (oct 2018) (a) In Accordance With Far 42.302(a) All Functions Listed Are Delegated To The Aco Except The Following Items To Be Retained By The Pco: all Functions Listed Will Be Retained By The Pco. (b) In Accordance With Far 42.302(b), The Following Additional Functions Are Delegated To The Aco: None (end Of Text) l-204-h003 Notification Of Use Of Navy Support Contractors For Official Contract Files (navsea) (apr 2019) (a)navsea May Use A Contractor To Manage Official Contract Files Hereinafter Referred To As "the Support Contractor", Including The Official File Supporting This Procurement. These Official Files May Contain Information That Is Considered A Trade Secret, Proprietary, Business Sensitive Or Otherwise Protected Pursuant To Law Or Regulation, Hereinafter Referred To As “protected Information”. File Management Services Consist Of Any Of The Following: Secretarial Or Clerical Support; Data Entry; Document Reproduction, Scanning, Imaging, Or Destruction; Operation, Management, Or Maintenance Of Paper-based Or Electronic Mail Rooms, File Rooms, Or Libraries; And Supervision In Connection With Functions Listed Herein. (b)the Cognizant Contracting Officer Will Ensure That Any Navsea Contract Under Which These File Management Services Are Acquired Will Contain A Requirement That (1) The Support Contractor Not Disclose Any Information; (2) Individual Employees Are To Be Instructed By The Support Contractor Regarding The Sensitivity Of The Official Contract Files; (3)the Support Contractor Performing These Services Be Barred From Providing Any Other Supplies And/or Services, Or Competing To Do So, To Navsea For The Period Of Performance Of Its Contract And For An Additional Three Years Thereafter Unless Otherwise Provided By Law Or Regulation; And, (4)in Addition To Any Other Rights The Offeror May Have, It Is A Third Party Beneficiary Who Has The Right Of Direct Action Against The Support Contractor, Or Any Person To Whom The Support Contractor Has Released Or Disclosed Protected Information, For The Unauthorized Duplication, Release, Or Disclosure Of Such Protected Information. (c)submission Of A Proposal Will Be Considered As Consent To Navsea's Permitting Access To Any Information, Irrespective Of Restrictive Markings Or The Nature Of The Information Submitted, By Its File Management Support Contractor For The Limited Purpose Of Executing Its File Support Contract Responsibilities. (d)navsea May, Without Further Notice, Enter Into Contracts With Other Contractors For These Services. Offerors Are Free To Enter Into Separate Non-disclosure Agreements With The File Support Contractor. Contact The Procuring Contracting Officer For Contractor Specifics. However, Any Such Agreement Will Not Be Considered A Prerequisite Before Information Submitted Is Stored In The Files Or Otherwise Encumber The Government. (end Of Provision)

City Of Malabon Tender

Healthcare and Medicine
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 30 Million (USD 516.9 K)
Details: Description Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon 1. The City Government Of Malabon, Through The Malasakit Fund Intends To Apply The Sum Of Thirty Million Pesos Only (p 30,00,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. 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 Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And 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 R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From December 19 – January 8, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty Five Thousand Pesos (p 25, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On December 27, 2024 (friday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before January 8, 2025 (wednesday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 8, 2025 (wednesday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, 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 Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Mr. Alexander T. Rosete Chairperson - Bids And Awards Committee 1 Unit Automated Identification/anticrobial Sensitivity Testing Machine Weight: 15/30/60 75 Kg/105 Lbs Electrical Power Requirements: • 110/120 Vac (50-60 Hz) • 220/240 Vac (50-60 Hz) Heat Dissipated: 1025 Btu/hr (nominal) Environmental Requirements: • Operating Ambient Temperature Range: 15 Degrees Celsius To 30 Degree Celsius (59 Degree F-86 Degree F) • Operating Humidity Range: 20% To 80% Relative Humidity, Non-condensing Altitude: Up To 2000 Meters Note: Should Be Compatible With Bact/alert Culture Machine 1 Unit Gel Card Laboratory Centrifuge And Incubator For Crossmatching Laboratory Centrifuge Microprocessor Controlled Touch Panel Digital Display Dc Brushless Low-noise Motor Shock Absorber For Reducing Vibration Damping And Automatic Balance Technical Specification: Model: Invitrocent Ref 00710 Max Speed:4000rpm Max Rcf: 1640 X G Max Capacity: 24 Invitrogel Cards Speed Accuracy: + 50rpm. Time Setting Range: 1~99 Min. Power Supply: ~22ov + 10% 60hz 5a Noise: < 65db (a) Dimension: (wxdxh) 370mmx432mmx260mm Package Dimension 570mmx425mmx305mm Weight: Gw; 16.5 Kg; Nw: 15kg Environment Requirements Temperature: 10°c~35°c Laboratory Incubator Microprocessor-controlled High-performance Incubator Accommodates Up To 24 Gel Cards Technical Data: Model: Invitrotherm; Ref0097020 Power Supply: Ac220v+ 50hs-60hz Fuse: 250v 3a 5x20 Temperature Range 35°c ~50°c Accuracy Of The Temperature < + 0.5 Heating Time: (from 20°c To 37°c Min Timing Range 1sec~99min 59sec Display Accuracy: 0.1°c Ambient Temperature: 5°c~30°c Dimensions (wxdxh): 280mm X 380mm X 115mm Weight 6.0kg 1 Unit Immuno-analyzer Throughout: Up To 180 Tests/hour, Measurement Principle: Micron Super Paramagnetic Particles Platform With Alkaline Phosphatase (alp) Labeled Reagents And Amppd Substrate Sample Assembly: Sample Feeder: Continuous Sample Loading And Offloading, Sample Positions: 50, Sample Probe: Steel Probe, Liquid Level Detection, Cl;ot Detection, Horizontal And Vertical Collision Protection, Sample Volume: 10-200ul, With Increment Of 1ul Reagents Assembly: Reagent Disk: 15 Reagent Positions, Continuous Loading, Real-tome Mixing For Magnetic Particles, Cooling System: 2-8'c, Reagent Pack: 50 Tests/pack, 100 Tests/pack, Reagent Scanning:built-in/external Bar Code Reader, Reagent Probe:steel Probe, Liquid Level Detection, Clot Detection, Horizontal And Vertical Collision Protection, Reagent Volume: 10-200ul, With Increment Of 1ul Substrate System: Substrate Bottle: 300/500 Tests Per Bottle, Bottom Piercing, Substrate Loading"patients Who Fail To Arrive For A Scheduled Appointment Will No Longer Receive The Free Thyroid Check-up.: Capable Of Continuous Loading During Testing, Substrate Heating: Constant Heating, Aspiration Volume: 200ul Magnetic Separation Unit: Separation Assembly: 3-phase Magnetic Separation, Temperature: Accuracy: 37+0.3'c Measurement And Reaction System: Detection Mode: Photon Counting, Signal Detector: Photom Multiple (pmt) Photo Counter, Pmt Calibration: Led Reference Module, Incubation Positions: 82, Temperature: Accuracy:37+0.3'c, Mixing Unit: Non-touch Vortexer Mixing Cuvette Loading And Waste Collection: 1 Unit Abg Machine Throughout: Results In 1 Minute After Sample Aspiration Sample Volume:140jul Quality Control: 3 Or 5 Levels Qc, External Electronic Simulator Display: 7-inch Color Lcd Display, 800*480 Interface: 4 X Usb 2.0 Host, 1 X Rs232, Wlan Input Device: Touch Screen And Bar Code Scanner Power Supply: 100-240vac, 50/60hz Battery: 500mah Rechargeable Lithium-ion Battery, 50 Samples Continuous Testing Dimensions (w*h*d): 283*153*310 Mm Weight: 3.65 Kg Operation Environment: 10 C-31 C; %rh: 25%-80%; 70-106.6 Kpa 1 Unit Bpap Machine Ipap/epap: 4-40cm H20/4-25cm H20 • Ventilation Modes: Capap, S, S/t, Pc, T • Target Tidal Volume: 200-1500ml • Breath Rate: 0-40bpm • With Good Humidification System • Alarms For: Patient Disconnection, Apnea, Low Minute Ventilation, Low Tidal Volume, And High Respiratory Rate • Monitoring For: Pressure, Tidal Volume, Minute Ventilation, Respiration Rate, Leak • Filters: Foam And Optional Ultra-fine Filters • Data Management: Encore Pro2 And Direct View Software Compatible With Oximetry Module, Advanced Detection Of Residual Respiratory Events (apnea/hypopapnea Index, Obstructed Airway Apnea, Clear Airway Apnea, Hypoapnea, Periodic Breathing, Large Leak And Snore) 1 Unit Cpap Machine The Res Med Air Sense™ 11 Auto Set With Humid Air Automatically Adjusts Pressure Levels Based On Your Breathing Patterns Throughout The Night. A Crisp, Color Lcd Touchscreen Lets You Customize The Device’s Settings And View Sleep Data. The Machine Includes An Integrated, Heated Humidifier And Climate Line Air Heated Tubing. Chose Between The Standard Humid Air™ Model (tubing Not Included) Or Humid Air™ Model With Climate Line Air™ 11 Tube Included. Temperature And Humidity Can Be Manually Adjusted Or Set For Automatic Climate Control “for Him” And “for Her” Algorithms Are Available Auto-ramp Up To 45 Minutes In 5-minute Increments Climate Line Air Tubing* Included For Automatic Climate Control (not Included With Standard Model) Personal My Air Assistant Guides You Through Device Installation And Therapy Acclimation Care Check-in Feature Provides Coaching And Troubleshooting For New Users Dimensions: 3.72” X 10.71” X 5.45” Weight: 2.3 Lbs. Sound Level: 27 Dba 1 Unit Mechanical Ventilator Modes Available: Vc-ac, Pc-ac, Vc-simv, Pc-simv Pip: 20-70 Cm Of H 2 O (adjustable In Steps Of 1) Peep: 0-20 Cm Of H 2 O (adjustable In Steps Of 1) Inspiratory: Expiratory Ratio (i:e): 1:0.3 - 1:4 (adjustable In Any Ratio) Respiratory Rate (bpm): 10 – 40 Breaths Per Minute In Increments Of 2 Tidal Volume: 150 Ml – 800 Ml In Steps Of 50 Unique On-graph Incentive To Show Current Best Values • Test Quality Advisory Messages And Quality Report • Fully Compliant To Ats/ers 2005 Guidelines • Available With Both Disposable Or Reusable Turbine Flow Meter • Elegant And Robust Carrying Case 2 Units Cardiac Monitor Introduction: Multi Parameter Patient Monitor For High-end Specialist – 12.1”(10.4”) High Resolution(800×600) With Maximum 9 Wave Forms – Standard Configuration: Ecg, Spo2, Nibp, Resp, 2temp, 2ibp – 6 Kinds Of Virtual Screen – 3ch Ecg : Full 7 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) – 12ch Ecg : Full 12 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V1, V2, V3, V4, V5, V6) – 13 Arrhythmia Analysis & Pacemaker Detection – 7days Tabular And Graphic Trend Data Save Multi High-end Functions: – Drug Dose Calculation, Ecg Recall, Mini Trend, Ico, Color Change, Nibp Stat, Nibp Venous Stat, Oxy-crg, Patient Information, Temp Td – Touch Screen (option) – Easy S/w Upgrade Using Sd Card (max 2gbyte) – Durable And Light Long Li-ion Battery Operation (std 1pack: 2hr, 2pack: 4hr) – Lan And Wireless Lan – Variable And World Best Etco2 Module – Oridion’s Microstream Etco2 – Respronics’s Mainstream (c5), Sidestream (loflo) – Hrv, Apg Detection – 12.1″(10.4″) High Resolution(800×600) – Provides Clear Visibility From Long Distance And Any Angle – Maximum 9 Wave Forms – Supreme Standard Configuration And Extensionability – Standard: Ecg, Spo2, Nibp, Respiration, 2temp, 2ibp – Optional: Standard + 4temp, 4ibp, Ico, Etco2, 12ch Ekg, Touch Screen, 3ch Printer – Small Size But Large Virtual Screen – 12.1” Monitor Provides 72.6”(12.1” X 6) View Effect By Using 6 Virtual Screens. – 10.4” Monitor Provides 62.4”(10.4” X 6) View Effect By Using 6 Virtual Screens. – Perfect 3ch Ecg (std.) And 12ch Ekg(opt.) Will Make You Ecg Analysis Specialist. – Livegraphy Waveform By Votem’s Digital Filter Technology – 3ch Ecg (std.) Displays Full 7 Ecg Waves & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) 2 Units Incubator Standard Features: ●servo Control Mode: Air Temperature, Skin Temperature; ● Parameter Displaying: Set Temperature,air Temperature, Skin Temperature, Internal Humidity, Heat Power Rate; ● Audible & Visual Alarms: Power Failure, Sensor Failure, Higher & Lower Temp, Air & Skin Temperature Override,fan Failure, System Failure; ● >37℃preset Mode: Power Failure Reset Memory, Alarm Silence, Keypad Lock, Self-test Function; ● Hood With Dual Slope; 6 Hand-ports; ● Rs-232 Output Connector (use For Network System); ●iv Poles; ●protective Guard Rail; ●storage Cabinets. Specification Of Hood: Mattress To Hood: 450 Mm Observation Side Of Hood: Two Incline Operate Port: 6 (2 Iris Ports) Tubing Grommets: 4 Front Access Panel: 826×310 Mm Technical Specifications: Power Requirement ≤400va Temperature Control Mode: Air And Skin Servo Control Air Temp Control Range: 20℃~37℃ Temperature Override Mode To: 20℃~39℃ Skin Temp Control Range: 30℃~37℃ Temperature Override Mode To: 30℃~38℃ Temperature Fluctuation: ≤0.5℃ Mattress Temperature Uniformity: ≤0.8℃ Temperature Rise Time: ≤45 Min Noise Level Within Hood Environment: ≤55d Alarms Power Failure Alarm Fan Failure Alarm Sensor Failure Alarm High Air Temperature Alarm: +3.0℃ Low Air Temperature Alarm: -3.0℃ High Skin Teperature Alarm: +1.0℃ Low Skin Temperature Alarm: -1.0℃ Over Air Temperature Alarm: ≤38.0℃; ≤40.0℃ Over Skin Temperature Alarm: ≤38.0℃; ≤39.0℃ System Failure Alarm Alarm Silence Function Operational Condition 2 Units Infant Warmer Temperature Control Range: 25°c-37°c Temperature Override Mode To 38°c Temperature Sensor Accuracy: <0.3°c Mattress Surface Temperature Uniformity: <2.0°c Temperature Rise Time: <45mins Heat Output Indicate: 0-100% In 10% Radiant Box Horizon Angle Adjust Range 0-90° Adjustable In Step-less Bed Tilt Adjustment: Continues Adjustable In +10° 2 Units Bilirubin Light/photo-therapy Machine Device Classification Type Of Protection Against Electric Shock Class I Degree Of Protection Against Ingress Of Liquids And Particulate Matter (iec 60601-1) Ipx0 Mode Of Operation Continuous Classification In Accordance With Eu Directive 93/42/eec Iia Umdns Code/gmdn Code 13-037/35239 Physical Attributes Bililux Photo Therapy Light Length ≤39 Cm (15.4 In) Width ≤19 Cm (7.5 In) With Quick-connect Plug Height ≤8 Cm (3.1 In) Weight (without Options/accessories) ≥1.2 Kg (2.7 Lb) Bililux Spring Arm Length, Spring Arm Fully Folded ≤61 Cm (24 In) Length, Spring Arm Fully Extended ≤106 Cm (41.7 In) Weight (without Options/accessories) ≤1.5 Kg (3.3 Lb) Bililux Trolley (with Spring Arm) Height (trolley At Lowest Position And Spring Arm Fully Folded) ≤132 Cm (52 In) Height (trolley At Highest Position, Lower Arm Fully Extended, And Upper Arm At 45° Angle) ≤213 Cm (83.9 In) Weight (without Options/accessories) ≤14.9 Kg (32.8 Lb) Total Mass Including Safe Working Load 18.1 Kg (39.9 Lb) 2 Units Portable Or Light Kl04l-iii Vertical4-reflector Luminescence Shadowless Lamp Kl04l-iii Luminescence Shadowless Lamp Adopts Light Source From Different Positions For Focus To Eliminate Shadows Of Different Parts Of Medical Workers Vertical Mobile Setup With Braking Device Is Not Limited By The Space Of Surgical Room And Is Safe And Reliable In Use Illumination: > 50,000lx (at 1m Distance) Color Temperature: 4000k+500k Mains Voltage: Ac220v+10%50hz Bulb Voltage: Ac24v Bulb Power Input Power: 120va 1 Unit Orthopedic Instrument Set Contents: 77 Pieces With Tray • 1 Pc. Knife Handle #3 • 2 Pcs. Knife Handle #4 • 1 Pc. Mayo Dissecting Scissor Straight 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Straight 6 3/4″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 6 3/4″ (14cm) • 1 Pc. Metzenbaum Scissor Curved 7″ (17.8cm) • 1 Pc. Esmarch Bandage And Cast Shears 8″ (20.3cm) • 1 Pc. Tissue Forcep 6″ (15.2cm) 1x2t • 1 Pc. Tissue Forcep 6″ (15.2cm) 4x5t • 2 Pcs. Adson Tissue Forceps 4 3/4″ (12.1cm) 1x2t • 6 Pcs. Crile Forcep 6 1/4″ (15.9cm) Curved • 4 Pcs. Rochester Ochsner Forcep Straight 8″ (20.3cm) • 6 Pcs. Backhaus Towel Clamp 5 1/4″ (13.3cm) • 1 Pc. Mayo Hegar Needle Holder 8″ • 1 Pc. Crile Wood Needle Holder 6″ • 1 Set Us Army Retractor 8 1/2″ Set Of 2 Pcs. • 1 Pc. Israel Retractor 9″ (22.9cm) 4 Prong Blunt • 1 Pc. Volkman Retractor 8 3/4″ (922.2cm) 4 Prong Sharp • 2 Pcs. Volkman Retractor 8″ (20.3cm) X 3/4″ (19cm) 4 Prong Blunt • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Small • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Large • 6 Pcs. Allis Tissue Forcep 6″ (15.2cm) 4x5t • Pc. Frazier Ferguson Suction Tube Fr-8 (2.6mm) • 1 Pc. Frazier Ferguson Suction Tube Fr-12 (4mm) • 1 Pc. Beyer Rongeur 7″ (17.8cm) Curved • 2 Pcs. Schnidt Tonsil Forcep 7 1/2″ (19.1cm) • 1 Pc. Ruskin Bone Cutting Forcep 7 1/2″ (19.2cm) Angled • 1 Pc. Stile-luer Rongeur 8 3/4″ (22.2cm) Curved • 2 Pcs. Kern Bone Holding Forcep 7″ (22.9cm) • 1 Pc. Lane Bone Holding Forcep 13″ (33cm) W/ Ratchet • 1 Pc. Lowman Bone Clamp 4 1/2″ (12.7cm) • 1 Pc. Lowman Bone Clamp 7 1/4″ (20.3cm) • 2 Pcs. Bone Hook 9″ (22.9cm) Sharp • 1 Pc. Miltex Mallet 11 (27.9cm) 16oz (454g) • 1 Pc. Bone File 9 ¾’ 3 Units Infusion Pump Delivery Rate: 1-1000ml/h.01-999.9ml/h Delivery Limit Range: 01-9999ml Pumping Mechanism: Linear Peristaltic Finger Accuracy: + 5 (ml/h Control Mode/with Approved Iv Set) K.v.o Rate: 1ml/h-10ml/h (adjustable) Purge Rate: 1-1000ml/h (adjustable) Bolus: 1-1000ml, 1-9999ml (adjustable) Dimension: 100x190x250 (mm)/weight:3.5kg) Power: Ac110-230v, 50/60hz Or Dc9, 6v, Dc24v (1a) Battery Type: N-cd (standard)/ni-mi+ (option) Operating Time: 4 Hours (at 125ml/h) 1 Unit 2d Echo Bed 19”-38” Height Range Meets The Americans With Disabilities Act (ada) Low Height Requirement Of 17”-19” For Patient Transfer, While Ensuring Ergonomic Standing Posture For Staff • Optional Battery Operation • Dual Rapid Release Drop Sections Provide Unhindered Access To The Patient • 65° Fowler Positioning Increases Comfort Of/for Patients With Shortness Of Breath • +/- 15° Trendelenburg Helps Restore Patient’s Blood Pressure • Improved Features: New Handrail Design, Improved Single Pedal Braking System, Foley Bag Hook, Hand Control Storage, Battery Operation 1 Unit X-ray Tube Varian Rad-14, 0.6-1.2 Focal Spot, Diamond Housing X Ray Tube - 89011n 3 Units Examining Table • Examination And Treatment Table, Hamilton Type, With Drawer And Compartment Door, Upholstered Three Section Top, Provided With Stirrup And Sliding Foot Stool. • Size: 58 Inc. X 20 Inc. X 34 Inc. 3 Units Transfer Stretcher Bed Technical Specifications Frame: Powder Coated Steel Or Better Backraise Inclination: Atleast 0 To 35 Degrees Has Adjustable Height Side Guard: Made Of Abs Plastic Or Better Castor Wheels: Manufacturer's Standard Max Load: At Least 150kg Weight: Manufacturer's Standard Dimensions: L X W X H = 2000mm X 700mm X 700mm, ± 100mm On Each Dimension Accessories: -has Oxygen Cylinder Holder -has Iv Pole Holder Located In 4 Different Positions -with One Iv Pole 1 Unit Vein Scanner Technical Specifications • Type: Light Weight, Mobile • For Obese/bloated, Neonate, Pedia, Elder And Dark Skin Patients • Display: Dlp Display Or Better • Infrared Wavelength: At Least 850nm • Image Resolution: At Least 856*480 Pixels • Visible Vein Size: ≥1 Mm Or Better • Penetration Depth: ≤8 Mm • Optimal Imaging Distance: At Least 15 ~ 25cm • Mode: Basic, Inverse And Enhanced • Imaging Color: Single Color And Mixed Colors • Image Sizes: Has Small, Medium And Large Sizes • Brightness: Adjustable To Low, Medium And High • Power Supply: 220v, 50/60hz • Battery Type: Rechargable Lithium Battery At Least 3000mah • Battery Capacity: At Least 2 Hours Fully Charged • Dimension: Manufacturer's Standard • Net Weight: Manufacturer's Standard • Accessories: - Battery And Charger - Charging Cord - Trolley With 5 Castor Wheels 1 Unit Newborn Hearing Test Machine Specifications: • Display: At Least 42.7mm X 33.4mm Or 1.7 In X 1.3in • Resolution: At Least 160x128 • Dimension: Manufacturer's Standard • Weight: Manufacturer's Standard • Warm-up Time <5s Or Shorter • Boot-up Time: 1min Or Shorter • Mode Of Operation: Continous • Connectors - Oae: Hdmi Connector For Connection To The Micro Probe - Usb: Micro Usb • Data Interface - Pc Connection: Micro Usb - Printing: Wireless Connection • User Feedback - Accoustic: Integrated Speaker - Visual: Color Display Oled - User Interface: Oled Display To Provide User Information And Progress Of Measurement • Battery - Type: Rechargeable Thium-ion Np 120 Or Better - Capacity: 1700 Mah Or Better - Expected Life Time: 3 Years Or Better - Battery Life: 15 Hours On Time • Memory: At Least 500 Test Dpoae • Stimulus - Frequency Range: 1500 Hz To 12 Hz - Frequency Accuracy: <1% - Nominal Frequency: F2 - F2/f1 Ratio: 1.2 - Level Range: 40db Spl To 70db Spl - Level Accuracy: ± 1.5db Or Better - Default Level (l1/l2): 65db / 55db Spl With In Ear Calibration - Transducer: Oae - Recording - Probe Fit Check: Low Frequency Level Loss - Display: Snr Bars Or Line Diagram With Oae And Noise Level Per Frequency - Pass Criteria - Snr Criteria: 6db - Frequency For Pass: 3 Transducer • Oae Probe • Microphone: - 20 Db Spl At 2 Khz (1 Hz Bandwith) • System Noise: - 13 Db Spl At 1 Khz (1 Hz Bandwith) • Cable Length: At Least 110 Cm Or 43in • Connector: Hdmi Or Better Printer • Print Mode: Thermal Dot Matrix Print • Printing Width: At Least 48 Mm (1.9in) • Resolution: 8 Dots/mm (203 Dots Per In (dpi)) • Dots Per Line: At Least 384 Dots Accessories And Inclusions • Battery Pack: 2 - Cell Li-ion Battery Pack 7.4 V -1500 Mah • Eartips: Box Of Eartips • Set Of Probe Tubes Standard Certifications • Device Certification From Nhsrc • Device Certification From Fda 1 Unit Automated External Defibrillator (aed) • Two-button Operation: On/off, Discharge (shock Button) • Voice Prompts: Voice Command That Gives Instruction To The User In Operating The Device • Automatically Evaluates Patient Impedance For Proper Pad Contact. • Automatically Analyses Patient Condition For Shockable Or Non-shockable Rhythms • Patient Ecg Can Be Acquired Through Defibrillator Pads • Energy Output Accuracy: ± 15% • Pulse Shape: Biphasic • Charge Time: Maximum Of 15 Seconds • Battery Capacity: Capable Of Providing At Least 200 Discharges At Maximum Energy • Replaceable Battery • Visible And Audible Indicators: - Low Battery - Pad Skin Contact/disconnection - Aed Status • Defibrillator Pads: Self-adhesive, Disposable And Non-polarized - At Least Ten (10) Pairs For Adult - At Least Ten (10) Pairs For Pedia

