Scanning Tenders

Scanning Tenders

Department Of Social Welfare And Development Region Iii Tender

Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.1 K)
Details: Description Invitation To Bid Supply And Delivery Of Grocery Supplies For 6 Crcfs (amor, Rrcy, Rhfg, Tlc, Thfw And Haven) For 1st Quarter Of Cy 2025 – 2 Itb No. Gop/dswd3-2025-01-0001 (pr No. 2024-10-01, 10-031, 10-032, 10-036, 10-067 And 11-020) 1.the Department Of Social Welfare And Development (dswd) - Field Office Iii, Through The General Appropriations Act (gaa) Fy 2025, Intends To Apply The Sum Of One Million Four Hundred Thirteen Thousand Eighty-four Pesos Only Being The Approved Budget Of The Contract To Payments Under The Contract For “supply And Delivery Of Grocery Supplies For 6 Crcfs (amor, Rrcy, Rhfg, Tlc, Thfw And Haven) For 1st Quarter Of Cy 2025 –2 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot Particulars Abc Bidding Document Fee 1 Supply And Delivery Of Grocery Supplies For 6 Crcfs (amor, Rrcy, Rhfg, Tlc, Thfw And Haven) For 1st Quarter Of Cy 2025 – 2 Php 1,413,084.00 Php 5,000.00 2.the Department Of Social Welfare And Development (dswd) - Field Office Iii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Shall Within The Period Appearing In The Schedule Of Requirements. Bidders Should Have Completed, Within The Last Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Department Of Social Welfare And Development Field Office Iii And Inspect The Bidding Documents At The Address Given Below Or At The Dswd Field Office Iii Official Website. In Compliance With Gppb Resolution 09-2020 Entitled, “approving Measures For The Efficient Conduct Of Procurement Activities During A State Of Calamity Or Implementation Of Community Quarantine Or Similar Restrictions”, The Dswd Bids And Awards Committee Has Confirmed, Adopted, And Approved Measures For Online Or Electronic Bidding, As Recommended By The Gppb-tso, For The Efficient Conduct Of All Procurement Activities, Regardless Of The Procurement Modality, During The Pandemic In Preparation For The Full Implementation Of Gppb Resolution No. 21-2021 Using E- Bidding Facility Of The Modernized Philippine Government Electronic Procurement System (m-philgeps). In View Of This, The Procedure For This Procurement Project Shall Be In Accordance With Dswd Bac Resolution No. 2021-10-01 Relative To The Implementation Of Electronic Submission And Receipt Of Bids And The Bidder’s Kit On Guidelines To Bidders In Adopting Electronic Submission Of Bids Is Attached Herewith As Annex “a.” 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 5, 2025 (9:00 Am) From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Electronic Mail. Interested Bidders Shall Contact The Bac Secretariat Through E-mail At Quotation.fo3@dswd.gov.ph For Further Instructions On The Purchase And Payment Of The Bidding Documents. Upon Receipt From The Bac Of An Official Acknowledgement Receipt Of Bid And Payment Of The Bidding Document Fee, The Bidder Shall Submit To The Bac Secretariat Clear Digital Copies Of The Aforementioned Acknowledgement Receipt Of Bid And Either Clear Scanned Copy Of Official Receipt Issued By The Dswd Field Office Iii Cashier’s Office On Or Before The Deadline Of Submission Of Bids. 6.department Of Social Welfare And Development Field Office Iii Will Hold A Pre-bid Conference[ May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On January 24, 2025 | 10:00 Am Through Video Conferencing Or Webcasting Via Google Meet Which Shall Be Open To Prospective Bidders. A Pre-registration Shall Be Required For All Interested Suppliers In Order To Access The Video Conferences And To Participate Further In The Procurement Activities As Scheduled. Those Interested Bidders Must Provide Complete Information In The Google Forms Which May Be Accessed Via This Link: Https://tinyurl.com/dswde-bid Prospective Bidders Are Encouraged To Discuss Any Concerns Or Clarifications About The Eligibility Requirements Including The Technical Specifications On The Said Conference. 7.bids Must Be Duly Received And Acknowledged By The Bac Secretariat Through Online Or Electronic Submission On Or Before February 5, 2025 At 9:00 Am In The Manner Compliant With The Submission Of Eligibility Documents For Public Bidding And In Accordance With The Above-mentioned Dswd Bac Resolution No. 2021-10-01 Relative To The Implementation Of Electronic Submission And Receipt Of Bids And The Bidder’s Kit On Guidelines To Bidders In Adopting Electronic Submission Of Bids. Late Submission Of Bids Shall Not Be Accepted 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On February 5, 2025 At 10:00 Am Via Google Meet Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Note: The Representative Of The Bidder Must Be The Individual Specified In The Electronic Submission . 