Philippine Coast Guard Tender

Software and IT Solutions
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 4.7 Million (USD 82.6 K)
Details: Description Lot Supply And Delivery Of Ict Equipment And Other Materials For Cghrmc For Fy 2025 1. Webcam - 18 Units Fhd Webcam 2k 1440p Live Broadcast Web Cam With Microphone For Laptop Pc 2. Router - 3 Units Dual Band Gigabit Wi-fi 6 Router 3. Voice Recorder - 4 Units Digital Voice Recorder 64gb Built-in Memory 4. Printer - 18 Units Ecotank L5290 A4 Wifi All-in-one Ink Tank Cis Printer With Adf (3in1) 5. Computer Desktop Set - 18 Units Processor: Ryzen 7 5700g 3.80ghz 8 Cores 16 Threads Motherboard: B450m-a Promax Msi Igpu:radeon Vega 8 8gb Total Shared Ram: 32gb (2x16)3200mhz Rgb Ddr4 Tforce Delta Ssd:256gb M.2 Hdd 1tb 3.5 Powersupply: 800 Watts Semi Rated Case:tempered Glass Rog Cyborg Fan: 6x Argb Withremote Monitor:27” 165hz Curve Va Fhd In27fgp Accessories:keyboard, Mouse,mousepad 6. Hi-speed Scanner - 4 Units 2600 F1 Scans Up To 25 Ppm / 50 Ipm Up-to 1,500 Pages Daily Scan To Text, Image, Pdf Word (doc, Docx), Excel (xls, Xlsx), Csv, 60-page, Two-sided, Single-pass Auto Document Feeder Compact Design That Fits On The Desktop. 7. Ups - 18 Pcs Product Specifications Input Voltage Range 140 - 300 Vac ± 5% Pro700sfc 650va Avr/ups Input Frequency50 Or 60hz (auto Sensing) Output Nominal Voltage230vac Output Voltage Regulation (battery Mode) ± 10% Output Frequency50 Or 60hz ± 1hz Output Transfer Time (typical)2ms Battery Recharge Time2-4 Hours Recover To 90% Capacity Led Displayac Mode - Green Lighting 8. Dslr Battery Camera - 1 Pc Rechargeable Lithium-ion Battery 9. Sd Card For Dlsr Camera - 1 Pc Storage Capacity: 128gb Card Type: Sdxc Speed Class: 10 10. Laptop - 14 Units Amd Ryzen 5 7535hs, 8gb Ddr5-5600 So-dimm, 512gb Pcie Nvme M.2 Ssd, 15.6"fhd(1920x1080)144hz, Nvidia Geforce Rtx 2050 4gb Gddr6, Windows 11 Home 11. Avr - 18 Units Output Power Capacity 360 Watts 650va/ Ups Bvx650i – 650va, Avr, 230v, 360watts, 4 Outlets Output Connections (4) Nema 5-15r (battery Backup) Nominal Output Voltage 230v Nominal Input Voltage 230v Input Connections Nema 5-15p 12. Megaphone - 11 Pcs Pistol Grip, Wired Handheld Mic, Recording Function & Usb/sd Slot 50w W/ Spa 50w Power Pistol Grip Wired Handheld Microphone Button Activated Siren Recording Function Option For External 12v Dc Mp3 Playback Via Usb Sd Slot Bluetooth Connectivity Auxiliary 13. Projector - 4 Units The Latest Generation Full-closed Optical Machine, Higher Dust-proof Level, Brings Longer Using Life. 900 Ansi High Brightness, Cinema-level 90% Dci-p3, Presents More Real Color And Clearer Image Quality. 1080p Full Hd Resolution With 4k Decoing. 16-points High Quality Image Projecting, Make Sure Each Inch Of The Image Is Clear And Sharp. 3000:1 High Color Contrast Ratio. 2.4g& 5g Wifi: Competiable With Both 2.4ghz & 5ghz Frequancy Wi-fi, 2.4ghz Got Better Signal While Going Through Walls, 5ghz Got Higher Speed 14. Projector Screen - 4 Pcs 120-inch Hd Projector Screen With Stand Ratio 4:3/16:9 Portable Projection Screen 50491 50495 Size & Spec.: 120'(diagonal Length) No.50491 Screen Ratio: 4:3 No.50495 Screen Ratio: 16:10 Size: 1970*1480mm Size & Spec.: 120'(diagonal Length) Fitting: Bracket High-definition Coating, High Color Reductivity, Sharp Contrast Over 150 Degrees, Panoramic View 1* Projector Screen With Stand 15. Paper Shredder - 7 Units 3l Automatic Paper Shredder Big Capacity Machine For Office School Size & Spec.: Shred Capacity: 10 Sheets; Shred Size: 4x25mm; Security Level:4 Specs 1: Can Shred: Card, Paper Clip, Staple Specs 2: Continuous Run Time: 10min Specs 3: Bin Capacity: 23l Specs 4: Machine Noise: 60db Specs 5: Machine Power: 180w Specs 6: 350x250x550mm Sales Point 1: German Level 4 Confidentiality Sales Point 2: Nitride Steel Knife, Sharp And Durable Sales Point 3: Intelligent Induction, Overheat Protection, Stop Protection, Auto Reverse Sales Point 4: 23l Visible Paper Bucket Sales Point 5: Simple Design, Quick Operation 16. Mouse - 6 Pcs 10,000,000 Click Life Time 1.8m Nylon Braided Cable Tracking Method: Optical Smooth Mouse Feet 125hz Polling Rate High Speed Non- Slip Side Style: 6d 15g Hand Orientation: Both Hands Cable Length: 1.8m Braided Cable 17. Hdmi - 5 Pcs Cable Heavy Duty, 10 Meters Lot 2 Supply And Delivery Of Ict Equipment And Other Materials For Cgssc For Fy 2025 1. Flash Drive (64gb) - 7pcs Usb 3.0 Usb-a Usb 3.0(backwards Compatible With Usb 2.0) 0.26” X 1.67” X 0.52” 2. Hard Drive (1tb) - 3pcs 2.5 Inch 12 Milimiters 7.8 Centimiters 11.5 X 7.8 X 1.2cm; 148 Grams Usb 3.0 5400 Rm Lot 3 Supply And Delivery Of Ict Equipment And Other Materials For Cgrbas For Fy 2025 1. Desktop Computer Min Processor: - 5 Units - Total Cores- 6 - Total Threads-12 - Max Turbo Frequency- 4.30 Ghz - Turbo Boost Technology 2.0 Frequency-4.30 Ghz Operating Sytem: - Latest Operating System As Of February 2025 64-bit Platform Ram:16 Gb 4.min.storage/hard Disk: - 256ssd + 1 Tb Hdd Graphics/video Processor Memory: 6gb Gddr6 Memory Bus: 192-bit Monitor At Least 24 Inches,1920x1080 Pixel Others Usb Keyboard And Mouse With Avr,650 Watts, 220 Volts 2. Printer - 3 Units All-in-one Functions - Print, Scan, Copy Printing Resolution - 5,760 X 1,440 Dpi Interfaces - Usb, Wifi, Wi-fi Direct Paper Formats - A4, A6, A5, B5, 10 X 15 Cm, 13 X 18 Cm, 16:9, Dl (envelope), No. 10 (envelope), C6 (envelope), Letter, User Defined, Legal Printer Output - Color Printing Speed Iso/iec: - 10 Pages/min 3. Uninterruptable Power Supply (ups) - 5 Units Output Power Capacity 360 Watts / 650va Output Connections (4) Nema 5-15r (battery Backup) Nominal Output Voltage 230v Nominal Input Voltage 230v Input Connections Nema 5-15p Cord Length 1.2meter 4. External Hard Drive - 5 Pcs Capacity: 1tb Storage Media: 2.5” Sata Hdd System Compatibility: Windows, Mac Os, And Linux Os Certificates: Ce/ Fcc/ Bsmi Warranty: 3 Years Interface (min.): Usb 3.2 Gen 1 Operation: Dc 5v (power Supplied Through Usb) Case Material: Rubber/plastic With Operating User’s Manual (english Translation) Accessories (min): With Usb 3.0 Cable 5. Flash Drive - 5 Pcs Capacity: 64gb Usb Version 3.0 Plug-and-play With Memory Chip/board Firmly Embedded In Durable Casing With Built-in Usb Interface Cover Warranty: 1 Year 6. Cellular Phone - 1 Unit Operating System: Android Ram: 4gb Storage: 128gb Battery: 5000mah Dual Sim And 5g-ready Fast Charging With At Least 6.67-inch Display 7. Power Extension Cord - 5 Pcs 4 Sockets With Switch 2-meter Cord Length Wattage: 2500w Voltage: 250 Ampere: 10a Material: Polycarbonate Plastic Lot 4 Supply And Delivery Of Ict Equipment And Other Materials For Cggad For Fy 2025 Supply And Delivery Of Ict Equipment And Other Materials For Cggad For Fy 2025 1. Computer Desktop - 10 Set Processor: At Least 7330u 4-core/8-thread Processor Operating System: Windows 11 Pro For Business Video Card: At Least Integrated Or Dedicated Graphics Card Compatible With The Recommended Processor Monitor: 23.8", Fhd 1920x1080, 60hz, Ait Non-touch, Anti-glare, Memory: At Least 8 Gb: 1 X 8 Gb, Ddr4, 3200 Mt/s. Storage/hard Disk: At Least 500 Gb Ssd Threads: 16 Threads Thermal Design Power: 65w Graphics/ Video Processor: At Least 4gb Resolution: 1920 X 1080 Or Higher Network Interface: Gigabit Ethernet 10/100/1000 Wireless Lan: Wifi 802.11ax, Bluetooth Version 5.0 Built-in Programs: With Microsoft Office Ports: 1 Usb 3.2 Type-c® Gen 2 Port 2 Usb 3.1 Gen 1 Ports With Power On/wake-up Support 1 Usb 3.1 Gen 2 Port Withpowershare 1 Hdmi 1.4b Port 1 Hdmi-in 1.4b Port 1 Power-adapter Port 1 Rj45 Ethernet Port 1 Headset Jack Pointing Device: Usb Optical Mouse With Mouse Pad Input Device: Usb Keyboard With Numeric Keypad 2. Document Scanner - 3 Set Scanner Type:a4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis)scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Optical Resolution:600 X 600 Dpi *1output Resolution:50 - 1,200 Dpi (in 1 Dpi Increments)bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size:50.8 X 50.8 Mm Max Document Size:215.9 X 6,096 Mm Supported Paper Weight:27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2)adf Capacity:100 Sheets (80g/m2)daily Scan Volume: Up To 10,000 Sheets / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0 3. Printer - 6 Set Print, Scan, Copy Print Method: Precision Core Printhead Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi Automatic 2-sided Printing: Yes (up To A4) Paper Handling: Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 250 Sheets Of Plain Paper (80 G/m2), Connect Features: Iprint, Email Print, Remote Print Driver, Scan To Cloud Other Mobile Solutions: Apple Airprint, Mopria Print Service, Epson Smart Panel Operating System Compatibility: Windows Xp Sp3 / Xp Professional X64 Sp2 / Vista / 7 / 8 / 8.1 / 10/11 Windows Server 2003 /2008 / 2012 / Rated Voltage: Ac 220-240 Vrated Frequency: 50 - 60 Hz Operating: 12.0 W Sleep: 0.7 W Power Off: 0.2 W Standby: 5.3 W Interface: Usb 2.0 Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Networkprotocol: Tcp/ipv4, Tcp/ipv6 Network Lot 5 Supply And Delivery Of Ict Equipment And Other Materials For Cmc For Fy 2025 1. Portable Document Scanner - 1 Unit • Resolution: 600 X 600 Dpi • Scan Speed: 26ppm/52ipm • Adf Capacity: 50 Sheets • Max Document Size: 215.9x3,048 Mm • Usb 2.0 Connectivity 2. Printer With Scanner - 1 Unit •inkjet (pizoelectric)esc/p-r • 180x1 Nozzles Black, 59 X1 Nozzles Per Color (cyan, Magenta, Yellow) • 5760x1440 Dpi Max Resolution 3. Desktop Computer Set - 2 Units • Monitor: 21 Inches 1080-4k Resolution • 16 Gb Ram • 1tb Hdd • 500 Gb Ssd • Amd Ryzen 5 4. Laptop - 1 Unit • 15.6-inch • 1920x1080 Resolution • Amd Ryzen 5 • 8gb Ram • 1tb Hdd • 250 M.2 Ssd • Windows 11 5. Tablet - 12 Units • 10.61” Ips Lcd Display, 1200x1200 Resolution • Storage: 4gb+128 Gb • Battery: 8000 Mah 6. External Hard Drive, 1tb, Ssd - 2 Units 7. Paper Shredder - 1 Unit • 23l Bin Capacity • Can Shred: Staples And Paper Clips • 100-sheet Auto Feed And 10-sheet Manual Feed Shredding Capacity (70gsm Paper) 8. Mirrorless Camera - 1 Unit • 24.2mp Aps-c Cmos Sensor • Digic 8 Image Processor • 4k 24p Video With Crop, Full Hd 60p • Dual Pixel Cmos Af With 143 Af Zones • 6.5 Fps Electronic Shutter • 2.36m-dot Oled Evf • 3" 1.04m-dot Lcd Screen • Wi-fi And Bluetooth With Sd Card Slot • Rf-s 18-45mm F/4.5-6.3 Is Stm Lens Lot 6 Supply And Delivery Of Ict Equipment And Other Materials For Hrpc For Fy 2025 1. Printer - 2 Unit Printer Type: Printer Type:print, Scan, Copy, Fax With Adf Printing Technology: Print Method:precisioncore Printheadprinter Language:esc/p-r, Esc/p Rasternozzle Configuration:400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow)maximum Resolution:4800 X 1200 Dpi (with Variable-sized Droplet Technology)automatic 2-sided Printing:yes (up To A4) 2. Utp Cat6 (200 Meters) - 2 Rolls 3. Cat6 Rj45 (100 Pcs) - 3 Packs 4. Regular Laptop - 2 Unit Processor: Intel® Core™ I7-13620h Memory: 16gb 4800mhz Lpddr5 Storage: 512gb M.2 Pcie Nvme Ssd 5. Universal Adaptor Socket Plug - 6 Pcs • Durable And Highly Conductive • Maintain Their Grip On The Plugs Even After Thousands Of Uses • Engineered To Conform To Local And International Standards • 10a 250v • Can Be Used For Various Appliances • We Only Sell 100% Authentic Brand-new Products Current: 10a Voltage: 250v 6. Ethernet Hub - 1 Unit Details Product Code: C52ig-5haxd2haxd-tc Architecture Arm: 64bit Cpu: Ipq-6010 Cpu Core Count: 4 Cpu Nominal Frequency: 864 Mhz Switch Chip Model: Ipq-6010 Routeros License: 4 Operating System: Routeros V7 Size Of Ram: 1 Gb 7. Ram Module (dimm) - 8 Pcs Type: Ddr4 Capacity: 8gb Frequency: 3200mhz 8. Paper Shredder - 1 Unit -shreds Paper Into 6 Mm Straight Cut Strips At 1.8 M/min -shreds 7 Sheets Of 70 Gsm Paper Or 6 Sheets Of 80 Gsm Paper At Once -with 60-minute Auto-rest Feature After 2 Minutes Of Continuous Shredding -handy Sized 9 Litre Bin With Easy Lift Off Head Holds Up To 45 Sheets -cut Type: Straight Cut -capacity: 9 Liters -power Consumption: 100 Watts -model: Shredmaster S206 -colour Black 9. Keyboard And Mouse - 4 Sets 10. Mobile Phone - 2 Unit Display 6.78-inch Fhd+ Amoled Display (1080 X 2436 Pixels, 393 Ppi) With Corning Gorilla Glass, 20.3:9 Aspect Ratio, 120hz Refresh Rate, 550 Nits Typ., 1300 Nits Peak, And Punch-hole Os: Android 14 With Xos 14.5 Chipset: Mediatek Helio G100 (6 Nm) Cpu: Octa Core Cpu 2x Cortex-a76 @ 2.2ghz + 6x Cortex-a55 @ 2.0ghz Gpu: Mali-g57 Mp2 Ram:8 Gb Storage:256gb Expansion:expandable Up To 1tb Via Microsd 11. Smart Tv - 1 Unit Qled Pro Aipq Pro Processor T-screen Pro Onkyo 2.1ch Slim & Uni-body 144hz Vrr Dolby Vision•atmos Hdr10+ Multiple Eye Care 12. Computer Set - 2 Unit Processor: Amd Ryzen 7 Mother Board: Am4 Socket Ddr4 Memory: 16 Gb 3600 Mhz Ddr4 Gpu: Gtx 1650 Ssd: 512gb M.2 Pcie Nvme Ssd Psu: 750 Watts Case: Micro Atx Monitor: 24” Led Keyboard & Mouse: Standard 13. Tablet - 7 Unit Tab Wifi Graphite 8gb+128gb 14. Adapter Charger - 7 Unit 20w Usb-c Power Adapter Model: Usb-c Power Adapter 15. Handheld Radio - 1 Set Item Type Walkie Talkie Devices Warranty Type Supplier Warranty Warranty Duration 3 Months Distance 5.0km Number Of Channels 16 Ntc Permit Number Esd-rce-2334748 Rce Number 2334748 16. Splitter - 2 Set 8 10/100mbps Auto-negotiation Rj45 Ports, Supports Auto Mdi/mdix Green Ethernet Technology Saves Power Consumption Ieee 802.3x Flow Control Provides Reliable Data Transfer Plastic Case, Desktop Design Plug And Play, No Configuration Required 17. Extension Wires - 2 Pcs Universal Heavy-duty Outlets 10 Meters Cord Length With Overheating Protection Button Power Leakage/surge Protector Safety Breaker Rapid Flame Retardant Lot 7 Supply And Delivery Of Mementos, Souvenirs, And Other Customized Items For Pmc For Fy 2025 1. Hard Drive 1 Tb - 1 Pc Type: External Storage Devices Sku: 1tb Slim Silver 2. Laptop - 1 Pc Hard Drive Capacity: 512 Gb Processor Core Type: Quad-core Ram Memory: 8 Gb Maximum Ram Supported: 12 Gb Operating System: Windows 11 Home Battery Life: 11.5 Hours Model: Viprb-81wa00q7us Dimensions: 22.00 X 4.00 X 14.00 Inches 3. Clicker - 1 Pc Wave Length: 640~660nm (red Light) Battery Type: 2 Aaa Batteries Battery Life (laser Pointer): 20-hour Maximum Battery Life (presenter): 1050-hour Maximum Wireless Operating Distance: Approx 10m 4. Tablet - 6 Pcs E-reader: Yes Storage Capacity: 256gb Primary Camera Resolution: 12mp Warranty Type: Supplier Warranty Warranty Duration: 5 Years Mobile Cable Type: Type C Build-in Battery: Yes Number Of Sim Card Slots: 2 Sim Type: Micro, Nano 5. Document Shredder - 1 Pc Description: Paper Shredder Size & Spec.: Shred Capacity: 8 Sheets; Security Level:4 Specs 1: Can Shred: Staple Specs 2: Continuous Run Time: 3min Specs 3: Bin Capacity: 15l Specs 4: Machine Noise: <62db Specs 5: Machine Power: 80w Specs 6: 290mmx140mmx355mm Sales Point 1: German Level 4 Confidentiality Sales Point 2: Nitride Steel Knife, Sharp And Durable Sales Point 3: Overheat Protection Sales Point 4: 15l Visible Paper Bucket Lot 8 Supply And Delivery Of Ict Equipment And Other Materials For Hrms For Fy 2025 1. Computer Set - 3 Units Processor: Amd Ryzen™ 7-5700g (3.8ghz) Motherboard: A520m-k/csm Memory: Teamgroup 16gb Ddr4 Pc3200mhz Elite Storage: Teamgroup 512gb Mp33 Pcie Nvme M.2 Case: Vikings Runes Vkr-21 W/ 750 Watts Monitor: Pcx 23.8” 24qy01 Led Blk Mouse & Keyboard: Viking Gc-701 Gaming Combo Mouse Pad: Vikings Xxxl Blk Headset: Vikings Blaze Rgb Accessories: Gnrc Usb Wifi Adaptor 5x17 Inch Keyboard 2x4 Inch Mouse 2. Printer - 2 Units Compact Integrated Tank Design Print Speeds Up To 10.5ipm For Black And 5.0ipm For Colour Auto-duplex Printing 2 In 1 And 3 In 1 Wifi Borderless Printing Up To A4 Size Spill-free Ink Refilling Seamless Setup Via Epson Smart Panel Printer & Scanner Lot 9 Supply And Delivery Of Ict Equipment And Other Materials For Nupao For 2025 1. Rechargeable Digital Voice Recorder - 1 Unit Records Mp3 Or Wav Format, With 8gb Internal Storage And Expandable Memory, Lithium-ion Battery 20-24 Hours Recording Time, Usb Charger, With High-sensitivity Microphone, Built-in Speaker For Immediate Playback Or Can Connect To External Speakers/headphones Via 3.5mm Jack Or Bluetooth, Led Screen To Show Recording Status, Time, Battery Life, And File Information, Files Are Usually Easily Transferable Via Usb Cable Or Bluetooth To Computers Or Mobile Devices 2.printer With Scanner - 2 Units Ecotank System, Inkjet Printer (with Integrated Scanner), Resolution Up To 4800 X 1200 Dpi For Sharp, Detailed Prints, Connectivity: Wifi Or Wi-fi Direct, Usb 3.0, Ethernet, Mobile Printing Support, Support Paper Sizes: A4, A5, A6, Legal, Letter, And Custom Sizes, Paper Type Compatibility: Plain Paper, Photo Paper, Envelopes, Labels 3. Colour Laser Printer - 1 Unit Laser Printer With Color Printing Capabilities, 1200 X 1200 Dpi Or 2400 X 600 Dpi (enhanced) For Sharp And Clear Color Prints, Connectivity: Wifi Or Wi-fi Direct, Usb 3.0, Ethernet, Mobile Printing Support, Support, Input Tray Capacity: 250-500 Sheets, Paper Size: A4, A5, Letter, Legal, And Custom Sizes, Paper Type Compatibility: Plain Paper, Envelopes, Labels, Cardstock, And Glossy Photo Paper, Supports Full-color Prints, Toner Cartridges: Separate Cartridges For Each Color (cyan, Magenta, Yellow, Black) 4. Desktop Computer - 2 Units Processor (cpu): Intel Core I7 (10th Or 11th Gen) Or Higher Version, Memory (ram): 16gb Ddr4 Ram Expandable Ram For Future Upgrades, Storage: 256gb Ssd, 1tb Hdd, Graphics: Integrated Graphics (e.g., Intel Uhd Or Iris Plus, Or Amd Vega), Operating System: Windows 10 Pro, Ports And Connectivity: Usb 3.0/3.1 Ports: Minimum Of 4-6 For Connecting Peripherals, Hdmi/displayport, Ethernet (rj-45), Wi-fi 5 Or Wi-fi 6, Bluetooth 4.2 Or 5.0, Monitor Compatibility: Full Hd (1920x1080) Resolution, With Options For 2k Or 4k Monitors, Power Supply: 300w To 500w Power Supply, With Mouse And Keyboard 5. Mobile Phone - 1 Unit Processor (cpu): Qualcomm Snapdragon 8 Series Or Higher, Octa-core Processor For Fast Multitasking And Smooth Performance, Memory (ram): 8gb Ram, Storage: 128gb To 256gb Internal Storage With Expandable Storage, Display: 6.1 To 6.7-inch Full Hd+ Or Amoled Display, High Refresh Rate (90hz Or Higher), Battery: 5000mah Battery Or Higher For All-day Usage With Fast Charging Support, Connectivity: 45 And 5g Support, Bluetooth, Usb-c, Camera: 12mp To 50mp Primary Camera, Audio: Stereo Speakers, Durability: Ip68 Water And Dust Resistance

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date26 May 2025
Tender AmountRefer Documents 