10.prospective Bidders Are Requested To Organize And Submit Their Bids Electronically As Provided Under The Bidder’s Kit On Guidelines To Bidders In Adopting Electronic Submission Of Bids And Suppliers Are Hereby Reminded As Follows: A)the Submission Of The Legal And Technical Documents (first Envelope) And Financial Documents (second Envelope) Shall Be In Pdf File; B)scan The Original Copy Of The Legal And Technical Requirements And Save As Pdf, After Scanning The Original Copy Of The Legal And Technical Requirements, Place The Scanned Files In One Folder With File Name “legal And Technical Documents” And Compress The Folder Using Winrar Extractor Application With File Name “folder 1 - Legal And Technical Documents”, Assign A Strong Password On The Compressed File; C)scan The Original Copy Of The Financial Requirements And Save As Pdf, After Scanning The Original Copy Of The Financial Requirements, Place The Scanned Files In One Folder With File Name “financial Requirements” And Compress The Folder Using Winrar Extractor Application With File Name “folder 2 - Financial Documents”, Assign A Password On The Compressed File; D)after Encrypting The Legal And Technical, And Financial Requirements, Encrypt The Two (2) Encrypted Files Using Winrar Extractor Application With File Name “dswd-foiii Itb No. ___ - (name Of Bidder)”, And Assign A Strong Password; In Case Of Modification Of Bids By The Bidder, The Bidder Shall Use The File Name For The Main File “dswd-foiii Itb No. - (name Of Bidder) - Final” The Original Bid Submitted Shall Not Be Retrieved But A Modified Bid Shall Be Submitted To The Bac Secretariat Official Uploading Site Provided That It Is Equally Secured By Strong Password, Properly Identified, And Submitted On Or Before The Set Deadline. Important: Passwords Shall Bear A Unique Combination For Each File. Same Passwords For Any And All Files Are Strictly Not Allowed. Please See Attached Annex For Your Guidance. submit/upload Your Bids Thru This Link: Https://tinyurl.com/dswdfo3cbupload On Or Before The Set Deadline; after Submission Of Your Bids, Wait For An Acknowledgement Of Bac Via Email For The Confirmation Of Your Submitted Bids Indicating The Date And Time Of Your Submission; And also, The Link For The Opening Of Bids Will Be Sent To Your Registered Email Upon Submission Of The Copy Of The Acknowledgement Receipt Of Bid And Proof Of Payment Of The Bidding Document To The Bac Secretariat As Stated In Item No.6 Hereof. Important: All Bids Submitted After The Deadline Will Not Be Considered In The Bid Opening. It Is The Responsibility Of The Bidders Who Submitted Their Bids Electronically To Monitor Receipt Of An Auto-generated Bid Receipt Acknowledging Their Bid Submission. Failure To Receive A Bid Receipt Means The Submission Was Not Successful. In Case The Bidder Fails To Submit Any Or All Of The Folders Containing The Documentary Requirements In Unique Password-protected Rar Files, The Bid/quotation Will Automatically Be Disqualified And Shall Be Declared As “failed” And The Supplier Will No Longer Be Allowed To Participate Further In The Procurement Activities Scheduled For This Project. After The Opening And Evaluation Of Bids, The Bac, Its Staff And Personnel, Secretariat And Technical Working Group (twg), As Well As Observers Are Prohibited From Making Or Accepting Any Communication With Any Bidder Regarding The Evaluation Of Their Bids Until Issuance Of Notice Of Award (noa). However, The Bac, Through Its Secretariat, May Ask In Writing The Bidder For Clarification Of Its Request In Writing. All Responses To Requests For Clarification Shall Be In Writing. 11.the Dswd Fo Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: The Bids And Awards Committee Chairperson Bids And Awards Committee Office (c/o Bac Secretariat) Department Of Social Welfare And Development Field Office Iii Diosdado Macapagal Government Center, Maimpis, City Of San Fernando, Pampanga, Philippines, 2000 Telephone Number: (045) 961 – 2143 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.ps-philgeps.gov.ph - Website Of The Philippine Government Electronic Procurement System (philgeps) Www.fo3.dswd.gov.ph – Website Of The Dswd Field Office Iii Https://tinyurl.com/fo3bacsite– Website Of The Dswd Field Office Iii Bac Prospective Bidders Are Required To Pay For The Purchase Of The Project’s Philippine Bidding Documents Personally At Dswd Fo Iii. Sgd. Sgd. Dir. Maribel M. Blanco Bids And Awards Committee Chairperson

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 628.3 K (USD 10.7 K)