Details: This Announcement Is Not A Request For Proposal. This Is a Presolicitation. Notice For Architect/engineering (a/e) design Services; No Solicitation Package Will Be Issued until After An Evaluation Has Been Made On The Provided sf-330. Only The A/e Firms Responding To This announcement By Submitting An Sf-330 Package On Time will Be Considered For Initial Evaluation. naics: The North American Industry Classification System (naics) code/size Standard For This Procurement Is 541330, Engineering Services. the Small Business Size Standard Is $25.5 Million In Annual Receipts. The fsc/psc Is C1az, Architect And Engineering- Construction: Other administrative Facilities And Service Buildings. set-aside: Notice Of 100% Service-disabled Veteran-owned Small business (sdvosb) Set-aside. This Is A 100% Set-aside For Sdvosb Firms only. The Firms Registered And Visible In The Sba Veteran Small Business certification (vetcert) Database At Https://veterans.certify.sba.gov When sf330’s Are Submitted. Failure Of A Prospective Sdvosb To Be Verified By the Sba Vetcert At The Time The Sf 330 Is Submitted Shall Result In elimination From Consideration. All Joint Ventures Must Be Verified At The time Of Submission And Submit Agreements That Comply With 13 Cfr 125.15 prior To Contract Award. prospective Contractors Are Cautioned That The Proposal Submitted In response To This Solicitation Must Meet The Criteria Identified By 38cfr, Part 74. The Sdvosb Concern Agrees That In The Performance Of The Contract, the Concern Will Comply With The Limitation On Subcontracting Requirements In accordance With Vaar Clause 852-219-75, Va Notice Of Total Set Aside For verified Service-disabled Veteran-owned Small Businesses. request For Information: the Deadline For All Request For Information (rfi) Is 4:00 Pm Ct On May 09, 2025. All Rfis Must Be Submitted In Writing Via Email To Dwayne brauch, Contracting Officer, At Dwayne.brauch@va.gov And Marc Del Valle, contract Specialist, At Marc.delvalle@va.gov. An Amendment To The Rfq will Be Issued To All Prospective Firms Via Sam.gov And Will Include The Rfi and The Corresponding Government Response. Unless Formally Amended In writing, All Terms, And Conditions Of The Rfq Will Remain Unchanged. interested Firms Should Submit Their Current Sf 330 Electronically To Both The contracting Officer And Contracting Specialist. Contracting Officer: Dwayne brauch / Email Address: Dwayne.brauch@va.gov And Contracting Specialist: marc Del Valle / Email Address: Marc.delvalle@va.gov. The Sf330s Are Due On monday, May 26, 2025, At 10:00 Am (ct). no Fax Or Paper/cd Responses Will Be Accepted: Personal Visits for The Purpose Of Discussing This Announcement Will Not Be Entertained Or scheduled. Selection Shall Be In Order Of Preference From The Firms Considered most Highly Qualified. Questions May Be Directed Only By E-mail To dwayne.brauch@va.gov And/or Marc.delvalle@va.gov. in Accordance With Far 36.209 – Construction Contracts With A-e Firms And 36.606 (c), All Interested Contractors Are Hereby Put On Notice That No construction Contract May Be Awarded To The Firm That Ultimately Designs This requirement. security Issues, Late Bids, Unreadable Offers (a) Late Submission Of Offers Is Outlined At Far Part 52.215-1(c). particular Attention Is Warranted To The Portion Of The Provision That Relates to The Timing Of Submission. (b) Please See Far 15.207(c) For A Description Of The Steps The government Shall Take With Regard To Unreadable Offers. (c) To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To ensure Their Electronic Submission Is Virus-free. Submissions Or Portions thereof Submitted And Which The Automatic System Detects The Presence Of a Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” pursuant To Far Part And Far 15.207(c). (d) Password Protecting Your Sf 330 Is Not Permitted. The Contracting officer Will File The Offer Electronically Which Will Allow Access Only By designated Government Individuals. sf 330 Date Of Receipt/due Date: Interested Firms Having The capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And attachments (if Any) No Later Than (nlt) 10:00 Am (ct) May 26, 2025. for Informational Purposes: all Offerors Are Required To Have An Active Registration In The System For award Management (sam / Www.sam.gov) At The Time Of Offer Submission. firms Will Be Evaluated By The A/e Evaluation Board. The Most Qualified firms Will Be Invited To Interview With The Selection Board. The Number Of firms Selected To Interview Will Be Dependent On The Number Of Firms That submit Sf-330s. The Three Most Qualified Firms Will Interview With The selection Board. If Multiple Firms Are Equally Rated As Third Place, All Firms rated Equally As Third Place And Higher Will Be Invited To An Interview. responses Should Be Submitted On An Sf330. The Sf-330 Can Be downloaded Through The Gsa Forms Library At: Https://www.gsa.gov/formslibrary/ architect-engineer-qualifications prospective Firms Shall Address All Selection Criteria Factors Within Their submitted Sf330 Packages. Submission Of Information Incorporated By reference Is Not Allowed. interested Firms Shall Submit Sf 330 Via Electronic Transmission Via Email To dwayne Brauch, Contracting Officer, At Dwayne.brauch@va.gov With A Copy to Marc Del Valle, Contract Specialist, At Marc.delvalle@va.gov By The designated Date/time Specified. Please Provide The Pre-solicitation Number, 618-25-200 Ae Upgrade Building 222 Hvac, And Firm Name In The Subject line Of The Email. When Submitting Sf330s, If More Than One Email Is Sent, please Number Emails In Subjects As “1 Of N” (where “n” Represents The Total number Of Emails To Complete The Submission). Submittals Received After The date And Time Identified On Page One (1) Will Not Be Considered. Ensure The file Size Is Under 7 Mb. No Sf 330 Hard Copies Will Be Accepted. Failure To comply With This Requirement May Jeopardize The Possibility Of Receiving An award For The Contract Due To Noncompliance With The Terms Of The solicitation. submitted Sf330s Will Include The Following Elements: 1. Standard Form 330 (rev. 07/2021) – Architect-engineer Qualifications 2. Sf330, Section H: Additional Information firms That Submitted Sf330s Will Be Evaluated By An A/e Evaluation Board. the Following Evaluation Criteria Will Be Used To Evaluate Sf 330 Technical proposals: general Solicitation And Contract Information: network Contracting Office (nco) 23 Has A Need For Design Services At The minneapolis Vahcs To Provide An Ae Upgrade Building 222 Hvac. this Procurement Will Be Procured Pursuant To The Selection Of Architects and Engineers (formerly Known As The Brooks Act) Public Law 92-582, And as Implemented In Federal Acquisition Regulation (far) 36.6 And Va acquisition Regulations (vaar) And Va Acquisition Manual (vaam) Part 836 And M836 Respectively. all Offerors Are Advised That In Accordance With Vaar 836.606-71, The total Cost Of The Contract For A-e Services Must Not Exceed 6 Percent Of the Estimated Cost Of The Construction Project Plus Any Fees For Related services And Activities. Additionally, Far Clause 52.236-22 (c) - Design within Funding Limitation, Will Be Applicable To This Procurement action. Design Limitation Costs Will Be Provided To The Most Highly rated A-e Firm Selected To Complete The Design. general Description Of Services Required: the Scope Of This Design Work Is To Replace The Failed Vrf System Currently installed In Building 222. Building 222 Existing Hvac Control System Will Also need To Be Removed And Replaced With Johnson Controls (jci) Devices For compatibility With The Facility’s Monitoring Systems. The Replacement Of These systems Will Alleviate The Need For Facilities Management To Continuously contract Services To Provide Temporary Cooling Units For Conditioned Air To building 222. building 222 Was Originally Constructed In 1904 And Is Listed On The minnesota National Register Of Historic Places. The Building Was Last renovated In 2019, And The Project Included Replacing Electrical In The warehouse Area, Renovating To Create Usable Workspace, Exterior weatherproofing, Upgrades To Roads And Grounds, And Installation Of The vrf Split System. Spaces In This Building Include Logistics Warehouses, offices Spaces And Conference Rooms, Urgent Care Tele Icu, Information management, Home Based Health Care And Primary Care. For This Project, the Selected Architectural And Engineering Firm (a-e) Shall Provide A phasing Study Which Will Include Schematic Design For All Affected Areas At building 222 Of The Minneapolis Vaha Fort Snelling Campus. Additionally, the Selected A-e Shall Provide Construction Drawings, Specifications, estimates, Construction Period Services And Commissioning Services For The hvac Cooling System And Building Automation Replacements At Building 222. the Final Deliverable Will Include In Both Pdf And Cad Format: 1. The A-e Shall Completely Survey All Existing Spaces Affected By The renovation. Survey Shall Include Architectural, Life Safety, Electrical, mechanical, Structural, And Low Voltage Systems. The Drawings Supplied By the Va Are Not As-built. 2. The A-e Shall Use The Attached Schematic Design As The Starting Point To develop The New Schematic Design (35% Design) And Ptrp Phasing Study, as Well As Construction Drawings (cds). This Will Require Meetings With Staff to Review Details Of The Plan And To Gather Comments From The Staff On The project. The A-e Will Budget, At A Minimum, Four (4) Meetings For This purpose. Comments Approved By The Va Project Manager Will Be incorporated Into The Design. These Four Meetings Are In Addition To The required Design Charrette Meetings, And The Required Meetings At The 65%, 95%, And 100% Design Reviews Of Construction Documents. 3. The Design For The Renovation Of Building 222 Will Be Completed In Two phases: a. The First Phase Will Be An Effort To Collect Comments From Va Staff On The new Schematic Design And Best Practice Model Projects, And b. The Second Phase Will Incorporate Comments That Are Approved By The va Project Manager And Develop 65%, 95%, 100% And Final Construction plans (cd Issue) And Specifications. 4. The Plans And Specifications Must Be Detailed Adequately To Award A sealed Bid Construction Contract, See Section G – Deliverables, For Design services Requirements. 5. The Selected A-e Designer Shall Include Construction Period Services (cps) To Ensure The Construction Meets Code, Specifications, Va Design guides And Manuals, Quality And Design Intent Of The Construction Drawings and Specifications; See Section G – Deliverables, For Minimum Cps requirements. Provide Option Years For Fy26 & Fy27. 6. The A-e Shall Design The Project To Incorporate Staff Relocations Or temporary Spaces As Required To Complete The Project. 7. Environmental Conditions Shall Be Maintained To Adjacent Spaces. 8. Energy Savings In A Priority Goal For The Va. The Design Should incorporate Features To Minimize Energy Use And Maximize Energy Efficiency selection Process: this Notice Is A Request For Qualifications (rfq) Of A-e Firms/lead Designers interested In Contracting For This Work. The A-e Firm As Used In This Rfq means An Individual, Firm, Partnership, Corporation, Association, Or Other legal Entity Permitted By Law To Practice The Profession Of Architecture Or engineering That Will Have Contractual Responsibility For The Project Design. this Procurement Consists Of A One (1) Stage Evaluation Process. Stage One (1) Will Consist Of The Evaluation Of The Technical Submission Package. All responsive Submissions Will Be Evaluated By The Technical Evaluation Board (teb). The Firms Will Be Ranked. the Selection Of The Most Qualified Contractor Will Follow The Guidance Provided In far 36.6 – Architect-engineer Services. Additionally, This Solicitation Is Also issued In Accordance With Public Law 109-461, The Veterans Benefits, healthcare Information And Technology Act Of 2006, Sections 502 And 503, As A set-aside For Service-disabled Veteran-owned Small Business (sdvosb) contractors. Pursuant To 38 Usc 8127(d), Competition Is Restricted To Sdvosb construction Firms, As There Is A Reasonable Expectation That Two Or More Offers from Sdvosb Contractors Will Be Received Under This Solicitation. apparent Successful Offerors Must Apply For And Receive Verification From The U.s small Business Administration Veteran Small Business Certification (vetcert) In accordance With 38 Cfr Part 74 By Submission Of Documentation Of Veteran status And Ownership And Control Sufficient To Establish Appropriate Status. failure To Be Both Verified And Visible On Vetcert At The Time Sf 330s Are submitted, When The Proposal Is Received As A Result Of The Solicitation Issued To the Most Qualified Firm, And On The Date Of Contract Award Will Result In The Offeror’s Proposal/sf 330 Being Deemed Not Acceptable. All Offerors Are Urged To contact The Vetcert And Submit The Aforementioned Required Documents To Obtain vetcert Verification Of Their Sdvosb Status If They Have Not Already Done So. the Government Will Not Pay, Nor Reimburse, Any Costs Associated With responding To This Request. The Government Is Under No Obligation To Award A contract As A Result Of This Announcement. Firms Will Be Selected Based On demonstrated Competence And Qualifications For The Required Work. The construction Magnitude Of This Project Is $1,000,000.00 - $2,000,00.00. submission Requirements And Evaluation Criteria For stage One (1): submissions Of Completed Standard Form 330 (sf 330) Received In response To This Notice Will Be Evaluated By A Government Evaluation Board in Accordance With The Selection Of Architect And Engineering Statute, 40 u.s.c. Ch11, The Federal Acquisition Regulation (far) Part 36, To determine The Most Highly Qualified Firms. Evaluation Of Past Performance and Experience May Include Information Provided By The Offeror, Customer inquiries, Government Databases, And Publicly Available Sources. Offerors are Responsible For Collecting And Submitting Past Performance questionnaires With Their Final Packages To The Veterans Affairs (va) network Contracting Office (nco) 23 Contracting Officer Before The Closing date Of This Synopsis. responding Firms, Either Multi-disciplined Or Collaborating With Consultants, Must demonstrate Capability In Healthcare Architecture, Surveying, Civil, Structural, mechanical, Electrical, Communications, Environmental, Fire Protection, Cost estimating, Building Commissioning, Leadership In Energy And Environmental design, Specification Writing, And Construction Surveillance Skills As Described herein. Responses To This Notice Should Include Recent (within The Past 4 Years) experience In Designing Projects Of This Nature. this Is Not A Request For Proposal. This Is A Request For Sf 330 A-e qualification Packages Only. Any Requests For A Solicitation Will Not Receive A response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan holder List Will Be Issued. the Three Most Highly Rated Firms Based On The Technical Review Of All The Sf 330’s Received Will Be Notified. A Solicitation Will Only Be Issued To The Most Highly qualified Firm At Conclusion Of The Technical Review. The Second And Third Place rated Firms Will Be Notified That They Were Not Selected Most Qualified But That They may Still Be Contacted For Solicitation If Award Does Not Proceed With The Most highly Qualified Firm. submission Requirements: Firms Must Provide A Customer Reference List With addresses And Telephone Numbers, And Bidding Records (ae Estimate Cost Of construction Vs. Construction Awarded Amount), If Applicable For All Projects listed As Related Experience, And A Project Workload Schedule Showing Proposed team Members For The Project Period. All Responding Firms, Including Consultants to The Primary Firm Are Required To Submit Their Sf 330 Part 1 And Part 2 electronically To Both The Contracting Officer And Contracting Specialist. contracting Officer: Dwayne Brauch / Email Address: Dwayne.brauch@va.gov and Contracting Specialist: Marc Del Valle / Email Address: marc.delvalle@va.gov. The Sf 330, Part I Must Clearly Indicate The Office Location where The Work Will Be Performed, And The Qualification Of The Individuals And subcontractors Proposed To Work On The Contract And Their Geographical Location. you Must Submit Your Electronical Copy, And Any Supplemental Information (such as Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic formats And Media Described Below. However, Contractors Will Be Notified Of The award Via An Electronic Notice Of Award E-mail. The Award Document Will Be attached To The Notice Of Award E-mail. Acceptable Electronic Formats (software) for Submission Of Sf 330 Packages: (a) Files Readable Using The Current Adobe Portable Document Format (pdf). when Submitting Construction Drawings Contractors Are Required To Submit one Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can open The Pdf Version And Engineering Can Open Autocad Files); (b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution should Be Set To 200 Dots Per Inch, Or Greater; (c) Other Electronic Format. If You Wish To Submit An Offer Using Another format Other Than Described In These Instructions, E-mail The Contracting officer Who Issued The Solicitation. Please Submit Your Request At Least ten (10) Calendar Days Before The Scheduled Closing Date Of The solicitation. Request A Decision As To The Format Acceptability And Make sure You Receive Approval Of The Alternate Format Before Using It To Send your Offer; (d) Sf 330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced, and Numbered Pages. If More Than Seventy-five (75) Single-sided Pages are Submitted, All Pages After Seventy-five (75) Pages Will Not Be evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger. (e) Please Note That We Can No Longer Accept .zip Files Due To Increasing security Concerns. evaluation Criteria: each Firm Must Demonstrate Their Qualifications With Respect To The Selection criteria Listed Below. Evaluation Criteria (a), (b), (c), (d) And (e) Are Of Equal importance; Criterion (f) Is Of Lesser Importance Than Criteria (a), (b), (c), (d) And (e); And Criterion (g) Is Of Least Importance And Will Be Used As A Tiebreaker among Technically Equal Firms. Sf-330s Will Be Evaluated To Determine The Most highly Qualified Firm/team Based On Submitted Sf-330 Responses. Failure To provide Requested Data Or Comply With The Instructions In This Synopsis And Sf- 330 Instructions Could Result In A Firm Considered Being Less Qualified Or eliminated From Consideration. Specific Evaluation Criteria Include: a. Professional Qualifications: sf-330, Part I, Block E. Nco 23 Will Consider Any Information, Which May Be pertinent To This Criterion, Including The Following: Proposed Key Personnel (reference Primary Discipline List Below), Professional Registration, And competence, Related Experiences To Accomplish This Work, Education, And years With The Company. Key Personnel Shall Be Permanent Employees Of the Prime Firm/team Rather Than Temporary “contract Hire” Employee arrangements. Failure To Provide A Balanced Workforce In The Disciplines listed Could Result In The Firm Being Considered Not Qualified. The Combination of Criteria Below Will Be Used To Determine The Ability Of The Staff To Contribute to The Successful Completion Of Project Task Orders. Firms With Greater breadth Of In-house Expertise Will Be Rated Higher Than Those Needing To Hire sub-consultants. The Offeror’s Team Shall Include Staff Members Licensed In the States Covering Veteran Integrated Service Networks (visn) 23 Found In the Statement Of Work (sow) In The Following Disciplines: • Architectural Design • Structural Engineer* • Mechanical Engineer • Electrical Engineer • Cost Estimator • Commissioning Agent in Addition, The Offeror’s Team Shall Include Staff Members In The Following disciplines And Shall Demonstrate Their Qualification: • Project/program Manager • Construction Management • Quality Control Manager b. Specialized Experience And Technical Competence: sf-330, Part I, Section F. Region 3 Nco 23 Will Consider Any Information which May Be Pertinent To This Criterion, Including The Following: Specialized experience And Technical Competence In The Performance Of Services Similar to Those Anticipated Under This Contract In Terms Of Recent And Relevant experience With Regard To The Project Examples Described Below, As Well As demonstrated Experience With Va Facility Design. • Example Projects: Submit Example Design Projects In Narrative Format That highlight The Experience Factors Listed Above. Design Project Examples should Not Exceed Two Pages Each. All Experience Factors Do Not Have To Be included In A Single Project. The Offeror May Submit Multiple Projects To demonstrate Experience In All Relevant Types Of Work, However, Do Not Submit more Than Five Projects Total a) The Narratives Of Example Projects Should Show Contract Number, Issuing agency, Project Name, A Current Point Of Contact Including Telephone And email Information, Project Scope, Size, Location, Design Fees, The Total Number of Modifications / Change Orders Issued During Performance Of Project, Date of Project Completion, Estimate Of Construction Cost, Principal Design elements And Features, Complexity Of The Job, Challenges Faced To Include disagreements Regarding Design Requirements And Construction Estimates disputes, And The Resolution And Results Of Any Challenges Faced. In Addition, and If Known, List The Construction Contract Award Price, And The Total Number of Construction Contract Modifications/change Orders And Their Total Value. b) Example Projects May Be From The Private Or Public Sector; However, Va projects May Be Rated Higher. Projects Completed More Recently Will Be evaluated More Advantageously. The Design Of All Example Projects Must have Been Completed Within The Past Four (4) Years (prior To The Sf-330 Due date For This Solicitation). The Evaluation Will Consider The Relevancy (design and Construction Scope, Size And Location) Of Projects Identified. For The purposes Of This Evaluation The A-e May Submit No More Than Two Example projects Which Were Investigations Or Studies Only. The Investigation(s) Or study(ies) Must Have Been Completed Within The Past Four (4) Years (prior To the