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Set Desktop With Wifi Adapter, All In One Computer Set, I5 3470, 24 Inch Monitor, 16gb + 256 Gb, 8-core,avr, With Supplier Warranty. 3 20,000.00 60,000.00 2 Unit Checkwriter, Image Scanner Unitscanner Type Contact Image Sensor (cis)throughput 200 Dpmresolution Cut Sheet Paper 100 X 100 Dpi, 120 X 120 Dpi, 200 X 200 Dpi, 240 X 240 Dpi, 300 X 300 Dpiresolution Id Cards 200 X 200 Dpi, 300 X 300 Dpi, 600 X 600 Dpidata Format Grey Scale: Tiff, Jpeg, Bmp, Raster, Black And White: Tiff, Bmp, 24-bit Colour: Tiff, Jpeg,bmp, Ir (infrared Ray): Same As Black And White, Greyscaleimage Size Max. 107 Mm (h) X Max. 235 Mm (l)scanning Speed Cut Sheet 800 Mm/sscanning Speed Id Card 118 Mm/sdocument Size 120 Mm - 235 Mm (l) X 60 Mm - 120 Mm (h)id Cards Type Iso/iec7810 Compliantpocket Capacities Asf: 100 Sheets, Main Pocket: 100 Sheets, Sub Pocket: 50 Sheetsmicr Reader Permanent Magnetic Biasmicr Symbologies E13b, Cmc7ocr E13b, Ocr A, Ocr Bscanning Side And Insertiondirectiontwo-sidedsupported Document Type Normal Paper, Check Cards, Id Cardsid Cards Size 85.47 Mm - 85.9 Mm (l) X 53.92 Mm - 54.18 Mm (h)cut Sheet Paper Unitendorsement Print Yesprint Method Line Inkjet With Inkjet Headcolour Printing Blackprint Height 50.8 Mmprintable Lines 12 Lines / 16 Lines Maximumprint Width 100 Mm - 215 Mm (depends On The Paper Length)paper Size Check 60 Mm - 120 Mm (h) X 120 Mm - 235 Mm (l)paper Thickness 0.08 Mm - 0.2 Mmpaper Weight 60 G/m² - 120 G/m²character Structure Font A: 12 X 24, Font B: 9 X 17characters Per Line Font A: 59 - 126, Font B: 78 - 169 (depends On The Paper Length) 1 30,000.00 30,000.00 3 Piece Calculator 3 450.00 1,350.00 4 Unit Tv, 55", Led Tv 55 Inch (qled Pro, Aipq Pro Processor, T-screen Pro, Onkyo 2.1ch With Subwoofer, Slim And Uni-body, Dlg 120hz, Dolby Vision·atmos, Hdr10+, Multiple Eye Care, Ai-color, Ai-motion, Ai-hdr, Ai-contrast, Ai-scene, Ai-clarity, Hdr Brightness, Memc, Dts Virtual:x Dts-hd, Game Master, Game Picture Mode, Superwide Gameview, Allm, Hdmi 2.1, Aiming Aid, Hey Google, Google Meet, Kid’s Profile, Hands-free Voice Control, Google Assistant Built-in, Hlg, Miracast (wireless Display), Quick Settings, Bluetooth 5.0, Wifi 5, Hdmi1.4, Hdmi2.0, Hdmi2.1, Hdcp1.4, Hdcp2.2, Hdmi2. 1 (earc&arc), Hdmi Cec, Pvr/timeshift,program Guide(epg)) 11 30,000.00 330,000.00 5 Piece Stapler, Big, #35 20 150.00 3,000.00 6 Unit Printer, Multipurpose(including Ssg) 23 7,000.00 161,000.00 7 Unit Orbit Fan, 16 Inch Blade, Plastic Blade, 360° Oscillating Fan, Thermal Fuse Protected Motor, Heavy Duty Switch Control, 450 X 450 X 390mm, Warranty: On System Parts, Plastic Parts And Motor 10 2,000.00 20,000.00 8 Unit Speaker, Active Portable Trolley Speaker, 600w Max Power, Bluetooth+tws, Usb And Sd Playback, Fm Radio, Line-in And Line-out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12v Dc Input Dimension (lxwxh): 36.5 X 40 X 67.5 Cm, 1 Year Warranty 1 18,000.00 18,000.00 9 Piece Grass Cutter 1 5,000.00 5,000.00 Total 628,350.00 Amount In Words: Six Hundred Twenty Eight Thousand Three Hundred Fifty Pesos Only

Mindanao State University Tender

Publishing and Printing
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 472 K (USD 8 K)
Details: Description Mindanao State University Reference Nos. 011-25/01-06-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : Company Name January 6, 2025 __________________________ Quotation No. : 003-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quoation/offer Is Allowed, Suppliers Who Submitted More Than One Quoation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Uppon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Supplie Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 4 "printer Compact And Durable Ecological Design Wifi Replaceable Maintenance Box High Yield Ink Bottles Ultra-high Page Yield Of 7,300 Pages (colour) Borderless Printing (up To 4r) With Fax Function And Adf 2-year Warranty Or 50,000 Pages, Whichever Comes First" Units 2 1 Printer - Print, Scan, Copy, Fax With Adf Precisioncore Tm Printed 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Bi-directional Printing 4800 X 2400 Dpi 3.8 Pl Up To 32.0 Ppm/ 22.0 Ppm, Simplex: Up To 25.0 Ipm/unit12.0 Pm / Duplex: Up To 16.0 Ipm /9.0 Ipm, Simplex: Up To 13.5 Ipm/ 6.0 Ipm | Duplex 10.0 Ipm /5.0 Ipm, Simplex: Up To 5.5 Sec/ 8.5 / Duplex: Up To 11 Sec/ 17 Sec Approx. 43 Sec Per Photo (border)/ 52 Sec Per Photo (borderless) Esc/p-r, Esc/p Raster Yes (up To A3)" Unit 3 6 "computer Desktop Specification • Amd 5 5600x (3.7ghz) •tuf B550m-plus Gaming Wifi Ii • Amd Radeon Rx 570 • Xpg Spectrix 16gb Ddr4 3600mhz D50 Rgb • Xpg 1tb Sx8200 Pro Pcie Nvme M.2 •silverstone Sst-st60f-es230 600w 80+ •tuf Gaming Gt301 Arebtg •tuf Gaming K1 Rgb • Tuf Gaming M3 Rgb • 32 Inch Monitor • Secure 500watts Avr • Speaker • Anti-virus Software • Windows License • Microsoft 365 Family License Warranty 1 To 2 Years " Units Page 1 Of 2 4 1 "scanner 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 Led Optical Resolution: 600 X 600 Dpi *1 Output 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 14,000 Sheets / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0" Unit ***nothing Follows*** For Office Of The Chancellor Use (oc) Total Abc ₱472,000.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Page 2 Of 2 Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Jma