Sf-330 Due Date For This Solicitation) As Well. c) Examples Of Work Submitted That Do Not Meet The Requirements Specified here Will Not Be Evaluated. Failure To Provide Requested Data, Accessible points Of Contact Or Valid Phone Numbers Could Result In A Firm Being considered Less Qualified And Eliminated From Further Consideration. Identify any Key Personnel In Sf-330, Part I, Section G That Worked On The Projects and Their Role. Specialized Experience And Technical Competency Will Be evaluated For Ability To Support The Range Of Work Required For This Contract, As demonstrated By Firm’s Submitted Projects. c. Capacity: sf-330, Part I, Block H. Demonstrate How The Firm(s) Will Manage, coordinate, And Administer The Work Within The Prime And Among Any teaming Partners. Teaming Partners To Be Included By The Prime Firm In Their response Should Be Clearly Identified As Such For Evaluation Purposes And will Later Be Agreed To During Negotiations Of Any Resultant Contract. Sf-330, part Ii, Block 11 Will Also Be Evaluated To Assist In Determining This Factor. sf-330 Part I Blocks C, D, F And Sf-330, Part Ii Will Also Be Evaluated To support This Criterion. Nco 23 Will Consider Any Information Which May Be pertinent To This Criterion, Including The Following: • Capacity To Perform Work In-house And With Teaming Members. • Demonstrate Active On-going Federal And Non-federal Work (address current Dollar Value Of Work, Number Of Current Projects, Management approach To Your On-going Work, And How The Team Will Support The Work requirements Outlined In This Synopsis In Addition To Current Work). Quantify the A-e Teams Reserve Capacity (percent Of Available Capacity Or Man Hours available Or Number Of Man Hours Available). • Greater Weight Will Be Given To Offerors Who Provide Quantitative Data To support An Assertion Of Sufficient Work-load Capacity. d. Construction Period Services: sf-330, Part I, Block H. In A Two-page Narrative, Provide Supporting information On The Firms Experience In Construction Period Services To Include professional Field Inspections During The Construction Period, Review Of construction Submittals, Support In Answering Requests For Information During the Construction Period, And Support Of Construction Contract Changes To include Drafting Statements Of Work, And Cost Estimates. • Demonstrate How The Firm(s) Will Manage, Coordinate, And Administer These services. • Provide Information On Technology To Be Used During Field Inspections. • Provide Any Additional Pertinent Information Relevant To These Criteria. • Greater Weight Will Be Given To Offerors Who Provide Examples Of Completed projects Where They’ve Successfully Completed These Services In The Past 18- months. e. Past Performance: sf-330, Block H. For The Example Projects Provided Under Specialized experience And Technical Competence, In A Single Page Narrative Form provide Past Performance In Terms Of Cost Control, Quality Of Work, And compliance With Performance Schedules For Each Example Project Submitted under Specialized Experience And Technical Competence. In Addition To past Performance Information Provided, The Evaluation Will Include information Available Within The Va, Federal, State, Private Industry, Or Other sources. In Addition To The Narrative Described Above, Forward The Past performance Questionnaire (ppq) Of This Synopsis, To Each Project Point Of contact. Completed Ppq Forms Shall Be Submitted As Part Of The Firms’ proposal Package. Firms May Include Any Ratings, Letters Of Appreciation Or performance, Awards Etc., For Relevant Experience; However, Federal database Content And Ppqs Will Be Evaluated More Advantageously. reponses Will Be Evaluated To Determine Firms’ Ability To Maintain Cost, schedule, Quality, And Customer Satisfaction. if The Offeror Is Unable To Obtain A Completed Ppq From A Client For A project(s) Before The Response Date Set Forth In This Notice, Offerors Should complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The respective Project(s). Offerors May Submit A Ppq Previously Submitted Under a Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The same Form As Posted With This Synopsis. Offerors Should Follow Up With clients/references To Ensure Timely Submittal Of Questionnaires. If Requested by The Client, Questionnaires May Be Submitted Directly To The Government's point Of Contact, Network Contracting Office 23, Attn: Dwayne Brauch Via email At Dwayne.brauch@va.gov Prior To The Response Date. f. Geographic Proximity: geographic Proximity To The General Area Of The Requiring Activity As Well As knowledge Of Minneapolis Va Health Care Campus And Surrounding Federal properties. Sf-330, Part I, Block H. In Single Page Narrative Form demonstrate Firm’s Familiarity With Local Conditions To Include Knowledge Of, and Experience Dealing With, The Regulatory Agencies, Geological Features, logistics, Costs, Climatic Conditions And Local Design And Construction methods. Narrative Shall Include Team Location, Including Main Offices, branch Offices, And Any Subconsultant Offices. g. Subcontracting Efforts: commitment To Vha Shall Be Detailed In Sf-330, Part I, Block H. Offerors shall Identify And Commit To The Use Of Service-disabled Veteran-owned Small businesses, Veteran-owned Small Businesses, And Other Types Of Small businesses As Subcontractors. joint Ventures: (1) All Qualifications Packages Submitted By Joint Ventures Must Include A copy Of An Executed Joint Venture Agreement (with Original Signatures) Which fully Discloses The Legal Identity Of Each Member Of The Joint Venture, The relationship Between The Members, The Form Of Ownership Of Each Member, and Any Limitations On Liability Or Authority For Each Member. (2) An Authorized Representative Of Each Member Of The Joint Venture must Sign The Contract Accompanying An Offer Regardless Of Any Agency relationship Established Between The Members. (3) In The Case Of Corporations That Are Joint Venture Members, The corporation Secretary Must Certify That The Corporation Is Authorized To participate In The Joint Venture, Either By Certifying In The Joint Venture agreement, Or By Submitting A Separate Certification To The Government. the Joint Venture Must Also Provide A Certificate That Identifies A Principal representative Of The Joint Venture With Full Authority To Bind The Joint venture. (4) Representations, Certifications, And Financial Information Must Be submitted For Each Member Of The Joint Venture. va Primary Point Of Contact: Dwayne Brauch / Email Address: dwayne.brauch@va.gov / Phone Number: 651-293-3039. va Alternate Point Of Contact: Marc Del Valle / Email Address: marc.delvalle@va.gov / Phone Number: 651-293-3011. a.1 List Of Attachments see Attached Document: S02_attachment Limitations Of Subcontracting Cert Of Compliance {2 Pages}. see Attached Document: S02_attachment Performance Questionaire {3 Pages}.

DEPT OF THE NAVY USA Tender

Others...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: Sole Source Notice -- Diving Chiller Replacement (redacted) subj: Sole Source Memorandum To Acquire Hyperbaric Chamber Heating And Cooling System From Engineered Cooling Services (redacted) 1. Identification Of The Agency And The Contracting Activity, And Specific Identification Of The Document As A “sole Source Justification.” this Is A Sole Source Justification. Contracting Activity Is The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (nswc Pcd), 110 Vernon Avenue, Panama City, Fl 32407-7001 (contracts Department Code 02). 2. Nature And/or Description Of The Action Being Approved. this Action Will Award A Firm Fixed Price Purchase Order, On A Sole Source Basis, To Engineered Cooling Services (ecs), Cage (3cbk2), 2801 N. Davis Hwy, pensacola, Fl 32503, To Provide Hyperbaric Chamber Test Bath Heating And Cooling System In Support Of Unmanned And Manned Diving Operations, Inside The Experimental Diving Facility Hyperbaric Chambers At Nedu. 3. A Description Of The Supplies Or Services Required To Meet The Agency’s Needs. (including The Estimated Value). The Contract Effort Is To Acquire The Following: this Action Will Award A Firm Fixed Price Purchase Order To Engineered Cooling Services To Provide Experimental Diving Facility (edf) Hyperbaric Chamber Test Bath Heating And Cooling System Removal And Replacement, To Include Two 12.5-ton Air Cooled Chillers And Inline Heating Systems For The Alpha And Bravo Hyperbaric Chamber Test Baths. complete On-site Meeting With Facility Personal To Review Proposed Work demo Out Existing Chill Water Piping And Dispose Of Offsite Or In Selected Area Provided By Base install New Chiller – Model# Agz002f all New Pressure Gauges, Pressure Taps, And Temperature Gauges Will Be Provided And Installed remove And Replace Chill Water Pumps install New Change Over Valves To Operate Each Chiller To Each Loop If Necessary install New Inline Electrical Heaters For Temperature Controls demo And Remove Qty. 2 Existing Inline Heaters For Chillers A & B install Qty. 2 Like In Kind Inline Heaters For Chillers A & B connect Electrical To Both Heaters all Associated Controls Will Be Replaced pressurize And Leak Check All New Piping charge Water Systems With The Appropriate Glycol Mixture For Desired Temperature new Insulation To Be 2” Thick Cellular Glass On Piping, Valves And Equipment To Be Insulated With 1” Thick Flexible Elastomeric insulate And Jacket The Piping Indoors And Outdoors Pvc Jacket Indoors (blue) And Aluminum Jacket Outdoors modify Existing Electrical Service To Support New Amp Ratings For Selected Chillers provide And Install Two New 12.5-ton Air Cooled Chillers connect To New Controls System provide A Factory Start Up And Check Performance Data provide All Close Out Documents And Warranty Information On All Equipment provide Owner And Operating Training On New Equipment And Controls System install Bacnet Ddc Controls For Two (2) Existing Chillers Serving Ark- A, B install Additional Control For Ark-a, B Temperature Controls Loop install Additional Monitoring/integration For One (1) Existing Chiller Serving Edf install Tridium N4 Graphical Webserver And Touchscreen Display provide As-built Control Drawings (redacted) The Government’s Minimum Needs Have Been Verified By The Certifying Technical And Requirements Personnel. This Memo Does Not Authorize Acquisition For Other Requirements. (redacted) 4. Identification Of The Justification Rationale And, If Applicable, A Demonstration Of The Proposed Contractor’s Unique Qualifications To Provide The Required Supply Or Service. 10 U.s.c. 2304(c)(1) [10 U.s.c. 3204(a)(1)], Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Far 6.302-1(a)(2)(iii). maintenance Of The Nedu Hyperbaric Dive Chamber Heating And Chilling System And The Nedu Ocean Simulation Facility Hyperbaric Diving Chamber At Nedu, Is A Highly Specialized Service. Ecs Is The Current Vendor Providing For The Nedu Hyperbaric Diving Chamber Heating And Cooling Systems Maintenance Needs. Since Ecs Already Maintains Chillers And Associated Systems Critical To The Mission Of The Nedu Experimental Diving Facility (edf), Using This Contractor Will Decrease Risk Of Unacceptable Delays In Fulfilling Nedu’s Requirements, Because They Are Familiar With The Unique Requirements Of Nedu’s Critical Chiller Systems Which Are Essential To The Qualification Of Diver’s Life Support Equipment For The U.s. Navy. To Use Another Company Unfamiliar With The Unique Requirements For The System Capabilities To Include Size, Piping, Speed Of Heating And Cooling, Maintaining Of Temperatures, And Specialized Control Systems Needed Of These Heating And Cooling Systems For Providing Certification Information To Navsea 00c Regarding Diving And Evaluation Of Diver’s Life Support Equipment Will Compromise Overall Performance Under The Demands Of The Systems To Support Critical Testing Protocols On Equipment For Fleet Divers. Use Of Another Vendor May Change Or Introduce New Parameters Such As Decrease In Capability, Incompatible Components To The Current Piping Systems And Hyperbaric Chambers That May Damage Sensitive Pressurized Equipment, That May Be Harmful To All Diving Systems Tested And Maintained At Nedu, And Negatively Affect The Diving And Life Support Systems These Instruments Are Vital Components Thereof. additionally, Use Of Another Vendor Will Likely Compromise The Integrity Of The Integration And Compatibility Of Existing Systems; Since Ecs Is Responsible For Service And Maintenance Currently Under Contract N61331-22-p-0178, They Are Intimately Familiar With The Requirements To Maintain Compatibility With Current Systems So As Not To Compromise Performance. Ecs Developed The Digital Control System And Interface For Nedu’s Ocean Simulation Facility (osf) Hyperbaric Chambers. Ecs Will Build Off These Already-completed Controls And Interface, The Edf Systems Will Have Matching Software And Interfaces Which Reduces System Complexity In An Effort To Eliminate The Chance Of User Error And Allows For Modularity Between Systems Throughout The Command. Furthermore, Current Manuals And Sops Can Be Leveraged By Operators; Avoiding Additional Costs To Generate, Test, And Maintain Additional Documentation That Would Be Developed By An Alternate Vendor – A Single System Type, Control System, And Interface Is Required For Nedu Systems To Achieve Continuity Across All Hyperbaric Chambers Installed Therein. Therefore, It Is Imperative That This Particular Vendor Be Used To Limit The Risk To Life And Health Of The Us Navy Divers Who Depend On This System. as Such, The Government Does Not Expect Significant Savings Through Competition, Due To The Additional Cost Of Creating, Testing, And Maintaining New Procedures And Manuals, And Does Expects Significant And Unacceptable Delays That Will Negatively Impact This Requirement. Therefore, It Is In The Government’s Best Interest To Award On A Sole Source Basis To Ecs. 5. A Determination By The Ordering Activity Contracting Officer That The Order Represents The Best Value Consistent With Far 13.106-1(b). the Contracting Officer Has Determined That The Order Represents The Best Value And Results In The Lowest Overall Cost Alternative (considering Price, Special Features, Administrative Costs, Etc.) To Meet The Government’s Needs. 6. A Description Of The Market Research Conducted Among Schedule Holders And The Results Or A Statement Of The Reason Market Research Was Not Conducted. for The Reasons Specified In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs. (redacted) 7. Any Other Facts Supporting The Justification. none 8. A Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers That Led To The Restricted Consideration Before Any Subsequent Acquisition For The Supplies Or Services Is Made. as Stated In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs. section F - Deliveries Or Performance f.o.b. 52.247-34 Fob Destination (nov 1991) section G 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) section I – Contract Clauses 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-27 Prohibition On A Bytedancecovered Application(jun2023) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.211-15 Defense Priority And Allocation Requirements (apr 2008) 52.212-4 Contract Terms And Conditions -- Commercial Items (nov 2023) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items preselected: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statement (jan 2017) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.233-3 Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) required: 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (sept 2016) 52.222-50 Combatting Trafficking In Persons (nov 2021) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (june 2020) 52.232-33 Payment By Electronic Funds Transfer--system For Award Management (oct 2018) 52.222-41 Service Contract Labor Standards (aug 2018) 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) 52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) 52.217-7 Option For Increased Quantity-separately Priced Line Item (mar 1989) 52.217-8 Option To Extend Services (nov 1999) 52.217-9 Option To Extend The Term Of The Contract (mar 2000) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran- Representation And Certifications (jun 2020) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.244-6 Subcontracts For Commercial Products And Commercial Services (feb 2024) 52.246-4 Inspection Of Services (aug 1996) 52.252-6 Authorized Deviations In Clauses (nov 2020) 52.245-1 Government Property (sep 2021) (gfp) 52.245-9 Use And Charges (apr 2012) (gfp) 52.246-4 Inspection Of Services 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021) 52.246-4 Inspection Of Services-fixed-price (aug 1996) (include If We Pay For Shipping; Origin) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7003 Control Of Government Work Product (apr 1992) 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019) 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support (jan 2023) 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022) 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (jan 2023) 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors (jan 2023) 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.225-7048 Export Controlled Items (jun 2013) 252.232-7010 Levies On Contract Payments (dec 2006) 252.232-7017 Accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration (apr 2020) 252.244-7000 Subcontracts For Commercial Products And Commercial Services (jan 2023) 252.245-7003 Contractor Property Management System Administration (apr 2012) (gfp) 252.245-7005 Management And Reporting Of Government Property (jan 2024) (gfp) 252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System (aug 2016) 252.246-7008 Sources Of Electronic Parts (may 2018) 252.247-7023 Transportation Of Supplies By Sea (feb 2019) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.252-2 Clauses Incorporated By Reference (feb 1998) section K – Representations 2.