DEFENSE HEALTH AGENCY DHA USA Tender

Software and IT Solutions
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: General Information: this Is An Rfi As Defined In Far 15.201(e) To Ascertain Whether A Commercial Item Exists That Provides The Capabilities Described Herein. this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi Will Be Treated As Business Confidential Information. Nonetheless, Submitters Should Properly Mark Their Responses If The Information Is Confidential. Responses To The Rfi Will Not Be Returned. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expense Associated With Responding To This Rfi. rfi Response And Due Date: 23 January 2025 instructions To Responders: responses From All Capable And Qualified Sources Are Encouraged To Respond To This Request. white Papers Should Adhere To The Following Formatting And Outline Instructions: 1. All Submissions Shall Be Made Electronically And Be In One Of The Following Formats: Microsoft Word Or Adobe Pdf. 2. Cover Page (1page) title organization responders Technical And Administrative Points Of Contact (names, Addresses, Phone, Fax Number And Email Addresses) topic Area(s) Addressed naics Code 3. Interested Parties Are Asked To Respond To This Rfi And Submit A Capabilities Statement That Supports The Focus Of This Rfi To Include Supporting Documentation As An Authorized Reseller For The Brand Name Requirement. Please Review The Place Of Performance Requirements. Please Submit Written Responses Via Email In Microsoft Office 2000 Or Later Format. All Responses Should Be Complete: In 12-point Font; And Not To Exceed 3 Pages Total, Including Graphics, Tables, And Appendices. no Hardcopies Shall Be Accepted. No Written Solicitation Document Is Available At This Time. Telephone Requests Will Not Be Honored, And No Bidders List Shall Be Maintained. No Inquiries Regarding Any Potential Future Acquisition Activities Shall Be Entertained. responses Are Due To The Point Of Contact, Brenda Mena At Email: Brenda.i.mena.civ@health.mil no Later Than 10:00am Et, Thursday, 23 January 2025. background/overview: The Walter Reed Army Institute Of Research (wrair), Center For Military Psychiatry And Neuroscience (cmpn), Brain Trauma Neuroprotection Branch (btnb) Requires A Lifecycle Replacement Of A Brand Name Noldus Ethovisionxt Automated Video Tracking And Motion Analysis System. The System Detects And Follows One Or More Animals Or Objects In A Video Image, Tracks Their Location And Movement, And Provides Analysis Of Locomotion And Behavior In One Or Multiple Arenas. The Data Is Then Transformed Into A Series Of Dependent Variables Quantifying The Behavior Of The Subjects. The System Will Allow For Continuance Of Collecting And Analyzing Animal Tracking Data At The Level Outlined In Existing And Newly Funded Protocols this Requirement Shall Include An Ethovision Xt System Comprised Of Two (2) Ethovision License Upgrades With Multiple Arena Module, Two Color Gige Cameras (lens And Mounting Plate, Pc Connection Cable, And Surge Protector), Two Dell Pc Professional Desktop Workstations, And Associated Components And Parts, Including Monitor, Keyboard, Mouse, And Network Card. In Addition To The Hardware And Software, Professional Support Shall Be Included That Covers Software Upgrades And Unlimited Technical/hardware Support Via Phone And Email For The First Year, With Options To Extend Software And Hardware Maintenance, Support, And Repairs For Up To Three Additional Years. period Of Performance: base Period: 4/8/2025 To 4/7/2026 option 1: 4/8/2026 To 4/7/2027 option 2: 4/8/2027 To 4/7/2028 option 3: 4/8/2028 To 4/7/2029 minimum Essential Characteristics (mecs). noldus Ethovision System required Specifications For Noldus Ethovision Xt System: replacement Video Tracking System That Visually Tracks And Analyzes The Behavior, Movement, And Activity Of Small Animals In Small Testing Areas Such As Open Field, Y/t Maze, Elevated Plus Maze, And Morris Water Maze. system Shall Include Digital Camera, Computer Controller, And Data Acquisition And Analysis Software. camera Shall Be Capable Of Consistent High Frame Rate With High Resolution Such As A Gige Camera. computer Shall Be Capable Of Directly Interfacing With High Speed/resolution Camera And Software, High Performing Processor Such As I7, 8gb+ Ram, And 1tb+ Storage Space. tracking Software Shall Be Able To Readily Detect Animal In Defined Small Testing Areas And Record/analyze Movements Including Rodent Rearing, Swimming, And Ambulation In Relation To Designated Arenas/areas Of Interest. system Items Shall Be Shipped/delivered To Wrair With Instructions For Assembly. for Software Purchases: the Vendor Must Permit The Government To Perform Software Vulnerability Scans On Acquired Software To Identify Potential Weaknesses In The Code. Collaboration Between The Vendor And The Government Is Required To Address Any Vulnerabilities Detected During These Scans. Additionally, The Vendor Is Responsible For Providing Ongoing Support To Patch Vulnerabilities Throughout The Software’s Lifespan. * All Commercial-off-the-shelf (cots) Software Must Be Registered On Sam.gov And Have A Cage And Dun Number. for Hardware Purchase: vendors Are Required To Offer Information Technology (it) Maintenance Warranty Support For Any Purchased Hardware Until Hardware Reaches It End Of Life (eol). Furthermore, Vendors Must Also Provide Patching Support To Include Firmware And Driver Updates For Any Vulnerabilities Uncovered During Government Vulnerability Scanning. *all Hardware Must Be Trade Agreement Act (taa) Compliant *all Computers Must Be Trusted Platform Module (tpm) 2.0 Compliant ****please See Attachment For Complete Details***

Department Of Agriculture Tender

Goods
Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 138.9 K (USD 2.3 K)
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱138,996.00 Delivery Period: 30 Calendar Days Delivery Site: Zamboanga City Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 2 Unit "cellphone/mobile Phone " 9,999.00 "specification/s: " Cellular: Lte Sim: Nano Sim Screen: 6.55 Inches Ram: 8gb Rom: 128gb - 256gb Back Camera: 64mp Front Camera: 20mp Battery: Li-ion 4250mah Android Version: 11.0 Pie Cpu: Qualcomm 780g Cpu Preferable Color: Black 2 1 Set "computer Desktop Set " 49,999.00 "specification/s: " Cpu – At Least 6 Cores 12 Threads, 3.9ghz Base Frequency And Max 4.9ghz,12 Mb Cache, 8 Gt/s Bus Speed Ram – At Least 16gb (2x8gb Dual Channeled) Ddr4 Dram 3200mhz Motherboard – At Least Lga 1200 Pcie 4.0, 32gbps M.2 Slot, Intel® 1 Gb, Ethernet, Hdmi, D-sub Usb 3.2 Gen 1 Type-a, Sata 6 Gbps, Com Header, And Rgb Header Storage – At Least Nv2 1 Tb M.2-2280 Pcie 4.0 X4 Nvme Solid State Drive Cpu Cooler – At Least 4.84""l X 3.03""w X 6.25""h, 12 Volts 2.4 Watts, Maximum 1800 Rpm Power Supply - At Least 750 W Power Supply Monitor – At Least 24” 1920 X 1080p Accessories – Semi-mechanical Keyboard And Mouse "warranty – One (1) Year Warranty " 3 1 Unit "laptop " 49,999.00 "specification/s: " "processor: Intel Core I5 - 1135g7 (11th Generation), 2.4 Ghz (base Clock Speed At 28 W Tdp) Boosting Up To 4.2 Ghz (1-core Boost)" Ram: 16 Gb Ddr4 Storage: 512 Gb Ssd Display: 15.6-inch Full Hd (1920 X 1080) Ips Battery Life: Up To 8 To 10 Hours Build Quality: Durable Materials, Comfortable Keyboard, Responsive Touchpad Ports: Usb 3.2 Gen 1 Type-a Ports Usb 3.2 Gen 2 Type-c Ports Hdmi 4-in-1 Card Reader (sd, Sdhc, Sdxc, Mmc) Headphone/microphone Jack Power Connector With Complete Accessories Weight: At Least 1.8 Kg Operating System: Windows 11, Windows 64-bit/ With Ms Office Warranty: One (1) Year Warranty Accessories: With Bag And Mouse 4 1 Unit "printer " 15,000.00 "specification/s: " Printer Type: Print, Scan And Copy Resolution: At Least Up To 5760 X 1440 Dpi Print Speed: Black: At Least Up To 33 Pages Per Minute Color: At Least Up To 15 Pages Per Minute First-page Print Time: At Least Approx. 10 Seconds (black) / 16 Seconds (color) Copying: Speed: At Least Up To 7.7 Images Per Minute (ipm) For Black And 3.8 Ipm For Color Max Resolution: At Least It Has A 600 X 600 Dpi Scanning: Optical Resolution: At Least It Has A 1200 X 2400 Dpi Flatbed Scan Area: At Least It Has 216 X 297 Mm Adf Capacity: At Least 30 Pages For A4, 10 Pages For Legal Paper Handling: Input: At Least 100 Sheets Of Plain Paper Output: At Least 30 Sheets Connectivity: At Least Usb, Wi-fi, Ethernet, Wi-fi Direct Dimensions: Has A 375 X 347 X 237 Mm Weight: At Least 5.0 Kg Ink Yield: Black: At Least Up To 4,500 Pages Color (cyan, Magenta, Yellow): At Least Up To 7,500 Pages 5 2 Pc "web Camera " 2,000.00 "specification/s: " Color: Preferably Black Resolution: Preferably 1080p Full Hd Frame Rate: Preferably 30 Fps Field Of View: At Least 60-65 Degrees Microphone: Built-in Mic That Has A Noise Reduction Features. Purpose: For Official Use Integrated Laboratory Division (ild).