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation (jan 2017) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021) 52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction (feb 2016) 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Items (may 2022) 52.222-52 Exemption From Service Contract Labor Standards (may 2014) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) section L - Instructions Conditions And Notices To Bidders 52.212-1 Instructions To Offerors—commercial Items (nov 2021) 52.204-7 System For Award Management (oct 2018) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-22 Alternative Line Item Proposal (jan 2017) 52.211-14 Notice Of Priority Rating (apr 2008) 52.217-5 Evaluation Of Options (july 1990) 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations (sep 2019) section M – Evaluation Factors For Award 52.212-2 Evaluation Commercial Items (nov 2021) far Part 13 Best Value, Sprs Past Performance Ratings, Price And Delivery Terms g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019) (a) For Other Than Firm Fixed Priced Contract Line Item Numbers (clins), The Contractor Agrees To Segregate Costs Incurred Under This Contract/task Order (to), As Applicable, At The Lowest Level Of Performance, Either At The Sub Line Item Number (slin) Or Clin Level, Rather Than At The Total Contract/to Level, And To Submit Invoices Reflecting Costs Incurred At That Level. Supporting Documentation In Wide Area Workflow (wawf) For Invoices Shall Include Summaries Of Work Charged During The Period Covered As Well As Overall Cumulative Summaries By Individual Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Other Direct Costs (odcs), Materials, And Travel, By Technical Instruction (ti), Slin, Or Clin Level. For Other Than Firm Fixed Price Subcontracts, Subcontractors Are Also Required To Provide Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Odcs, Materials, And Travel Invoiced. Supporting Documentation May Be Encrypted Before Submission To The Prime Contractor For Wawf Invoice Submittal. Subcontractors May Email Encryption Code Information Directly To The Contracting Officer And Contracting Officer Representative (cor). Should The Subcontractor Lack Encryption Capability, The Subcontractor May Also Email Detailed Supporting Cost Information Directly To The Contracting Officer And Cor; Or Other Method As Agreed To By The Contracting Officer. (b) Contractors Submitting Payment Requests And Receiving Reports To Wawf Using Either Electronic Data Interchange (edi) Or Secure File Transfer Protocol (sftp) Shall Separately Send An Email Notification To The Cor And Contracting Officer On The Same Date They Submit The Invoice In Wawf. No Payments Shall Be Due If The Contractor Does Not Provide The Cor And Contracting Officer Email Notification As Required Herein. (end Of Text) g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018) (a) The Government Reserves The Right To Administratively Substitute Any Of The Points Of Contact Listed Below At Any Time. (b) The Contracting Officer Is The Only Person Authorized To Change This Contract Or Orders Issued Thereunder. The Contractor Shall Not Comply With Any Order, Direction Or Request Of Government Personnel - That Would Constitute A Change - Unless It Is Issued In Writing And Signed By The Contracting Officer Or Is Pursuant To Specific Authority Otherwise Included As Part Of This Contract. If, In The Opinion Of The Contractor, An Effort Outside The Existing Scope Of This Contract Is Requested, The Contractor Shall Promptly Comply With The Notification Of Changes Clause Of This Contract. (c) The Points Of Contact Are As Follows: (i) The Procuring Contracting Officer (pco) Is: See Page 1, Block 24 (ii) The Contract Specialist Is: name: Alan Tyler Bounds E-mail: Alan.t.bounds.civ@us.navy.mil Phone: (850) 625-1117 the Administrative Contracting Officer (aco) Is: not Applicable (d) The Contracting Officer’s Representative (cor) Is The Contracting Officer’s Appointed Representative For Technical Matters. The Cor Is Not A Contracting Officer And Does Not Have The Authority To Direct The Accomplishment Of Effort Which Is Beyond The Scope Of The Contract Or To Otherwise Change Any Contract Requirements. An Informational Copy Of The Cor Appointment Letter, Which Provides A Delineation Of Cor Authority And Responsibilities, Will Be Provided Upon Award Of This Contract. the Contracting Officer’s Representative (cor) Is: not Applicable (e) The Alternate Contracting Officer’s Representative (acor) Is Responsible For Cor Responsibilities And Functions In The Event That The Cor Is Unavailable Due To Leave, Illness, Or Other Official Business. The Acor Is Appointed By The Contracting Officer; A Copy Of The Acor Appointment Will Be Provided Upon Award Of This Contract. the Alternate Contracting Officer’s Representative (acor) Is: not Applicable (f) The Technical Point Of Contact (tpoc) Is The Contracting Officer’s Representative For Technical Matters When A Cor Is Not Appointed. The Tpoc Is Responsible For Technical Issues Of Contract Administration, Such As Providing All Items Of Government Furnished Information (gfi), Government Furnished Material (gfm) And Government Furnished Equipment (gfe) If Specified In The Contract As Well As The Inspection And Acceptance Of All Contract Deliverables. the Technical Point Of Contact (tpoc) Is: name: email: (g) The Alternate Technical Point Of Contact (atpoc) Is Responsible For Tpoc Responsibilities And Functions In The Event That The Tpoc Is Unavailable Due To Leave, Illness, Or Other Official Business. the Alternate Technical Point Of Contact (atpoc) Is: not Applicable (h) The Ombudsman Will Review Complaints From The Contractors And Ensure That All Contractors Are Afforded A Fair Opportunity To Be Considered, Consistent With The Procedures In The Contract. the Ombudsman Is: not Applicable (i) The Authorized Ordering Person(s) For Per-call Maintenance Is Responsible For Issuing And Maintaining Records For Any Per-call Orders For Remedial Maintenance Placed Under This Contract. No Per-call Order Shall Be Placed Outside The Scope Of This Contract And The Cumulative Total Of All Orders Shall Not Be In Excess Of Any Not-to-exceed Amount Specified In The Contract. Per-call Orders Shall Not, In Any Way, Modify Any Terms And Conditions Of The Contract. (j) The Authorized Ordering Person(s) For Per-call Maintenance Is: person(s) Listed In (f) With Approval From Persons Listed In ( C ) (i) And (ii). (k) The Contractor's Point Of Contact For Performance Under This Contract Is: name: e-mail: address: See Block 9 phone (end Of Text) g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021) (a) The Policy Of This Activity Is To Schedule Periods Of Reduced Operations Or Shutdown During Holiday Periods. Deliveries Will Not Be Accepted On Saturdays, Sundays Or Holidays Except As Specifically Requested By The [insert Activity Name]. All Goods Or Services Attempted To Be Delivered On A Saturday, Sunday Or Holiday Without Specific Instructions From The Contracting Officer Or His Duly Appointed Representative Will Be Returned To The Contractor At The Contractor’s Expense With No Cost Or Liability To The U.s. Government. (b) The Federal Government Observes Public Holidays That Have Been Established Under 5 U.s.c. 6103. The Actual Date Of Observance For Each Of The Holidays, For A Specific Calendar Year, May Be Obtained From The Opm Website At Opm.gov Or By Using The Following Direct Link: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. (c) Delayed Opening, Early Dismissal And Closure Of Government Facilities. When A Government Facility Has A Delayed Opening, Is Closed Or Federal Employees Are Dismissed Early (due To Severe Weather, Security Threat, Security Exercise, Or A Facility Related Problem) That Prevents Personnel From Working, Onsite Contractor Personnel Regularly Assigned To Work At That Facility Shall Follow The Same Reporting And/or Departure Directions Given To Government Personnel. The Contractor Shall Not Direct Charge To The Contract For Such Time Off, But Shall Follow Parent Company Policies Regarding Taking Leave (administrative Or Other). Non-essential Contractor Personnel, Who Are Not Required To Remain At Or Report To The Facility, Shall Follow Their Parent Company Policy Regarding Whether They Should Go/stay Home Or Report To Another Company Facility. Subsequent To An Early Dismissal, Delayed Opening, Or During Periods Of Inclement Weather, Onsite Contractors Should Monitor The Opm Website As Well As Radio And Television Announcements Before Departing For Work To Determine If The Facility Is Closed Or Operating On A Delayed Arrival Basis. (d) When Federal Employees Are Excused From Work Due To A Holiday Or A Special Event (that Is Unrelated To Severe Weather, A Security Threat, Or A Facility Related Problem), On Site Contractors Shall Continue Working Established Work Hours Or Take Leave In Accordance With Parent Company Policy. Those Contractor Employees Who Take Leave Shall Not Direct Charge The Non-working Hours To The Contract. Contractors Are Responsible For Predetermining And Disclosing Their Charging Practices For Early Dismissal, Delayed Openings, Or Closings In Accordance With The Far, Applicable Cost Accounting Standards, And The Company’s Established Policy And Procedures. Contractors Shall Follow Their Disclosed Charging Practices During The Contract Period Of Performance, And Shall Not Follow Any Verbal Directions To The Contrary. The Contracting Officer Will Make The Determination Of Cost Allowability For Time Lost Due To Facility Closure In Accordance With Far, Applicable Cost Accounting Standards, And The Contractor's Established Accounting Policy And Procedures. (e) If You Intend To Visit The Contracts Office, It Is Advised That You Call For An Appointment At Least 24 Hours In Advance. (f) The Hours Of Operation Are As Follows: Area From To nswc-pcd And/or Nedu 0700 1600* (g) All Deliveries To The Receiving Officer, (see Delivery Schedule, Section F), Shall Be Made Monday Through Friday From 0700 To 1600 Local Time, Unless Otherwise Specified. Deliveries Will Not Be Accepted After 1600. No Deliveries Will Be Accepted On Federal Government Holidays. ***note*** Trucks Must Gain Access To The Base Prior To 1430. (end Of Text) g-242-w001 Contract Administration Functions (navsea) (oct 2018) (a) In Accordance With Far 42.302(a) All Functions Listed Are Delegated To The Aco Except The Following Items To Be Retained By The Pco: all Functions Listed Will Be Retained By The Pco. (b) In Accordance With Far 42.302(b), The Following Additional Functions Are Delegated To The Aco: None (end Of Text) l-204-h003 Notification Of Use Of Navy Support Contractors For Official Contract Files (navsea) (apr 2019) (a)navsea May Use A Contractor To Manage Official Contract Files Hereinafter Referred To As "the Support Contractor", Including The Official File Supporting This Procurement. These Official Files May Contain Information That Is Considered A Trade Secret, Proprietary, Business Sensitive Or Otherwise Protected Pursuant To Law Or Regulation, Hereinafter Referred To As “protected Information”. File Management Services Consist Of Any Of The Following: Secretarial Or Clerical Support; Data Entry; Document Reproduction, Scanning, Imaging, Or Destruction; Operation, Management, Or Maintenance Of Paper-based Or Electronic Mail Rooms, File Rooms, Or Libraries; And Supervision In Connection With Functions Listed Herein. (b)the Cognizant Contracting Officer Will Ensure That Any Navsea Contract Under Which These File Management Services Are Acquired Will Contain A Requirement That (1) The Support Contractor Not Disclose Any Information; (2) Individual Employees Are To Be Instructed By The Support Contractor Regarding The Sensitivity Of The Official Contract Files; (3)the Support Contractor Performing These Services Be Barred From Providing Any Other Supplies And/or Services, Or Competing To Do So, To Navsea For The Period Of Performance Of Its Contract And For An Additional Three Years Thereafter Unless Otherwise Provided By Law Or Regulation; And, (4)in Addition To Any Other Rights The Offeror May Have, It Is A Third Party Beneficiary Who Has The Right Of Direct Action Against The Support Contractor, Or Any Person To Whom The Support Contractor Has Released Or Disclosed Protected Information, For The Unauthorized Duplication, Release, Or Disclosure Of Such Protected Information. (c)submission Of A Proposal Will Be Considered As Consent To Navsea's Permitting Access To Any Information, Irrespective Of Restrictive Markings Or The Nature Of The Information Submitted, By Its File Management Support Contractor For The Limited Purpose Of Executing Its File Support Contract Responsibilities. (d)navsea May, Without Further Notice, Enter Into Contracts With Other Contractors For These Services. Offerors Are Free To Enter Into Separate Non-disclosure Agreements With The File Support Contractor. Contact The Procuring Contracting Officer For Contractor Specifics. However, Any Such Agreement Will Not Be Considered A Prerequisite Before Information Submitted Is Stored In The Files Or Otherwise Encumber The Government. (end Of Provision) --------------------------------------------------------------------------- all Quotes Submitted In Response To This Announcement Shall Be Reviewed If Submitted By The Close Date. Rfq Must Include Supporting Documents: Capabilities Statement, Proof Of Past Performance For Similar Work, And Cage Code. email Subject Line Must Include Solicitation Number, Vendor Name, And Cage At Beginning Of Subject Line award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance email Quotes To Alan.t.bounds.civ@us.navy.mil On Or Before The Closing Date And Time Stated Above. the Government Will Not Accept Late Quotes. the Government Will Not Accept Quotes That Are Partial Or Incomplete provide Cage Code And Lead Time On Your Quote. vendors Must Be Able To Invoice Through Wide Area Workflow (wawf). if Shipping Is Not Included In The Price Include A Line Item For Shipping. vendors Must Ensure That They Have Received A Response Within 2 Business Days After Quote Has Been Submitted To Remain Competitive. If No Response Is Received Please Call Primary And Leave A Message. **review All Attachments Posted Prior To Submission Of Quote**

City Of Bais Tender

Security and Emergency Services
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 10 Million (USD 172.3 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Law Enforcement & Operational Support And Surveillance Against Illegal Activities (cy 2025), City Mayor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 142-25 Php 10,000,000.00 1 1 Lot Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center With Terms Of Reference - Phase Iv. Command Center Equipment As Follows: 1. 1 Unit Ippbx For Public Address System 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage 4. 4 Units Computer Desktop, With Complete Accessories 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center Different Intersections Of The City - Cameras & Equipment As Follows: 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Units Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Sets Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v 12. 21 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom 14. 50 Units Outdoor Bullet Type Ip Camera 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f For Cdrrmo, Police & Fire Station Connectivity: 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v Replacement For Defective Equipments: 23. 11 Units Smart Online Ups 1,000va, Lcd 230v 24. 2 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Terms Of Reference Project Title: Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center (phase Iv). I. Rationale The Local Government Of Bais Intends To Install The Phase Iv Of The Scalable Smart Ip-cctv Surveillance System With A Centralized Recording And Management System. The Centralized Recording And Management System Is Capable To Be Integrated With Advanced Features Like Face Recognition, Vehicle Plate Number Recognition And Other Smart Features (please Note That The Face Recognition Feature Needs A Back-end Hardware/software Which Is Not Included In This Project). There Are Two Hundred Forty Seven (309) Existing Cameras All Over The City Referred To As The Phase I, Phase Ii And Phase Iii Implementation Of This Project. There Are Four (4) Traffic Ip Cameras Installed. One Was Installed At The Border Between Tanjay City And Bais City Near Central Azucarera De Bais. Another One Was Installed At Crossing Tamisu Which Supports Vehicle Plate Number Recognition Feature. The Remaining Two (2) Traffic Ip Cameras Were Installed At The City Proper. There Are Also Thirty Eight (56) Ptz Cameras And Two Hundred Five (249) Bullet Network Cameras That Were Installed On Strategic Locations On The Streets Of Bais City For Phase 1, 2 And 3. All Cameras Are Powered By An Uninterruptible Power Supply (which Were Installed On Outdoor Weather-proof Boxes) And Connected Using Fiber Optic Cables To The Centralized Recording And Management System Located At The Command Center. These Cameras Were Installed Around The City On A Dedicated Cctv Post. Fiber Optic Cables Between Cctv Posts And The Command Center Traversed To The Existing Noreco1 Electric Posts Which The Bais -lgu Has Already Been Given A Notice To Proceed By Noreco1. Active Monitoring Of Live Cctv Video Feeds Are Displayed On A Video Wall System Installed At The Command Center. However, Collaborations Made With Philippine National Police And The Bureau Of Jail Management And Penology Reveals That, The Existing Cameras Are Not Enough To Cover Important Areas In The City. Thus, Phase Iv Is Very Necessary In Order To Make Our City Safer By Providing Law Enforcement With The Information They Need To Investigate And Deter Crimes, Including The Implementation Of The Environmental And Health Related Ordinances Of The City. Phase Iv Covers The Rest Of The Intersections Of The City And Most Areas Along The National Hi-way From Bais City (bais City Bridge) To The Cab Of Brgy. Calasga-an(bais South-bound Boundary), This Will Allow Us To Monitor The National Hi-way 24/7. In Addition, Ip Based All Weather Outdoor Emergency Phones Will Be Installed On 20 Selected Locations (existing Cctv) Posts That Can Call The Command Center And 20 Public Address Speaker Systems Will Be Installed On Selected Locations For Public Announcements And Early Warning. Ii. Objective 1. Install The Cctv Posts, Outdoor Weather-proof Boxes, Fiber Optic Cables And Network Equipment. 2. Install Other Ptz And Bullet Cameras At Strategic Locations Within Bais City. Please Refer To The Attached Camera Location Plan. 3. Install The Centralized Recording And Management System And The Video Wall System At The Command Center. 4. Install The Ip Based All-weather Outdoor Emergency Phones At Strategic Locations Within Bais City. Please Refer To The Attached Ip Emergency Phone Location Plan. 5. Install The Public Address Speaker System At Strategic Locations Within Bais City. Please Refer To The Attached Public Address Speaker System Location Plan. Iii. Scope Of Work 1. Supply, Installation, Testing And Commissioning Of Ip Cameras, Fiber Optic Network, Uninterruptible Power Supply And Other Accessories At Designated Cctv Posts Needed For The Operation Of The Ip-cctv Surveillance System. 2. Supply, Installation, Testing And Commissioning Of The Centralized Recording And Management System And The Network Equipment Located At The Command Center. 3. Supply, Installation, Testing And Commissioning Of The Ip Emergency Phones And Public Address Speaker Systems At Designated Cctv Posts. 4. Training For At Least Twenty Four (24) Hours On Video Wall Management System, Ip-cctv Recording And Management System, Optical Distribution Network And Active Monitoring Of Ip-cctv Video Live Feeds. Iv. Project Cost Estimate The Estimated Project Cost Is Ten Million Pesos (php 10,000,000.00). This Includes The Supply, Delivery, Installation, Configuration, Testing, Commissioning, Training, And Warranty Services. V. Project Deliverables The Following Are The Minimum Performance Standard Required And Specifications For The Deliverables. A. Command Center Equipment Item Qty. Uom Description 1. 1 Unit Ipbbx For Public Address System  More In One System: Unify Pbx  Flexible Deployment Options  Leading Interoperability: Support Auto-provisioning 300+ Popular Phone Models And Sip Trunks From Telco  Easy Administration: Panel Based Administration, Granular Permissions  Peace Of Mind: Highly Reliable And Secure, Reduces Security Threats 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage  Loaded With 96tb Hdd  Max 320 - Ch Ip Camera Inputs  Supports Raid 0/1/5/6/10/50/60, Hot Spare  Supports Video Stream Storage Mode And Ipsan  Storage, Supports N+m Cluster  Supports Automatic Network Replenishment (anr)  Modular And Drawer-like Design 4. 4 Units Computer Desktop, With Complete Accessories  Form Factor : Tower Type  Processor: Core I5 (at Least 12th Generation) Or Its Equivalent  Memory (ram): At Least 32 Gb Ddr4  Storage: 1 Tb Ssd  Video: 4gb Dedicated  Connectivity: Lan Gigabit Ethernet  Software: Camera Software  Accessories: Optical Mouse, Usb Keyboard  Monitor: At Least 32" Hd  Warranty: Minimum Of 2 Year And Parts At Least 1 Year Protection  Ups: 650va  With Camera Software 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center B. Different Intersections Of The City – Camera & Equipment Item Qty. Uom Description 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Sets Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Set Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v  Output Power Capacity 700watts/1.0kva  Nominal Output Voltage 230v  Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage  Output Voltage Distortion Less Than 5% At Full Load  Output Voltage Note: Configurable For 220 Or 240 Nominal  Other Output Voltages 220, 240 Topology Line Interactive  Waveform Type Sine Wave 12. 21 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom  1/2.8" Megapixel Starvis Cmos, Starlight Technology  H.265 & H.265+ Encoding  Max. 50/60fps@1080p  Auto-tracking & Intelligent Video System(ivs)  Support Poe+, Ir Distance Up To 100meters  Progressive, Streaming Method Is Unicast & Multicast, With Face Detection Scanning System Is Progressive  Ip66 Bit Rate Control: Cbr/vbr Protocol: Ipv4/ipv6, Http, Https, Ssl, Tcp/ip, Udp, Upnp, Icmp, Igmp, Snmp, Rtsp, Rtp, Smtp, Ntp, Dgcp, Dns, Pppoe, Ddns, Ftp, Ip Filter, Qos. 14. 50 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color  1/2.8” 2megapixel Progressive Scan Starvis™ Cmos  H.265 & H.264 Triple-stream Encoding  25/30 Fps@1080p (1920 × 1080)  Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc  Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss  2.7 Mm–13.5 Mm Motorized Lens  2/1 Alarm In/out, 1/1 Audio In/out  Max. Ir Leds Length 50 M  Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media  It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring.  Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms.  Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard. 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core With Messenger, Armour, For Aerial Installation As Jumper From The Existing Fiber To All New Cctv Locations 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone That Can Call The Command Center With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f C. For Cdrrmo, Police And Fire Station Connectivity Item Qty. Uom Description 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v  Output Power Capacity 700watts/1.0kva  Nominal Output Voltage 230v  Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage  Output Voltage Distortion Less Than 5% At Full Load  Output Voltage Note: Configurable For 220 Or 240 Nominal  Other Output Voltages 220, 240 Topology Line Interactive  Waveform Type Sine Wave D. Replacement For Defective Equipments Item Qty. Uom Description 23. 