City Of Tanjay, Negros Oriental Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 1.8 Million (USD 30.8 K)
Details: Description Item Number Description Qty Unit Estimated Budget 1 (hand Held) Portable Ultrasound Unit 2 Units 1,800,000.00 General Specification Probe Characteristics • 128 Physical Channel Beamforming • Black-and-white Mode For Displaying Anatomy In Real-time • Color-coded Overlay For Real-time Blood Flow Imaging • Harmonic Imaging For Increased Signal-to-noise Ratio And Reduced Artifacts From Side Lobes, Grating Lobes And Reverberations, Resulting In Superior Tissue Definition And Reduced Speckle Artifacts. With The Greater Penetration Of Lower Ultrasound Frequencies, High-quality Harmonic Imaging At Greater Depth Can Be Performed. • Selectable Centerline Marker • Selectable Focal Zone Marker • Selectable Tgc Control With 6 Depth-dependent Gain Controls • Total Scan Time Of 50 Minutes With Fully Charged Battery (with 80% Black And White, 20% Color Imaging) • Any Qi-compliant Wireless Charger Can Be Used To Charge Probe • Recharge Battery In 75 Minutes From 10% To 90% Battery Capacity • Dimensions: 131 X 64 X 31 Mm • Weight: 205 +/- 3 Grams • Ip67 Rated Curved Array Transducer For Deep Scanning • Specific Clinical Applications And Exam Types Include: Abdominal, Fetal/obstetrics, Gynecological, Urology, Thoracic/lung, Cardiac (adult And Pediatric, 40 Kg And Above), Vascular/peripheral Vascular, Musculoskeletal (conventional), Pediatrics, Interventional Guidance (includes Free Hand Needle/catheter Placement, Fluid Drainage, Nerve Block And Biopsy) • Broad-bandwidth Curved Array: From 2 - 5 Mhz With Center Frequency Of 3.3 Mhz • Number Of Elements: 128 • Footprint: 64 Mm X 16 Mm (lens) • Viewing Angle: 60° • Depth: Up To 24 Cm Linear Array Transducer For Shallow Scanning • Specific Clinical Applications And Exam Types Include: User Interface The Device Offers Ultrasound Imaging With A Minimized Number Of Keys And Intuitive Thumb-controllable Touchscreen User Interface. The Device App Supports Portrait As Well As Landscape Mode To Optimize Image Size And Ergonomics For Different Use Scenarios. • Single Key/gesture To Control Freeze/unfreeze, Store, Color On/off, Gain And Depth Control • 2 Steps To Change Preset With Appropriate Transducer • 2 Steps To Start Reviewing Images From An Exam • Presets With Optimized Settings For Imaging Different Organs. User- Selectable Default Preset For Immediate Use After Starting The App. • Measurements: Distance, Ellipse • Device Configuration And Management Tools In Easy Reach Through Swiping In Menu: • Enablement Of Tgc Controls, Preview Mode, Storage Of Binary Images •setting Auto Freeze Time, Video Duration • Configuration Of Probe Button Function (freeze Or Store) • Download User Manual In Selectable Language To Device App •diagnostics In Device App With Ability To Upload Lg Files To Manufacturer Server • Direct Access To Customer Support Information •link To Cloud-based Educational Materials • Information About Software Status Of Probe And App With Ability To Un- And Re-register Data Storage Patient Data Identification: • Manual Data Entry Of Patient Information For An Exam • Select From Dicom Modality Worklist On Request. Such Worklist Supports Consistent Labeling Of Images, Video Clips And Exams Before Export To Dicom Pacs. Exam Data On Device • Data For Up To 500 Exams Can Be Stored On Mobile Device • Data Is Stored In Generic Formats: Jpg For Still Frames, Mpg For Videos • Complementing Storage Of Binary Image Data Can Be Selected. Such Data Could Be Useful For Further Image Analytics In Collaboration With Manufacturer. • Data Is Organized As Individual Examinations With Collection Of Images And Can Be Linked With Patient Identification • All Stored Data Can Be Recalled For Review Data Export • Anonymized Images And Videos Can Be Shared With Other Apps Available On Smart Device • Images, Video Clips Or Exams With Or Without Patient Information Can Be Wirelessly Exported In Generic Formats (jpg, Mp4) To Shared Network Folders • Images, Video Clips Or Exams With Patient Information Can Be Wirelessly Exported In Dicom Format To Dicom Pacs Supported Dicom Services • Verify • Modality Worklist • Store • Storage Commitment • Secure Dicom (tls) Data Security • Secured Data At Rest: O Device App Starts Only After Confirmation Of Mobile Device Protection With User Authentication • Images And Other Patient Information Data Are Stored In Private Space Of Device With No Access From Other Apps On Mobile Device • Images Are Stored On Device Without Embedded Patient Identification And Linked With Encrypted Patient Database • Fips 140-2 Compliant Database Encryption (aes-256 Bit Encryption) • User Selectable, Additional Pin Protected Access To Patient Data On Device App • Wiping Off Exam Data After 10 Attempts With Incorrect Pin • Secured Data On The Move: • Images Are Anonymized Before Being Shared With Other Apps On The Mobile Device • Support Of Enterprise-grade Wireless Encryption Standards Including Eap And Wpa2 (psk) • Tls Encryption With Optional