11 Units Smart Online Ups 1,000va, Lcd 230v  Output Power Capacity 700watts/1.0kva  Nominal Output Voltage 230v  Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage  Output Voltage Distortion Less Than 5% At Full Load  Output Voltage Note: Configurable For 220 Or 240 Nominal  Other Output Voltages 220, 240 Topology Line Interactive  Waveform Type Sine Wave 24. 2 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color  1/2.8” 2megapixel Progressive Scan Starvis™ Cmos  H.265 & H.264 Triple-stream Encoding  25/30 Fps@1080p (1920 × 1080)  Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc  Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss  2.7 Mm–13.5 Mm Motorized Lens  2/1 Alarm In/out, 1/1 Audio In/out  Max. Ir Leds Length 50 M  Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media  It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring.  Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms.  Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard Door Bullet Type Ip Camera Vi. Other Components 1. The Prospective Bidder Must Conduct A Site Inspection Survey Regarding The Placement And Location Of Cctv Posts, Cameras, Outdoor Equipment, Cabling Route And Command Center Equipment. Prospective Bidder Must Execute An Affidavit That The Site Inspection Survey Has Been Done. 2. The Prospective Bidder Must Have At Least Four (4) Fiber Optic Technicians Certified By The Fiber Optic Association (foa) To Undertake The Installation Of Fiber Cabling, Aside From The Manager, Safety Officer And Electrician. The Prospective Bidder Must Submit The Certifications Of Their Technicians To Be Attached With The Bid Documents. Proof Of Employment With The Prospective Bidder Will Be Verified During Post Qualification. Position Required Personnel Manager 1 Safety Officer 1 Fiber Optic Technician 4 Electrician 1 3. The Prospective Bidder Must Submit A Detailed Design Attached With Their Bid Documents. The Twg Will Review, Evaluate And Compare The Submitted Detailed Designs Of The Prospective Bidders. 4. The Prospective Bidder Must Have A Pcab Sp-cf License. 5. The Prospective Bidder Must Attach The Following Camera Manufacturer's Certificate: 5.1 The Prospective Bidder Must Submit Cctv Camera Manufacturer's Certification For Full Technical And Warranty Support Of The Project. 5.2 Iso 45001 - Occupational Health & Safety Management Related To Design, Development, Manufacture, Sales & Maintenance Service. 5.3 Iso 14001 – International Standard For Environmental Management Systems (ems). 5.4 Iso 9001 – Internationally Recognized Standard For Quality Management Systems (qms). *** Note: These Certificates Should Come From The Camera Manufacturer 6. The Prospective Bidder Must Have A Technical Support Group And Network Operations Center (noc) That Operates 24/7 Based In The Province Of Negros Oriental. After Sales Service Target Response Time Should Be 2-3 Hours After A Technical Issue Has Been Reported. 7. The Prospective Bidder Must Have A Previous Outdoor Fiber Optic Cabling Project Worth At Least 50% Of The Abc In The Last 2 Years And Submit A Copy Of The Project Po Or Contract Or Project Completion Certificate As Proof And To Be Attached With The Bid Documents. 8. The Winning Bidder Must Be Able To Complete The Entire Project Within 120 Days After The Notice To Proceed (ntp). 9. The Winning Bidder Should Shoulder The Labor Cost On The Installation Of Kwhr Meters And The Application Of Electrical Permit For The Kwhr Meters. The Winning Bidder Must Be Able To Integrate This Project To The Existing Cctv Fiber Optic Network And Equipment At The Bais Cctv Command Center, 2nd Floor, New Public Market, Barangay Hangyad, Bais City. The Approved Budget For The Contract Is To Be Taken From 20% Edf 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On February 18, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee

Western Visayas Sanitarium Doh Tender

Healthcare and Medicine
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 15.9 Million (USD 286.7 K)
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Supply, Delivery, Installation, Commissioning And Testing Of Various Hospital Equipment Ib No. 2025-05-009-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery, Installation, Commissioning And Testing Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 15,947,115.60 The Contract (abc) Fund Source : Caf No. 2025-034-gf (gaa 2024 Hfep) Caf No. 2025-035-gf (gaa 2025 Hfep) Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 15,947,115.60 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Arterio-venous Fistula Set. Brand New. Product Specifications: Stainless Steel, Durable, Reusable, Autoclavable, Content At Least The Following: 2 Scalpel Handle #3 125mm, 1 Tc Mayo Scissors Cvd 140mm, 1 Tc Metzenbaum Scissors Cvd 145mm, 2 Adson Forceps Serr 120mm, 1 Adson Tissue Fcps Fine W/1x2t 120mm, 1 Foerster-ballengr Spng Fcpserstr180mm, 5 Thyroidectomy Set, 2 Johns-hopkins Bulldog Clamp Cvd.63mm, 2 Hartmann Mosquito Fcpsdelcvd100mm, 2 Halsted-mosquito Forceps Del Cvd125mm, 2 Baby-senn-miller Rector.bl.8x7/22x7mm, 1 Henderson Retractor 4x4t.sh.170mm, 1 Tc Tenotomy Scissdelcvd1/serr130mm, 1 Diadust Micro Needle Holder Rd Hdl 185mm, 1 Kidney Tray 170mm 250ml, 1 Kidney Tray Stainless Steel 250mm, 1 Garrett Vascular Dilator D:1,0mm L:215mm, 1 Garrett Vascular Dilator D:1.5mm L:215mm, 1 Garrett Vascular Dilator D:2,0mm L:215mm, 1 Garrett Vascular Dilator D:2.5mm L:215mm, 1 Garrett Vascular Dilator D:3,0mm L:215mm, 1 Bottom For 1/2 Container Height:135mm, 1 1/2 Size Perf Basket 243x253x106mm, 1 Primeline Pro 1/2 Lid Silver, 2 Identification Labelgreen . Warranty At Least 1 Year From Delivery And Installation. Set 2 1,700,000.00 2 Baseline Hand Dynanometer. Brand New. Product Specifications: Ideal Device To Measure Grip And Hand Strength As Well As Evaluate Patients With Hand Trauma Or Dysfunction. It Provides Accurate Grip Strength Readings Without The Subject Being Able To "feel" The Handle Move. Provides Measurement In Both Pounds And Kilograms. Standard Capacity -more Or Less 200lbs. Weight 3-5 Lbs. Dimension -10x2.5x5inches ±10% Difference. Warranty At Least 6 Months From Delivery And Installation. Unit 2 160,000.00 3 Biosafety Cabinet Ii A2 Bench Top. Brand New. Product Specifications. External Dimension (not Greater Than 700mm And Not Less Than ±5) : (wxdxh) 700x640x1230 Mm ±5%. Internal Dimension Not Greater Than 600mm And Not Less Than ±5): (wxdxh) 600x500x530 Mm ±5%. Tested Opening: Safety Height 200 Mm (8"). Max Opening: 370 Mm (15"). Inflow Velocity: 0.53 ± 0.0.25 M/s. Downflow Velocity: 0.33 ± 0.0.25 M/s. Hepa Filter: Two, 99.99% Efficiency At 0.3µm, Filter Life Indicator. Front Window: Double Sided Laminated Glass. Noise: _ 67 Db. Uv Lamp: 15w*1; Uv Timer, Uv Life Indicator, Emission Of 253.7 Nm For Most Efficient Decontamination. Led Lamp 8 W*2. Illumination: ≥1000 Lux. Display: Lcd. Control System: Microprocessor. Airflow System: 70% Air Circulation, 30% Air Exhaust. Visual Audio Alarm: Filter Replacement, Window Over Height, Abnormal Air Flow Velocity, High Filter Pressure Alarm. Material: Work Zone (stainless Steel), Main Body (cold Rolled Steel With Antibacterial). Standard Accessory: Led Lamp *2, Uv Lamp *2, Remote Control, Waterproof Sockets. With Free Baseboard (wxl) 700x750 Mm To Support Machine. Warranty At Least 2 Years From Delivery And Installation. Unit 1 250,000.00 4 Bis (digital Bispectral Index Bis Monitoring System). Brand New. Product Specifications: Measurement Range: 1.1-33.3 Mmol/l. Type: Digital. The Monitoring System With 3.5 Software — A Full-featured, Anesthetic Depth Monitoring Solution. Features: • Density Spectral Array (dsa) With Visual Display Of Eeg Bands • Spectral Edge Frequency (sef) • Median Frequency (mf)1–34–6,10,12 • Suppression Time (st) • Suppression Ratio (sr). Warranty -at Least 1 Year From Delivery And Installation. Unit 1 250,000.00 5 Chemistry Analyzer (bench Top Automated). Brand New. Product Specifications: System Function: Automatic, Discrete, Random Access, Bench-top, Stat Sample Priority. Light Source: Must Be Led Lamp With Hard Coating Filter (must Provide Copy Of User Manual Of Analyzer With Machine Specifications To Confirm Light Source As Proof). Ceramic Piston Pump. 7 Step Washing Station With Overflow Sensor. Throughput: ≥200 Tests/hour. Measuring Principles: Colorimetry, Turbidimetry, Ise Method. Open System Reagent. Reagent/sample Tray: 88 (44 Bottles Of 20 Ml, 60ml, Or Sample Tubes) With In Board Refrigeration (6-11 Degree Celsius). Reagent Volume: 1--300ul. Sample Volume: 2-40ul. Reagent/sample Probe: Liquid Level Detection, Vertical Collision Protection And Inventory Checking, Reagent Pre-warming, With Clot Detector. 120 Reaction Wells (well Material Uv Methacrylate), With Pediatric Well. Probe Cleaning: Automatic Washing For Interior And Exterior. Internal Bar Code Reader. Capable To Communicate With Lis In Bi-directional Mode. Ise Module: Measuring K+, Na+, Cl. Wavelength: 8 Wavelengths, 340nm, 405nm, 450nm, 510nm,546nm, 578nm, 630nm, 670nm. With 1 Laptop (with 1 Tb Storage Capacity At Least 8 Gb Ram, Core I5 Or Up Processor), Ups With Avr (1.5 Kva), With 1 Wireless (bluetooth Enabled) Multifunction (scanner, Photocopy) Continuous Colored Inkjet Printer. With 3 Mechanical Pipettors: 1 (100 - 1000 Ul), 1 (fixed 500 Ul), 1 (10 - 100 Ul). With Washing Solution, Extra Cuvettes, Reagent Bottles For Start-up Use. Warranty: With Free Maintenance, Parts Replacement, Service, And Calibration With Certificate For 3 Years. Unit 1 2,900,115.60 6 Clinical Centrifuge. Brand New. Product Specifications: 24 Placer, Carbonless, 1000-4100 Rpm, 16x15 Ml Rotor, 1-99 Minutes Timer Set Range, Single Lid, Digital Display, Brushless Induction Motor, With 2 Years Warranty, With Certificate Of Calibration And Yearly Calibration For 2 Years. Unit 1 150,005.00 7 Et-co2 Monitor (etco2 Capnography Patient Monitor). Brand New. Product Specifications. 1) Adopting High-definition 12 To 15-inch Full Touch Screen Design, Easy And Quick Operation, Simple And Generous Appearance. 2) Independent Physiological And Technical Multiple Alarm Lights, So That The Medical Staff Can Quickly Understand The Patient's Condition. 3) The Luminous Start Button Is Convenient For Night Operation. 4) Modular Design: The Modules Can Be Configured And Combined Flexibly And Conveniently, And Can Be Expanded And Upgraded At Any Time To Meet The Monitoring Requirements Of Different Clinical Departments For Different Parameters. 5) Support Dynamic Hot-swappable Parameter Module, No Need To Restart The Monitor, Plug And Play, And Change The Monitoring Parameters According To Clinical Needs At Any Time. 6) Using A High-performance Processor Platform, Information Processing Is Stable, Reliable And Fast. 7) It Can Quickly Enter Patient Information, Quickly Switch Between Adult, Pediatric, And Neonatal Patient Types To Meet The Needs Of Different Departments. 8) Abundant Analysis Software Functions: 23 Kinds Of Arrhythmia And St Segment Analysis In All Leads, With Pacing Analysis Function; With Drug Concentration, Titration Table, Hemodynamics, Ventilation Calculation, Oxygenation Calculation, Renal Function Calculation, Etc. Calculation Function. 9) With Waveform Freezing Function, Holographic Waveform Storage And Review Function; 10) With Power-off Storage Function, And Optional Built-in Memory Card To Achieve Large-capacity Data Storage. 11) With High-definition Hdmi Extended Display Interface, An External Display Screen Can Be Connected According To Clinical Needs. 12) Built-in Large-capacity Removable Rechargeable Lithium Battery To Ensure Uninterrupted Monitoring. 13) Adopting Fan Less Design, No Noise, Low Power Consumption Operation, Allowing Patients To Rest Quietly 14) Optional 3-channel Built-in Recorder To Print Real-time Data Waveforms. 15) It Supports Wifi/wired Connection To The Company's Central Monitoring System, And Real-time Transmission Of Patient Monitoring Information To The Monitoring Central System. 16) Standby Mode, Suitable For Icu Applications, To Avoid Affecting The Patient's Rest, One-key Switching, Reducing The Workload Of Medical Staff. Warranty -at Least 6 Months From Delivery And Installation. 17) Compatible With Agency’s Available Anesthesia Machine Mindray, Aeonmed, Dragger And Superstar. Unit 2 150,000.00 8 Infusion Pump -tci (target Controlled Infusion) Pump . Brand New. Product Specifications> Syringe Size: 60 Ml. Infusion Mode: Time Mode. Weight: 1.5 To 2 Kg. Voltage: 240v. Frequency: 50 Hz. Series: N Series. Dimensions: 540-550 X 320-330 X 230-240mm (w X D X H). Designed For Anesthesia Use. Warranty -at Least 1 Year From Delivery And Installation. Unit 2 400,000.00 9 Infusion Pump. Brand New. Product Specifications. Intravenous. Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h, Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min With Optional Drip Sensor, Creen: 2.7 Inches B/w Lcd, Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Warranty -at Least 1 Year From Delivery And Installation. Unit 11 896,995.00 10 Microscope. Brand New. Product Specifications: Optical System: Infinity Optical System. Illumination System. Built-in Transmitted Illumination System. Köhler Illumination (fixed Field Diaphragm). Led Power Consumption 2.4 W (nominal Value), Pre-centered. Focusing: *stage Height Movement (coarse Movement Stroke: 15 Mm), * Stroke Per Rotation For Coarse Adjustment Knob: 36.8 Mm, Focusing Stopper, * Torque Adjustment For Coarse Adjustment Knob, *fine Focus Knob (minimum Adjustment Gradations: 2.5 Μm). Revolving Nosepiece Fixed Quadruple Nosepiece With Inward Tilt. Stage: *wire Movement Mechanical Fixed Stage, (w × D): 211 Mm × 154 Mm ±5%, *traveling Range (x × Y): 76 Mm × 52 Mm ±5%, *single Specimen Holder (optional: Double Specimen Holder, Sheet Holder), *specimen Position Scale, *stage Xy Movement Stopper. Observation Tube: Type (anti-fungal). *30° Inclined Trinocular Tube (anti-fungal): · Light Path Selector: Eyepiece/camera Port = 100/0 Or 0/100, · Interpupillary Distance Adjusting Range: 48-75 Mm, · Eyepoint Adjustment: 375.0-427.9 Mm. Condenser: · Abbe Condenser Na 1.25 With Oil Immersion, · Built-in Aperture Iris Diaphragm Eyepieces (anti-fungal) · 10x Field Number (fn): 20, · 15x Field Number (fn): 16 (optional). Observation Methods Brightfield, Darkfield. Free Maintenance, Parts Replacement And Service For 2 Years Unit 1 150,000.00 11 Microscope With Camera Port For Digital Imaging. Brand New. Product Specifications: Biological Microscopes With A Camera Port For Digital Imaging. Built-in Transmitted Illumination System, Köhler Illumination (fixed Field Diaphragm), Led Power Consumption 2.4 W (nominal Value), Pre-centered. Optical System: Uis2 (universal Infinity-corrected) Optical System. Focusing: Stage Height Movement (coarse Movement Stroke: 15 Mm). Stroke Per Rotation For Coarse Adjustment Knob: 36.8 Mm. Focusing Stopper. Torque Adjustment For Coarse Adjustment Knob. Fine Focus Knob (minimum Adjustment Gradations: 2.5 Μm). Revolving Nosepiece: Fixed Quintuple Nosepiece With Inward Tilt. Stage: Wire Movement Mechanical Fixed Stage, (w × D): 211 Mm × 154 Mm ±5%. Traveling Range (x × Y): 76 Mm × 52 Mm ±5%. Single Specimen Holder (optional: Double Specimen Holder, Sheet Holder). Specimen Position Scale. Stage Xy Movement Stopper. Condenser: · Abbe Condenser Na 1.25 With Oil Immersion. Universal Condenser With 7 Turret Positions: Bf (4􀈂100x), 2x, Df, Ph1, Ph2, Ph3, Fl. Condenser Turret Lock Pin (bf Only). Built-in Aperture Iris Diaphragm. As Lock Pin. Observation Methods Bright Field, Simple Polarization, Fluorescence, Phase Contrast, Darkfield. Fluorescence Light Source Easily Add An Led Reflected Fluorescence Illuminator (peak Excitation Wavelength 470 Nm: B Excitation Only), Pre-centered. Observation Tube: Type (anti-fungal). Eyepiece (antifungal):10x. Field Number (fn):20. Tube Inclination:30°. Light Path Selector: None. Interpupillary Distance Adjusting Range: 48 - 75 Mm Free Maintenance, Parts Replacement, And Service For 2 Years. With Manufacturer’s Iso Certification For Quality Assurance . Unit 1 250,000.00 12 Minor Set. Brand New. Product Specifications: Included In The List Are:5 Mosquito Clamp, 4 St. Clamp, 2 Allis Forcep, 1 Adson With Teeth, 1 Adson Without Teeth, 1 Pick Up Forcep With Teeth, 1 Pick Up Forcep Without Teeth, Needle Holder Small 1, Needle Holder Medium 2, Medicine Cup, Small Kidney Basin, Senns Retractor 1 Pair, Army Navy 1 Pair. Steel Metal Box Casing With Perforated Strainer Case. Warranty At Least 1 Year From Delivery And Installation Set 3 480,000.00 13 Ultrasonic Wound Debridement System. Brand New. Product Description: The Wound Clean System Is An Efficient And Painless Wound Cleaning Treatment Product. It Is Suitable For People Who Need Wound Treatment. This Product Is Mainly Composed Of A Treatment Main Unit, Control System, Liquid Line, Treatment Hand Pieces (including Debridement Hand Piece And Flushing Hand Piece), Foot Switch, Storage Canister, Etc. This Product Can Perform Wound Treatment In Hospitals, Clinics And Other Medical Institutions. It Is Suitable For The Treatment Of Contaminated And Infected Wounds That Can Be Directly Touched, Such As Trauma, Surgical Wound, Infected Wound, Burn Wound, Purulent Wound, Soft Tissue Trauma, Etc. It Also Suits For Chronic Healing Wounds Such As Diabetic Wounds, Pressure Sores, And Traumatic Ulcers Technical Specifications: Device Classification -class Ii. Modes Of Operation -ultrasonic Debridement/flushing. Interface At Least 10-inch Color Lcd Touch Screen. Foot Switch -yes. Storage Basket -yes. Power Cord -hospital Grade Plug. Ultrasonic Debridement. Output Power Of Main Unit -15khz~45khz. Work Frequency -25±1khz. Automatic Frequency Scanning Time -≤5s. Maximum Flow -≥100ml/min. Flow Setting -5 Degrees. Output Power Of Ultrasonic <50w. Power Setting 3 Degrees. Temp Of Debridement Liquid ≤10℃. Ultrasonic Debridement Head Amplitude Range -30um~100um. Flushing: Flushing Flow Range -400ml~700ml/min. Pulse Flushing Pressure ≤0.6±0.05mpa. Controller Dimensions Plus Minus 5% : Height: 45cm, Width: 38.6cm, Depth: 35cm, Controller Weight ~10kg. Power Supply -110-220 Vac,50/60 Hz. Noise Max. -60db. Operating Conditions Temperature: 5°c To 40°c. Relative Humidity: 75% Maximum, Non-condensing. Atmospheric Pressure: 750 Mbar To 1060 Mbar. Transport & Storage Conditions -20°c (-4°f) To 55° C C18131°f).c18. Includes The Following Items: Probe: Cylindrical Probe 1, Hoof Probe 1, Double Ball Probe 1, Spatula Probe 1. Operation Functions: 1. Ultrasonic Wound Debridement, 2. High Pressure Debridement. Warranty -at Least 1 Year From Delivery And Installation. Unit 1 950,000.00 14 Ultrasound Machine. Brand New. Product Specifications: Technical Specification: Standard Features: -up To 25mhz High Frequency In System Platform, Up To 22mhz Probes Are Supported, -rf Platform And Rf Data Processing (raw Data Processing). Up To 600s(10 Mins.) Cine Storage.1 Tb Hdd +256g Ssd. Multiple Language Support Including English Including Control Panel And User Manual. Ergonomics: 20 To 22-inch High Resolution Flat Panel Display, Up To 30cm Up/down Operation Panel, Electrically Controlled, Control Panel Height, Swivel ± 90 Degree, Integrated Foot Switch For Configurable Function, 4+1 Transducer/probe Ports. 