Peer Authentication To Support Secure Dicom Transfer • Configurable Time Period For Image Removal On The Device After Export To A Dicom Pacs Server Standard Configuration The Following Items Are Included In The Standard • Device Offering: • Device Cl Probe • Device App (device For Ios And Device For Android) • Protective Carrying Case • Hardcopy Quick Start Guide • Electronic Instruction Use Guide • Wireless Charger Pad Including Micro-usb • Cable Country-specific Ac Adapter Available Accessories • Hardcopy User Manual In Different Languages • Additional Protective Carrying Case • Additional Wireless Charger Pad • International Ac Adapters Supported Mobile Platforms Operating System Options • Android Phones And Tablets With Os Version 9, 10 Or 11, Device With 0x64 Arm Based Cpu Architecture And 64-bit Kernel, Android Open Gl Es 3.0, And Compatibility With Google Play Store Or Its Equivalent • Ipad And Iphone Devices With Ios 13 Or 14 Or Its Equivalent Screen Requirements • Size: From 5 To 20 Inches • 960 X 640 (or 640 X 960) Pixel Or More Internal Memory Requirements • 8gb Or More Connectivity Requirements • Ieee 802.11n • Peer-to-peer Connectivity • Bluetooth Ble 4.0 Security Requirements • Wpa2 • Data On Device Must Be Encrypted And Authentication Enabled User Support Tools Device Family Web Portal • Online Services To Enhance The Device Experience By Providing Resources, From Product Information To Clinical And Service Support • Additional Educational Resources Will Be Posted On The Device Web Portal, Including Webinars, Thought Leadership, Further Online Programs And Training Opportunities Ultrasound Education Solutions To Help Users Get Familiar With Common Point-of-care Applications And Improve Ultrasound Skills And Knowledge, Two Digital Education Solutions Are Available Via Our Partners. Point Of Care Ultrasound Focusclass By 123 Sonography • This Course Includes Access To Five Hours Of High-quality Video Content, Easy-to-follow Hands-on Demos, Practical Clinical Examples And Proven Didactive Principles To Help Increase Competence And Confidence. This Program Is Designed For Primary Care Covering A Variety Of Ultrasound Exam Types Including Cardiac, Ob, Abdominal, Lung And Joints • Provides Convenient Ultrasound Education Through Integrated Didactic Instruction, Hands-on Training, And Knowledge Assessment. A Portable, Virtual Ultrasound Training Experience Utilizing Real Patient Cases With A Broad Spectrum Of Normal And Pathologic Conditions. This Offering Includes A Sonosim Probe, Sonosim Drive, And Your Choice Of Five Modules Immediately Accessible Online – Choose From A Wide Selection Of Modules Including Anatomy, Physiology, And Clinical Procedures. Safety Conformance Safety Classification • Device Cl Probe Is Classified As Internally Powered Medical Electrical Equipment With Type Bf Applied Parts According To Iec 60601-1v • Device Cl Probe Is Ce-marked According To Mdd (93/43/eec), Red (2014/53/eu), Rohs (2011/65/eu), And Is Compliant To 2012/19/eu (weee) • Device For Android And Device For Ios Are Ce-marked According To Mdd (93/42/eec) Device Conforms To Applicable Clauses Of The Following Safety Standards: • Iec 60601-1 Medical Electrical Equipment – Part 1: General Requirements For Basic Safety And Essential Performance • Iec 60601-1-2 Medical Electrical Equipment – Part 1-2: General Requirements For Basic Safety And Essential Performance – Collateral Standard: Electromagnetic Disturbances – Requirements And Tests (group One, Class B Per Cispr 11 / En 55011) • Iec 60601-2-37 Medical Electrical Equipment – Part 2-37: Particular Requirements For The Basic Safety And Essential Performance Of Ultrasonic Medical Diagnostic And Monitoring Equipment Iec 60601-1-11 Medical Electrical Equipment – Part 1-11: General Requirements For Basic Safety And Essential Performance – Collateral Standard: Requirements For Medical Electrical Equipment And Medical Electrical Systems Used In The Home Healthcare Environment Iec 60601-1-12 Medical Electrical Equipment Part 1-12: General Requirements For Basic Safety And Essential Performance – Collateral Standard: Requirements For Medical Electrical Equipment And Medical Electrical Systems Intended For Use In The Emergency Medical Services Environment En 13718-1 Medical Vehicles And Their Equipment –air Ambulances Part 1: Requirements For Medical Devices Used In Air Ambulances En 1789 Medical Vehicles And Their Equipment –road Ambulances Iso 10993-1 Biological Evaluation Of Medical Devices Part 1: Evaluation And Testing Within A Risk Management Process Iec62304 Medical Device Software – Software Life Cycle Processes. Iec62366-1 Medical Devices – Part 1: Application Of Usability Engineering To Medical Devices - 1 Gallon Ultrasound Gel Tablet General Specification Processor • A14 Bionic •6-core Cpu •4-core Graphics •16-core Neural Engine Storage & Ram •64gb/256gb • 4 Gb Lpddr4x Sdram Display • Liquid Retina Display • Led Backlit Multi‑touch Display With Ips Technology • 2360-by-1640-pixel Resolution At 264 Pixels Per Inch (ppi) • True Tone • 500 Nits Brightness • Fingerprint-resistant Oleophobic Coating • Supports Apple Pencil • (usb-c) • Supports Apple Pencil • (1st Generation) Battery & Charging • Usb-c Port •7,606 Mah Li-ion/•built‐in 28.6‐watt‐hour Connectivity •wi-fi 6 (802.11ax) With 2x2 Mimo •simultaneous Dual Band •bluetooth 5.2 Landscape Stereo Speakers •dual Microphones For Calls, Video Recording, And Audio Recording •umts/hspa/hspa+/dc‑hsdpa •5g (sub-6 Ghz)3 •gigabit Lte (up To 32 Bands)3 •gps/gnss •data Only8 •wi-fi Calling3 -certificate Of Good Standing From 2 Institutions Using This Ultrasound Unit -training And Certification Of Health Personnel To Use The Ultrasound Unit Xxxxxxx Total: 1,800,000.00