5 Removable Transducer Holders +1 Transvaginal Probe. Holder: Integrated Gel Warmer/bottle Holder, Touch Screen Alphabetic And Integrated Keyboard. Keyboards: -14 To 17-inch Led Touch Screen Panel, 8 Tgc And Lgc Slides, Functions At Any Depth, ±90 Degrees Swivel. Backlight Keys, Independent Rotation And Up/down Adjustments. Image Display Screen: 18 To 22-inch High Resolution Led Technology, Pixel Resolution- 1900-1950x1000-1100. Brightness, Contrast And Color. Rotate Or Erase On Projected 3d/4d Image On Touch Screen. System Boot Up. 25-35 Seconds Fast Boot Up And 8-15 Seconds Shut Down. Electrical Power: 240v, Frequency- 50/60hz. Speckle, Auto Optimization, Pwd, Read Zoom, Cfi Function, Pdi, Cf Function, Cf Velocity Profile, Advance Cfi, 8/color Steer. Image Clipboard, V Tissue, Easy Compare, Duplex/triplex, 2d Color/pw, Cwd, Full Screen, T View, P View, Multi Angle M Mode, Curve M Mode, Color M Mode, B+cf Simultaneously, Tdi, Tvi, Tvm, Auto Imt, Auto Ef, Auto Ob, Auto Bladder, Elastic Imaging, Lgc, Cw, Pw, Ecg. Tutorials, Stress Echo, Auto Follicle, Hsg, Zoom, Flow, Scaring Imaging, Msk Package, Remote Exam, Customize Workflow, High Quality 3d, 4d Imaging, Smart Touch 3/4d Operation, Tomographic Display, Dicom Export And Storage, Printer, Worklist, Lan, Network Storage And Printing, Patient Database, Quick Store, Auto Trace In Pw, Vascular Calculations, Cardiac Calculations, Urological And Renal Calculations, Shear Wave Imaging, Free 3d, Needle Enhancement, Auto Measurement Of Arterial Stiffness, Bluetooth Adapter, Hdmi Port Adapter, 1 Tb +256g Ssd, User Manual In English. Special Feature/support: For Thyroid Imaging: Specific Thyroid Measurement Package, Multi Stage Ultra High Density Technology For Higher Image Range Resolution, Trapezoid Efov (extended Field Of View) For Full Showing Of Thyroid. N-focus (spatial Global Focusing Technology) For Higher Resolution. High Resolution Blood Flow And R-flow (3d Blood Flow) For Better Display Of Blood Flow. Si-elasto (strain Elastography). Optional S-1 Thyroid 9real Time Thyroid Analysis, Optional Ai Technology Will Show Cyst. Abnormal Tissue, Tumor Analysis And Level Automatically. For Peripheral Vascular Imaging -s-icall (intelligent One Click Cruise Vascular Application, One Touch B/c/p. W/cw/pw Angle Auto Correction, Auto Trace, Auto Calculation All Finished. Real Time Panoramic Imaging On Both B Mode And C Mode. Hi-flow (high Resolution Blood Flow) And R-flow (3d Blood Flow). Smart Doppler (find Blood Vessel Automatically With Angle And Auto Correction). Auto Imt. Lan Sri (speckle Reduction Imaging, 8 Levels). Multiple Spatial Compound Imaging Up To 11 Lines. Biopsy Enhancement (in Plane/out Plane Biopsy Guideline). Dual Mode: Real Time Comparison, Triplex Mode. Accessories: Ups - 1 Unit, Printer -1 Unit. Integrated Electro Magnetic Harmonizer Installed In Main Unit. Warranty: -12 Months Warranty On Parts And Accessories, -24 Months Warranty On Labor And Services Under Normal Use And Conditions. After Sales: -lifetime Commitment For The Availability Of The Services And Equipment Parts After The Warranty Period With Negotiable Fees, -provide Company Response Within 24-48 Hours In Case Of Technical Problems Or Equipment Breakdown, -parts Availability Within 1 Week. Preventive Maintenance: -quarterly Preventive Maintenance And Services During Warranty Period Which Is 24 Months. Training And Seminar: Training And Seminar At Least Seven (7) Days Will Be Provided For Free Among The End Users And Maintenance Personnel. Certifications: - Training Certificate Of End Users. Warranty -at Least 3 Years From Delivery And Installation. Unit 1 7,000,000.00 15 Upper/lower Limbs Double Pulley Trainer. Brand New. Product Specifications: Dimension At Length 270-300mm X Width 240-260mm X Height 2100-2250mm. Net Weight At 60-70kgs. Features: Accurate Strength Setting. Exercise With In The Space Of Two Square Meters. Two Smooth Pulley Can Load The Weights. Quiet Operation During Usage. Clear Audio Feedback Of Strength, Frequency, And Time Information On Monitor. With 0.5 Increments Weight Stack Plate, And Optional Weight From 1.0 Kgt To 10 Kgs. Optional Pull Distance From: Single-10-200cms (5cms. Increment), Double-5-100cms (5cms Increment). Height Adjustment 30-180 At Least (32 Segments). Warranty At Least 1 Year From Delivery And Installation. Unit 1 260,000.00 Total 15,947,115.60 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents May 21, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of June 10, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference May 29, 2024 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids June 10, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of June 10, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Noriel H. Gumban/jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Closing Date17 Apr 2025
Tender AmountRefer Documents 
Details: This Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) this Is Not A Request For Proposal. This Is A Request For Sf 330s Architect- Engineer Qualification Packages Only. Public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract. at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation) General Information: The Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project #565-25-152, Replace Fire Pump Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301. the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Https://veterans.certify.sba.gov/ At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73. the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project. point Of Contact: Elaine Belber, Contract Specialist Email: Elaine.belber@va.gov project Information: project No. 565-25-152 project Title: Replace Fire Pump (ae) fayetteville Va Medical Center 2300 Ramsey Street fayetteville, Nc 28301 the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Around August 29, 2025. the Naics Code For The Anticipated Construction Project Is Projected To Be 237110 And Magnitude Of Construction Is Predicted To Be Between $1,000,000 And $2,000,000. The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd). an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. This Will Require Performing Site Investigations Using 3d Scanning, Revit/bim, And Supporting Information. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments. statement Of Task/scope Of Work: i. General Intent: Provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Construction Cost Estimates, Construction Schedule And Provision Of Construction Period Services As Necessary For All Demolition, Modification, Construction, Inspection, Testing And Certification For All Construction Components For Project 565-25-152, Replace Fire Pump. The Construction Budget Is Between $1,000,000 And $2,000,000. the Intent Of This Project Is To Work Under Review Authority Of The Vamc Staff To Design And Prepare A Set Of Complete Construction Documents For All Architectural, Structural, Civil, Mechanical, Plumbing, Electrical, Life Safety And Other Applicable Components Of This Project. ii. Scope Of Work: This Project Will Engage An Architectural Engineering (ae) Firm To Provide A Memorandum Of Agreement, Contract Drawings (concept Drawings Already Completed, See Attachments), Functional Layouts, Specifications, Construction Cost Estimates, Template Construction Schedule, Draft Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel To Determine A Plan For The New Building(s). the Ae Firm Shall Hire A Third-party Commissioning Agent (cxa) To Be Involved From Project Kickoff Through Final Design And Throughout Construction. Ae To Coordinate For The Cxa To Develop The Commissioning Plan And Be Involved Throughout The Design And Construction. demolition/site Work: Demolition Of Utilities As Needed. Clearing Vegetation And Grading As Required. Removal Of Existing And Abandoned Utilities In The Space Is Required. new Work: This Project Will Replace The Existing Main Building Fire Pump To Meet Current Capacity And Code Requirements. The Fire Pump Is Currently In Mechanical Room No. B78, Located In Building No. 1, Basement Floor, A-wing. The New Fire Pump And The Ancillary Equipment Is To Be Located In Building No.56, Which Is In The Vicinity Of Room No. B78 And Would Be More Accessible For Va Maintenance Staff. The Concept Phase Of The Contract Will Involve The A/e Designer First Meeting With Va Staff To Include Facilities Management Services To Go Over Basic Plans And Expectations For The Replacement Of The Fire Pump. the Concept Phase Of The Contract Will Involve The A/e Designer Providing Two To Four (maximum Of Four) Separate Concept Plans For The Area. The Concept Design Will Take Into Consideration All Impacts To Surrounding Areas. Once The Concept Design Is Selected, Construction Documents For All Architectural, Civil, Mechanical, Plumbing, Electrical, And Other Applicable Components Will Be Required. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Findings Must Be Addressed To The Satisfaction Of The Va Cor. The New Area Shall Meet All Va Standards. iii. Materials Provided To Ae After Award: plans: Facility Record Drawings And Autocad Files Are Available For The Ae S Use. Note: Not All Record Drawings Exist In Autocad Format. Additionally, It Is Emphasized That The Accuracy Of Facility Record Or As-built Drawings Will Need To Be Completely Field Verified By The Ae. specifications, Standards, Etc: The Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes: master Construction Specifications (pg-18-1) Design And Construction Procedures (pg-18-3) Standard Details And Cad Standards (pg-18-4) Equipment Guide List (pg-18-5) Space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9) Design Manuals (pg-18-10) Design Guides (pg-18-12) Barrier Free Design Guide (pg-18-13) Room Finishes, Door, And Hardware Schedules (pg-18-14) Minimum Requirements For A/e Submissions (pg-18-15) Environmental Planning Guidance (pg-18-17) National Electric Code Life Safety Codes Government-furnished Record Drawings (ae To Field Verify Conditions) National Fire Protection Underwriters Laboratory Cultural Resource Management Procedures, Handbook 7545 (h-7547) Cultural Resource Management, Directive 7545 (d-7545) Cultural Resource Management Checklist (section 106) iv. Design Requirements: It Is A Recommendation That The A/e Designer Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project Design. general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements. the Project Shall Be Designed With Viable Deductive Alternates Equal To Or Greater Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer). construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts. construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor. meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content. contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cad Requirements Of Sections V And Viii.). specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc. v. Review Requirements And Time Frames concept Design Review one Full Size Arch E Plotted Drawing Set For Each Concept Plus Electronic Pdf Format Copies Of Everything Required. This Shall Be All Two To Four Concepts And Must Include A Construction Cost Estimate Per Concept. Estimate Is Understood To Be A Rough Ballpark Only For Each Major Discipline With Allowable Escalations. each Should Depict An Area Layout With Ancillary Features As Described In The Scope For Outside Areas. design Checklist Review With Va Cor To Cover Concept Submittal And Verify All Follow On Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals. 35% Review: Schematic Contract Drawings, And Specification Sections two (2) Arch E And One (1) Half Size Printed Copies Of Work Completed To Date. Indicate Work Remaining To Be Done And/or Information Yet To Be Incorporated. one Electronic Copy Of Proposed Specification Sections To Date. Indicate Work Remaining To Be Done And/or Information Yet To Be Incorporated. email Autocad Drawings, And Specification Sections. 65% Review: Design Development Dd-1 provide 65% Level Of Efforts For All Disciplines Required. one (1) Arch E (30 X42 ) Copy Of Work Completed To Date. one Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level. 95% Review: Design Development Dd-2 this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements. one (1) Arch E (30 X42 ) Copy. one Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package. this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs. final Submission: Construction Documents (cd): all Drawings And Documents Shall Indicate Issued For Construction. Va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors. One (1) Arch E (30 X42 ) And One (2) Half Size Xerox Copies Of Final Drawings. One (1) Printed Out Set Of Final Indexed And Bound Specifications Double Sided One (1) Printed Copy Of The Final Description Of Work Including Base Bid And All Deduct Alternates. One (1) Printed Copy Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work. One (1) Printed Copy Of The Submittal Register. One (1) Printed Copy Of The Template Construction Schedule. One (1) Printed Copy Of All Design Review Comments And A&e Responses For The Entire Process. Electronically Transferred To Va Pdf, Word And Revit/cadd Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book. vi. Schedule concept Design Submission 21 Calendar Days From Ntp va Concept Design Review 14 Calendar Days From Concept Design Submission 35% Schematic Design Submission 28 Calendar Days From Concept Design Review va 35% Schematic Design Review 14 Calendar Days From 35% Design Submission 65% Design Development Submission 28 Calendar Days From 35% Design Review va 65% Design Development Review 14 Calendar Days From 65% Design Submission 95% Design Development Submission 28 Calendar Days From 65% Design Review va 95% Design Development Review 14 Calendar Days From 95% Design Submission 100% Final Design Submission 14 Calendar Days From 95% Design Review total Calendar Days From Notice To Proceed To 100% Final Design Submission: 175 Days. procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. during This Timeframe, Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process. construction Period Services: 365 Calendar Days From Construction Award Date total Contract Period: 720 Calendar Days vii. Construction Services (starts Once Construction Notice To Proceed Is Issued) preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process. biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 4 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections). construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed. submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals. weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting. project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track Inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal. project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur. Release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner. Upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted: 1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats. 1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. 1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. viii. Cad Requirements: drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided. delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer. Naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines. ix. Attachments: Facility Site Plan (including Building Nos. 1 And 56) Mechanical Room B78 Floor Plan (bldg. 1, Basement Floor) note: There Are A Total Of 15 Days For A/e Site Visits For Design And Construction Period Services. (end Statement Of Work) a-e Selection Process: the Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance: specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Electrical And Plumbing Work. specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design To Replace A Fire Pump Or Types Of Similar Projects. Experience With Operating A Fire Pump. Coordination Of Disciplines/subcontractors Other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is De-fined As Services Provided Within The Past 5 (five) Years. Familiarity With Va Design Guides/manuals And Master Specifications professional Qualifications Necessary For Satisfactory Performance Of Required Services Showing Recent Experience With Projects In A Medical Facility And Similar Projects With The Same Complexity As The Project Above. At A Minimum, The Offeror Shall Describe The Professional Qualifications And Not Less Than Five (5) Years Of Experience In Disciplines Required For This Project, But Not Limited To. Project Management Architectural Structural Plumbing Electrical Mechanical Cost Estimation experience In Construction Period Services (cps) Professional Field Inspections During Construction Review Of Construction Documents Support In Answering Requests For Information During The Construction Period Support Of Construction Contract Changes To Include Drafting Statement And Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Production Of As-built Documentation past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance. Past Performance As It Relates To Cost Control, Quality Of Work, And Compliance With Performance Schedules. Submit Past Performance Evaluations For Each Project Provided Under Criterion 1, "specialized Experience And Technical Competence." The Following Evaluations Are Acceptable: Contractor Performance Assessment Report System (cpars), Or Past Performance Questionnaire (ppq) Evaluation (if No Cpars Data Is Available. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance-related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. capacity To Accomplish The Work In The Required Time. Ability To Meet The Schedule Of The Overall Project. Provide The Available Capacity Of Required Disciplines By Providing Current Project Workload Including Sub-consultants, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. List Current Projects With A Design Fee Of Greater Than $200,000 Being Designed. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. Volume Of Va Contract Awards In The Last 12 Months. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. knowledge Of Locality. Specific Knowledge Of Certain Local Conditions Or Project Site Features Specific Knowledge Of Working With And Local Construction Methods Or Local Laws And Regulations Specific Knowledge Of Climatic Conditions If Evaluations Of Sf330 S Result In The Same Rating, Proximity To The Facility Will Be Used As A Tiebreaker. The Distance Will Be Determined According To Http://maps.google.com/. For Firms That Have Multiple/regional Offices, The Location Of The Primary Project Team Will Be Used To Calculate The Distance And Should Be Provided In The Sf330 submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G. Each Resume Shall Include A Minimum Of Two (2) Specific Completed Projects Through Construction. Firm Shall Provide A Table Of A Minimum Of 3 Comparable Projects Comparing Their Estimate With The Bid/award Amount During Construction. the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.: selection Criteria specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Electrical And Plumbing Work. Submissions Shall Include No More Or Less Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. Professional Qualifications Necessary For Satisfactory Performance Of Required Services Showing Recent Experience With Projects In A Medical Facility And Similar Projects With The Same Complexity As The Project Above. Experience In Construction Period Services (cps). Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance. Capacity To Accomplish The Work In The Required Time. The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors Knowledge Of Locality please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations: 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. submission Criteria/requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 11:00 A.m. Eastern Daylight Time On Thursday, April 17, 2025. interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer. size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission 36c24625r0027 Replace Fire Pump, Project 565-25-152 (1 Of N, 2 Of N, Etc.). all Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay). Interested Firms Are Responsible For Ensuring Delivery Of Submission. all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document: 1) Cage Code 2) Sam Unique Entry Id Number (uei) 3) Tax Id Number 4) The E-mail Address And Phone Number Of The Primary Point Of Contact 5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.). 6) References Noted In Selection Criteria 4 the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings. each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75. electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. Vendor Questions: All Questions Shall Be Submitted To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Wednesday, March 26, 2025.

Province Of Cavite Tender

Electronics Equipment...+2Telecommunication Services, Electrical and Electronics
Philippines
Closing Date25 Mar 2025
Tender AmountPHP 2.2 Million (USD 38.8 K)
Details: Description 1. 20 Pcs. 5w Two Way Radio Walkie Talkie Specifications: Ultra Clear Sound Quality High Capacity Lithium-ion Battery 16 Channel Super Receive Strong Anti-interference The Cable Copy Signal Prompt High Quality Compact And Portable Design Lightweight And Easy To Carry Scanning Sound Dustproof Unit Cost: Php 523.00 Warranty: One (1) Year 2. 50 Pcs. Atx Casing With 550w Psu Specifications: Motherboard Support Atx, Micro-atx, Itx Cpu Cooler Max Height ≤ 155 Mm Gpu Max Length ≤ 300 Mm (with Front Fan) ≤ 325 Mm(without Front Fan) 2.5" 2 3.5”/2.5” Drive Mounts 2/3 (with Hdd Cage) 2/2 (without Hdd Cage)≤ 210 Mm Power Supply Max Length ≤ 165 Mm (with Hdd) ≤ 325 Mm (without Hdd) Unit Cost: Php 3,770.00 Warranty: One (1) Year 3. 26 Pcs. Cable Tie (black) Specifications: (black) 10 Cm 100pcs Unit Cost: Php 99.00 4. 20 Pcs. Clamps Zip Tie Mount Wire Specifications: 100pcs Self-adhesive Fixing Seat Clamps Zip Tie Mount Wire Wall Holder 2cm X 2cm Cable Tie Base Unit Cost: Php 75.00 5. 10 Pcs. Contact Cleaner 400ml Specifications: Cleans Precision Electronic Parts Degreases Removes Dirt & Flux Improves Electrical Conductivity Fast Drying Safe On Most Surfaces Low Toxicity Cfc Free Hcfc Free Non-flammable Propellant Unit Cost: Php 590.00 6. 5 Pcs. Dvi 18+ To Hdmi Cable Specifications: Dvi-d To Hdmi Cable Is Bi-directional And So Will Allow A Dvi-d Source To Connect To An Hdmi Tv Or From An Hdmi Source To A Dvi-d Equipped Display. The Dvi Plug Will Plug Into A Dvi-d Or Dvi-i Socket (not Dvi-a But That's Quite Rare). Hdmi Is Digital Only. Dvi Can Be Digital Or Analogue. This Cable Will Connect The Digital Of The Dvi To The Digital Hdmi. Unit Cost: Php 140.00 7. 5 Pcs. Digital Multimeter, Portable 6000 Counts Auto Specifications: This Digital Multimeter Is Designed To Offer Users Better Performance And A Higher Safety Rating. Do Not Input Voltage Exceeding 36v Or 25v Ac When You Are At The Measuring Current Setting. Features: 6000 Counts & Multi-function: Can Display 6000 Counts And Measure Ac/dc Voltage, Ac/dc Current, Resistance, Capacitance, Frequency, Duty Cycle, Diode, Continuity Testing And Temperature. Portable Design: There Is A Back Bracket For Supporting The Multimeter, And Also Can Collect Test Probe For Your Convenience. Wide Range Of Applications: It’s Perfect Home Tools For The Laboratory, Factories,radio Enthusiasts. Easy To Use & Clear To Read: Convenient To Use And Read In A Dark Environment. Auto Power Off:15 Minutes After The Rotary Switch Is Opened, The Meter Automatically Enters The Sleep State To Reduce Energy Consumption. Specification Number:zt102 Material: Abs Color: Gray&blue Sample Rate: 3 Times Per Second Display:6000 Counts Auto Range: Yes Ture Rms:yes Date Hold: Yes Low Voltage Indication: Yes Auto Power Off Unit Cost: Php 754.00 Warranty: One (1) Year 8. 16 Pcs. Docking Station Dual-bay Hard Drive 2.5/3.5 Specifications: Material: Abs Material Output: Usb3.0 Type-b Hdd Supported: 2.5/3.5 Inch Hdd And Ssd Data Cable: 1m Capacity: 8tb Power Supply: 12v2a Supported System: Windows / Mac / Linux Data Cable: 1m Dimension: 142*74.5*57.5mm Unit Cost: Php 985.00 Warranty: One (1) Year 9. 10 Pcs. Fingerprint Scanner Specifications: Pixel Resolution: 500dpi (native),1000dpi (interpolated) Scan Capture Area: 12.8 Mm X 16.5 Mm 8-bit Grayscale (256 Gray Levels) Reader Size (approximate): 72 Mm X 39 Mm X 21.7 Mm Ip64 Rated Usb 2.0 (high Speed) Unit Cost: Php 6,496.00 Warranty: One (1) Year 10. 2 Pcs. Fish Tape Reel Wire Cable Puller 50m Specifications: 3mm 10-50m Yellow Cable Puller Fish Shaped Tape Reel Glass Fiber Trilobal Wire Through Wall Wire Metal Wall Unit Cost: Php 760.00 11. 5 Pcs. Rtxtm 3050 6gb 1click Oc Ex Gddr6 * Specifications: Cuda Cores 2304 Boost Clock 1470 Mhz 1-click Oc Clock 1485 Mhz (via Xtreme Tuner Plus Software) Memory Specs Memory Speed 14 Gbps Standard Memory Config 6 Gb Memory Interface Width 96-bit Gddr6 Memory Bandwidth 168 Gb/sec Feature Support Pci-e 4.0 Os Support Windows 10/11 64-bit Fan Feature Number Of Fans 2 X 92mm Fan Stop At Idle Yes (all Fans) Display Support Displayport 1.4a Hdmi 2.1 Dvi-d Yes Dimensions With Bracket 224 X 133 X 44 Mm Without Bracket 209 X 118 X 41.5 Mm Unit Cost: Php 13,340.00 Warranty: One (1) Year * Or Its Equivalent 12. 11 Pcs. Hdmi 3mtrs Specifications: 8k Hdmi Cable Application:computer, Hdtv, Home Theater, Multimedia, Monitor, Projector Connector Type: Hdtv Conductor: Bare Copper, Gold Plated Length: 1m/3m/5m Resolution: 8k@60hz Material: Pvc + Pure Copper Unit Cost: Php 155.00 13. 2 Pcs. Hdmi 4k 60m Extender Wireless Specifications: 60 Meters Long Distance Hdmi & Vga-receiver 5ghz Wireless Transmission Wide Compatibility Hdmi Port Transmitter For: Laptop, Desktop, Ps5/4, Switch... Hdmi & Vga Port Receiver For: Projector, Monitor, Tv.. Point-to-point Connection One Transmitter To One Receiver, More Accurate And Smooth Transmission, More Convenient To Use 50 Meters Long Distance Transmission With 2 External High-performance Antennas Ensure Stable And Low-latency Transmission Over A Distance Of 60 Meters, Making It Easier For You To Work Or Teach At A Distance 5ghz Wireless Transmission Adopt 5g Transmission Protocol, Signal Enhancement, More Smooth And Stable In The Process Of Video Screen Projection And Screen Projection, Say Goodbye To Problems Such As Freeze, Delay, Screen Splash, Etc Multi-interface Design Hdmi & Vga Dual Video Interface 3.5mm Audio Interface, Support External Audio Devices 2 Display Modes Available Mirror Mode: Show The Same Pictures On A Big Screen Extended Mode: Show Different Pictures, Working & Entertainment At The Same Time Unit Cost: Php 6,048.00 Warranty: One (1) Year 14. 16 Pcs. Internal Desktop Hard Disk Drive 1tb Sata 3.5 Specifications: Interface Sata 6gb/s Sata Transfer Rates Supported (gb/s) 6.0/3.0/1.5 Max Sustained Data Rate, Od Read (mb/s) 210mb/s Cache, Multisequence (mb) 64mb Rotational Speed (rpm) 7200rpm Recording Technology Cmr Unit Cost: Php 3,364.00 Warranty: One (1) Year 15. 30 Pcs. Keyboard/ Mouse Combo (wired) Usb Specifications: Keyboard Kk-3 Keycaps Traditional Hotkeys 12 Fn Multimedia Hotkeys Character Laser Engraving Splash Proof Yes Adjustable Keyboard Legs Yes Rating 5 V / 100 Ma Cable Length 150 Cm Hardware Connectivity Usb Illuminated No Mouseop-330 / Op-330s Type Wired Ergonomic Design Symmetric Sensor Optical Resolution 1200 Dpi Buttons No 3 Port Usb Cable Length 150 Cm System Requirements Windows 7 / 8 / 8.1 / 10 Unit Cost: Php 696.00 Warranty: One (1) Year 16. 30 Pcs. Keyboard (wired) Usb Specifications: Keyboard Krs-83 Keycaps A-shape, Round Edge Hotkeys 12 Fn Multimedia Hotkeys Character Laser Engraving Splash Proof Yes Adjustable Keyboard Legs Yes Rating 5 V / 30 Ma Dimension449 × 150 × 23 Mm Weight 510 G Cable Length 150 Cm Hardware Connectivity Usb Illuminated No System Requirements Windows Xp / Vista / 7 / 8 / 8.1 / 10 Unit Cost: Php 472.00 Warranty: One (1) Year 17. 5 Pcs. Lan Network Lcd Phone Telephone Wire Tracker Specifications: 1. Three Scan Modes: Normal Mode, Poe Mode, High Power Mode. 2. Testing Open, Short, Cross, And Split Pair For Rj11 Rj45 Bnc Cable. 3. Using Tdr Theory To Measure Cable Length And Provide Distance Of The Fault Information. 4. Measuring The Length Of Network Cables, Telephone Cables, Bnc Coaxial Cables, And Other Multi-core Cables (such As Power Cables, Power Cables, Etc.) 5. Port Blink Function: Port Blink For Locating Network Port By The Flashing Port Light On Hub/switch. 6. Scan Function: Finding The Targeted Cable Among Unknown Cables Also Roughly Locate Short Position By Tone. 7. Ping Function: To Test Network Performance, Data Packet, Min &max Time. 8. Poe Function: To Identify Which Pins Are Providing Power And Also Detect How Much Voltage. 9. Carry Out Crosstalk Test On The Network Cable To Solve The Potential Failure Of Slow Internet Access. 10. Receiver Can Also Be Used To Detect Ac Voltage Presence. 11. Tf Card Function: Import And Export Data From Computer(50 Sets Txt Format) 12. Lighting Function, Convenient To Work In Dark Environment. 13. Rechargeable Lithium Battery For Long-time Work. Adjustable Auto-off Time. 14. Set Function: Set Up Backlight/ Backlight Time/ Auto-off Time/ Export Record/ Delete Record/ System Information(version No.) Etc. Unit Cost: Php 6,610.00 Warranty: One (1) Year 18. 16 Pcs. M.2 Pcle Nvme Sata Ssd Hard Disk Enclosure With Rubber Cover Specifications: 10gbps Usb C 3.2 Gen2, Thunderbolt 3 Compatible, Nvme Ssd Enclosure Supports M And B&m Keys 2280/2230/ 2242/2260 Ssds Unit Cost: Php 1,218.00 Warranty: One (1) Year 19. 16 Pcs. Memmory Ddr4 16gb 3200 Mhz With Heatsink Specifications: Internal Memory: 16gb Internal Memory Type: Ddr4 Clock Memory Speed: 3200 Mhz Component For: Pc / Server Memory Factor Form: 288-pin Dimm Memory Design (modules X Size): 1 X 4 Gb Cas Latency: 15 Memory Voltage: 1.2 V Lead Plate: Gold Module Configuration: 512m X 64 Row Cycle Time: 45 Ns Row Cycle Update Time: 260 Ns Active Time In Line: 29,125 Ns Spd Profile: Yes Intel® Extreme Memory Profile (xmp): Yes Memory Type: Pc-19200 Memory Without Buffer: Yes Compatible Chipset: Intel X99 Memory Rating: 1 Unit Cost: Php 2,088.00 Warranty: One (1) Year 20. 47 Pcs. Memmory Ddr4 8gb 3200 Mhz With Heatsink Specifications: Internal Memory: 8gb Internal Memory Type: Ddr4 Clock Memory Speed: 3200 Mhz Component For: Pc / Server Memory Factor Form: 288-pin Dimm Memory Design (modules X Size): 1 X 4 Gb Cas Latency: 15 Memory Voltage: 1.2 V Lead Plate: Gold Module Configuration: 512m X 64 Row Cycle Time: 45 Ns Row Cycle Update Time: 260 Ns Active Time In Line: 29,125 Ns Spd Profile: Yes Intel® Extreme Memory Profile (xmp): Yes Memory Type: Pc-19200 Memory Without Buffer: Yes Compatible Chipset: Intel X99 Memory Rating: 1 Unit Cost: Php 1,276.00 Warranty: One (1) Year 21. 50 Pcs. Monitor 1080p 70hz 24"~24 Ips Panel Hdmi Vga Specifications: Screen Size (class) 24 Flat / Curved Flat Active Display Size (hxv) (mm) 527.04 X 296.46 Aspect Ratio 16:9 Panel Type Ips Brightness (typical) 250 Cd/㎡ Brightness (min) 200 Cd/㎡ Contrast Ratio Static 1000:1 (typical) Resolution 1,920 X 1,080 Response Time 4 (gtg) Viewing Angle (h/v) 178°/178° Colour Support Max 16.7m Colour Gamut (ntsc 1976) 72% (cie 1931) Srgb Coverage 0.95 Refresh Rate Max 100hz Eco Saving Plus Yes Eye Saver Mode Yes Flicker Free Yes Game Mode Yes Image Size Yes Windows Certification Windows 10 Freesync Yes Auto Source Switch Yes Display Port 1 Ea Display Port Version 1.2 Hdcp Version (dp) 1.2 Display Port Out Version No Hdmi 1 Ea Hdmi Version 1.4 Hdcp Version (hdmi) 1.4 Usb Hub Version No Usb-c Charging Power No Temperature 0 ~ 40 ℃ Humidity 10~80, Non-condensing Front Colour Black Rear Colour Black Stand Colour Black Stand Type Simple Tilt -2.0°(±2.0°)~22.0°(±2.0°) Wall Mount 75.0 X 75.0 Recycled Plastic Yes Power Supply Ac100~240v Power Consumption (max) 25w Type External Adaptor Set Dimension With Stand (wxhxd) 539.5 X 422.4 X 253.5 Mm Set Dimension Without Stand (wxhxd) 539.5 X 320.7 X 53.8 Mm Package Dimension (wxhxd) 670.0 X 156.0 X 390.0 Mm Set Weight With Stand 2.9 Kg Set Weight Without Stand 2.5 Kg Package Weight 4.9 Kg Power Cable Length 1.5 M Hdmi Cable Yes Unit Cost: Php 6,380.00 Warranty: One (1) Year 22. 45 Pcs. Motherboard H610m-h/v3 Specifications: Socket Lga1700 Cpu Support 14th, 13th, And 12th Generation Intel® Core™, Pentium® Gold, And Celeron® Processors Chipset Intel® H610 Express Chipset Memory Ddr4 3200/3000/2933/2666/2400/2133 Mt/s Max Memory 64 Gb (32 Gb Single Dimm Capacity) Memory Channels Dual Channel Graphics Intel® Hd Graphics Video Outputs 1 X D-sub Port (1920x1200@60 Hz), 1 X Hdmi Port (4096x2160@60 Hz) Audio Realtek® Audio Codec, High Definition Audio, 2/4/5.1/7.1-channel Lan Realtek® Gbe Lan Chip (1 Gbps/100 Gbps/10 Mbps) Expansion Slots Cpu: 1 X Pcie 4.0 X16 Slot, Chipset: 1 X Pcie 3.0 X1 Slot Storage 1 X M.2 Connector (socket 3, M Key, Type 2280/2260 Pcie 3.0 X4/x2 Ssd Support), 4 X Sata 6gb/s Connectors Usb Chipset: 4 X Usb 3.2 Gen 1 Ports, 4 X Usb 2.0/1.1 Ports Internal Connectors Various Headers For Power, Fans, M.2, Sata, Usb, Rgb, Audio, Etc. Back Panel Connectors Ps/2 Keyboard/mouse Port, D-sub Port, Hdmi Port, Usb Ports, Rj-45 Port, Audio Jacks I/o Controller Ite® I/o Controller Chip Bios 128 Mbit Flash, Ami Uefi Bios Unique Features Support For App Center, @bios, Easytune, Smart Backup, System Information Viewer, Q-flash Bundled Software Norton® Internet Security (oem Version), Lan Bandwidth Management Software Operating System Windows 11 64-bit, Windows 10 64-bit Form Factor Micro Atx; 22.3cm X 19.3cm Unit Cost: Php 5,278.00 Warranty: One (1) Year 23. 2 Pcs. Otdr Reflectometer 9-function Specifications: 9 Functions In 1 Device 1 Otdr 2 Event Map (similar To Exfo Ilom) 3 Optical Light Source 4 Optical Power Meter 5 Visual Fault Locator 6 Rj45 Ethernet Cable Sequence 7 Ethernet Cable Distance 8 Ethernet Cable Tracker 9 Led Light Cleaning Pen 2.5mm(sc/fc/ste2000) 1.12mm(lc/mu) Unit Cost: Php 12,296.00 Warranty: One (1) Year 24. 16 Pcs. Pass Through Crimping Tool 9 In 1 Specifications: Pass Through Crimping Tool 9 In 1 Pass Through Ethernet Crimper(/rj45/rj12/rj11) × 1pc , Punch Down Tool × 1pc, Stripping Tool × 2pc, Flush Cutter× 1pc; Hook And Loop Cable Management Strap(black) × 1pc; 50u Gold Plating Cat6 Rj45 Plug × 10pc; Rj45 Boots × 10pc; Replaceable Extra Blade For Network Crimper × 2pc; Eva Waterproof, Chemincal Resistant Bag × 1pc Unit Cost: Php 1,288.00 25. 16 Pcs. Plier Set 3pcs Specifications: 1pc 8" Combination Pliers 1pc 6" Long Nose Pliers 1pc 6" Diagonal Cutting Pliers Cr-v, Black Finish Two-component Plastic Handle Packing: Double Blister Unit Cost: Php 893.00 26. 30 Pcs. Power Supply 500watts 80+ Specifications: Dc Output: 500w Power Density: 277w Per Liter Load Range: +3.3v +5v +12v +5vsb -12v (amps): 18a 17a 38a 2.5a 0.3a Peak (amps): (amps): 0a 0a 0a 0a 0a Range (%): ±5% ±5% ±5% ±5% ±10% Line Reg.(%): ±1% ±1% ±1% ±1% ±1% Ripple(mvp-p): 50mv 50mv 120mv 50mv 120mv Combined +3.3v & +5v: 110w Combined +12v: 456w Input Voltage: 180 ~ 264vrms Input Frequency Range: 47hz ~ 63hz Pfc : Active Pfc.(pf>0.9 At Full Load) Efficiency: 82%~85% @ 20% ~ 100% Loading Mtbf: 100,000 Hours Operating Temperature: 0°c ~ 40°c Protection: Over Power Protection Over Voltage Protection Short Circuit Protection Connectors 1 X 24 / 20-pin Motherboard Connector(500mm) 1 X 8 / 4-pin Eps / Atx 12v Connector(750mm) 2 X 8 / 6-pin Pcie Connector("500mm / 150mm") 2 X Sata Connector And 1 X 4-pin Peripheral Connector And 1 X 4-pin Floppy Connector (500mm / 150mm / 150mm / 150mm) 2 X Sata Connector And 2 X 4-pin Peripheral Connector(500mm / 150mm / 150mm / 150mm) Cooling System: Silent 120mm Fan Noise Level : 18 Dba Minimum Dimension: 150 Mm (w) X 86 Mm (h) X 140 Mm (d): 5.91" (w) X 3.39" (h) X 5.51" (d) Weight: 1.31kg Certification: 80 Plus Other: Gpu Support List Compatible With Atx12v V2.4 Features: High Efficiency With 80 Plus Certifications 24/7 Continuous Power Output With 40℃ Operating Temperature Class-leading Single +12v Rail Active Pfc Circuitry Pci-e 8pin And Pci-e 6pin Connector Support Silent Running 120mm Fan With 18dbap Powerful Single +12 Rail Design, Perfect For The Future High-end Component Upgrades Or Overclocking Unit Cost: Php 2,378.00 Warranty: One (1) Year 27. 16 Pcs. Precision Screwdriver 115 In 1 Screwdriver Set Specifications: 115 In 1 For A Wide Range Of Applications (computer, Smartphone, Laptops, Xbox, Tablets, Camera, Toy) Anti-silp Handle In Silicone Quality And Ergonomic Design. Made Of Chrome Vanadium Steel, Which Are Not Easy To Break And Are Durable. Reasonable Package Design, Easy To Use And Carry. 90 X Bits Unit Cost: Php 288.00 28. 45 Pcs. Processor 4 Cores 8 Threads With Cpu Fan Specifications: Vertical Segment Desktop Processor Number I3-14100 Lithography 7 Use Conditions Pc/client/tablet Cpu Specifications Total Cores 4 # Of Performance-cores 4 # Of Efficient-cores 0 Total Threads 8 Max Turbo Frequency 4.7 Ghz Performance-core Max Turbo Frequency 4.7 Ghz Performance-core Base Frequency 3.5 Ghz Cache 12 Mb Intel® Smart Cache Total L2 Cache 5 Mb Processor Base Power 60 W Maximum Turbo Power 110 W Unit Cost: Php 8,642.00 Warranty: One (1) Year 29. 20 Pcs. Rj45 Pass Through (100pcs/box) Specifications: Rj45 Cat5e Shielded 50 Micron Gold Plating 100pcs Works With Most Rj45 Crimp Tools Used For Computer Networking Unit Cost: Php 290.00 30. 45 Pcs. Solid State Drive 512gb 2.5" Sata Specifications: Capacity 512gb Form Factor 2.5" Nand Flash 34 Nand Dimensions (l X W X H) 100.45 X 69.85 X 7mm / 3.95 X 2.75 X 0.27inch Weight 59.5g / 2.1oz Interface Sata 6gb/s Sequential Read (max*) Up To 520mb/s Sequential Write (max*) Up To 450mb/s Operating Temperature 0°c - 70°c Storage Temperature -40°c - 85°c Shock Resistance 1500g / 0.5ms Mtbf 2,000,000 Hours Terabytes Written (tbw)(max Capacity*) 600tb Unit Cost: Php 1,972.00 Warranty: One (1) Year 31. 50 Pcs. Solid State Drive 512gb M.2 Nvme 2280 Specifications: Capacity 512gb Form Factor M.2 2280 Nand Flash 3d Nand Controller Rts5766dl Dimensions (l X W X H) - 80 X 22 X 3.13mm / 3.15 X 0.87 X 0.13 Inch (with Heat Sink) - 80 X 22 X 2.15mm / 3.15 X 0.87 X 0.09 Inch (without Heat Sink) Weight - 9g / 0.32oz (with Heat Sink) - 6.2g / 0.22oz (without Heat Sink) Interface Pcie Gen3 X4 Sequential Read (max) Up To 2,400mb/s* Sequential Write (max) Up To 1,800mb/s* 4kb Random Read Iops (max) Up To 200k* 4kb Random Write Iops (max) Up To 150k* Operating Temperature 0°c - 70°c Storage Temperature -40°c - 85°c Shock Resistance 1500g/0.5ms Mtbf 1,500,000 Hours Terabytes Written (tbw) 520tb** Unit Cost: Php 2,320.00 Warranty: One (1) Year 32. 1 Pcs. Speaker With Mic Specifications: 2-way Active Speaker Usb/sd/bt/tws/fm Guitar & Wired Mic Input Dc 12v Input Feedback Reducer Rechargeable Battery 2 Wireless Microphone 450w Unit Cost: Php 11,019.00 Warranty: One (1) Year 33. 2 Pcs. Tool Set Fiber Optical Specifications: Tool Kit Opm(rechargeable) 15mw(rechargeable) Fiber Clever Leather Wire Stripper #port Fiber Stripper Forceps Aramid Scissors Anti Falling Bag Vfl Accessory Fixed Length Device Alchohol Bottle Wrench Unit Cost: Php 2,436.00 34. 16 Pcs. Tool Storage Bag Specifications: Nam Portable Tool Kit Material High-density Oxford Cloth Siz 16 Inch(36*18*25cm) Colo Grey 6 Pocket Unit Cost: Php 254.00 35. 40 Pcs. Uninterrupted Power Supply (ups) 650va 230v Specifications: Output Max Configurable Power (watts) 375 Watts / 650va Output Frequency (sync To Mains) 50/60 Hz +/- 1 Hz Unsynchronised Topology Line Interactive Waveform Type Stepped Approximation To A Sinewave Transfer Time 6 Ms Typical : 10 Ms Maximum Input Input Frequency 50/60 Hz +/- 5 Hz Auto-sensing Input Voltage Range For Main Operations 170 - 280v Number Of Power Cords 1 Batteries & Runtime Battery Type Lead-acid Battery Typical Recharge Time 8 Hour(s) Nominal Battery Voltage 12 V Expected Battery Life 3 - 5 Communications & Management Control Panel Led Status Display With On Line : On Battery Audible Alarm Alarm When On Battery : Distinctive Low Battery Alarm Surge Protection And Filtering Surge Energy Rating 156joules Physical Maximum Height 93mm, 9.25cm Maximum Width 161mm, 16.05cm Maximum Depth 305mm, 30.5cm Net Weight 4.5kg Color Black Unit Cost: Php 4,444.00 Warranty: One (1) Year 36. 60 Pcs. Ups Battery 12v, 7.2ah Specifications: Ups Battery Heavier Build Thicker And Better Terminals Flame Retardant Voltage: 12 Volts Capacity: 7.2 Ampere Valve Regulated Sealed Lead-acid Battery Unit Cost: Php 1,159.00 37. 2 Pcs. Utp Cable Cat5e (305/box) Specifications: Number Of Pairs: 4 Total Number Of Conductors: 8 Awg: 24 Stranding: Solid Conductor Material: Bc - Bare Copper Insulation Material: Po - Polyolefin Outer Shield Material: Unshielded Outer Jacket Material: Pvc - Polyvinyl Chloride Plenum (y/n): N Plenum Number: Bl-1585a Tested To 100mhz And Meets Or Exceeds The Tia/eia 568a Standard And Is Third Party Party Verified.24 Awg Solid Bare Copper, 4 Twisted Pairs, Jacket Sequentially Marked At Two Foot Intervals.suitable Applications: Premise Horizontal Cable,gigabit Ethernet,100basetx,100basevg Anylan,155atm,622atm,ntsc/pal Component Or Composite Video,aes/ebu Digital Video,rs-422. Cat5e (200mhz), 4-pair, U/utp-unshielded, Riser-cmr, Premise Horizontal Cable, 24 Awg Solid Bare Copper Conductors, Polyolefin Insulation, Ripcord, Pvc Jacket. Unit Cost: Php 8,815.00 38. 20 Pcs. Vga To Hdmi Adapter Specifications: Product: Vga To Hd Adapter With Audio Usb Cable Color: Black Conductor: High Purity Copper Packing: Polybag Connector: Nickel Plated Type: Vga Male/hd Female/usb/3.5mm Audio Port Shielding: Aluminum Foil Jacket: Pvc Input Signal: Vga Signal + Audio Output Signal: Standard Hd Signal Supports Vga Formats: Vga, Xga, Svga, Sxga And Uga Supports Audio Format: Analog Stereo 2.1ch Hdmi Signal: Supports 1080p At 60hz Supports Hdcp 1.2 Version Easy Install, Does Not Need Software Support, Plug-and-play Aluminum Enclosure: Black, Simple, And Elegant Unit Cost: Php 255.00 39. 15 Pcs. Web Cam Full Hd 1080p Specifications: Full Hd 1080p, 1920*1080 Pixels | Full Hd Glass Lens | 70 Degrees | Fixed Focus | 60cm And Beyond | Digital Hd Omni-directional Mic | Color Black Unit Cost: Php 1,218.00 Warranty: One (1) Year 40. 20 Pcs. Wireless Device Dual 2.4ghz/ 5ghz Specifications: Interface Usb 2.0 Dimensions 15 X 7.1 X 18.6 Mm Antenna Type Omni Directional Wireless Features Wireless Standards Ieee 802.11ac, Ieee 802.11a, Ieee 802.11n, Ieee 802.11g, Ieee 802.11b Frequency 5ghz, 2.4ghz Signal Rate 5ghz 11ac: Up To 433mbps(dynamic) 11n: Up To 150mbps(dynamic) 11a: Up To 54mbps(dynamic) 2.4ghz 11n: Up To 200mbps(dynamic) 11g: Up To 54mbps(dynamic) 11b: Up To 11mbps(dynamic) Reception Sensitivity See Provided Dbm Values For Different Modes And Frequencies Transmit Power <20dbm (eirp) Wireless Modes Ad-hoc / Infrastructure Mode Wireless Security Support 64/128 Bit Wep, Wpa-psk/wpa2-psk, 802.1x Modulation Technology Dbpsk, Dqpsk, Cck, Ofdm, 16-qam, 64-qam, 256-qam Others Certification Ce, Fcc, Rohs Package Contents Ac600 Nano Wireless Usb Adapter Archer T2u Nano Resource Cd Quick Installation Guide System Requirements Windows 10/8.1/8/7/xp (32/64bits), Mac Os X 10.9-10.13 Unit Cost: Php 580.00 Warranty: One (1) Year Note: Bidder Shall Bid For The Entire Lot. Bid For Selected Lot Only Will Be Disqualified. Invitation To Bid For This Project Is Also Posted At Www.cavite.gov.ph
2711-2720 of 2738 archived Tenders