Anti Money Laundering Council Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 939.6 K (USD 16.1 K)
Details: Description Republic Of The Philippines Anti-money Laundering Council Invitation To Bid 1. The Anti-money Laundering Council (amlc), Through The National Expenditure Program For Fy 2025 Intends To Apply The Sum Of Php939,664.00 Being The Abc To Payments Under The Contract For One-year Subscription, Hardware Maintenance, And Support For Oracle Database Appliance X9 / Purchase Request No. 25-001. For The Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Proposed Budget Under The Fy 2023 National Expenditure Program Shall Be Used As Basis. Further, Consistent With The Requirement In The Same Section 7.6, No Award Of Contract Shall Be Made Until The Approval And Effectivity Of The Fy 2025 General Appropriations Act. The Period For The Performance Of The Obligations Under The Contract Shall Not Go Beyond The Validity Of The Appropriation For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Amlc Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Amlc And Inspect The Bidding Documents At The Address Given Below From 8:00am To 4:30pm Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Appointment Starting From 12 To 20 December 2024 (from 9:00am To 11:00am Only) At Room 507, Room 507, 5/f, Edpc Building, Bangko Sentral Ng Pilipinas Complex, Malate, Manila 1004and Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To The Email Address Indicated Below. 6. The Amlc Will Hold A Pre-bid Conference On 12 December 2024, 10:00am At The Amlc Conference Room, Room 507, 5/f, Edpc Building, Bsp Complex, A. Mabini Street, Malate, Manila And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. A. Participating Bidders Are Requested To Submit Their Contact Information And Email Addresses To Be Used For The Videoconferencing To The Email Address Indicated Below At Least One (1) Day Before The Scheduled Pre-bid Conference. B. An Invitation Shall Be Sent By The Bac-secretariat To The Respective E-mail Address Of The Authorized Representatives. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 26 December 2024, 9:30am. Late Bids Shall Not Be Accepted. A. Participating Bidders Are Requested To Submit Their Contact Information And Email Addresses To Be Used For The Videoconferencing To The Email Address Indicated Below At Least One (1) Day Before The Scheduled Opening Of Bids. B. Participating Bidders Are Requested To Sign Over The Sealed Flap Of The Envelopes. As Precautionary Measure, Participating Bidders Are Strongly Advised To Wrap/enclose Their Respective Bidding Documents With Plastic, Preferably Clear, To Facilitate Disinfection/sanitation And Quick Evaluation On The Proper Sealing And Marking Of Bid Envelopes. C. Bidders Are Advised To Submit Their Documents At Least Thirty (30) Minutes Before The Scheduled Deadline Of Submission To Allow Time For Possible Queuing Due To Conduct Of Thermal Scanning, And For Sanitation Of The Bid Envelope(s) And Transit Of The Documents To The Designated Bidding Room. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 26 December 2024, 10:00am At Amlc Conference Room, Room 507, 5/f, Edpc Building, Bsp Complex, A. Mabini Street, Malate, Manila And/or Through Video Conferencing Or Webcasting Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. An Invitation Shall Be Sent By The Bac-secretariat To The Respective E-mail Address Of The Authorized Representatives. 10. The Amlc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Abigail Ivy C. San Pedro Bac Secretariat Account Officer Asanpedro@amlc.gov.ph Telephone Number: +632 5310-3244, +632 8708-7922 Atty. Art Ryan P. Negapatan Head, Bac Secretariat Anegapatan@amlc.gov.ph Telephone Number: +632 5306-2372, +632 8708-7922 Bids And Awards Committee Anti-money Laundering Council Room 507, 5/f, Edpc Building, Bsp Complex A. Mabini Street, Malate, Manila Fax Number: +632 8708-7909 Www.amlc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph / Www.amlc.gov.ph 03 December 2024 Romeo Raymond C. Santos Bac Chairperson

Anti Money Laundering Council Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.9 Million (USD 49.9 K)
Details: Description Republic Of The Philippines Anti-money Laundering Council Invitation To Bid 1. The Anti-money Laundering Council (amlc), Through The National Expenditure Program For Fy 2025 Intends To Apply The Sum Of Php2,900,664.00 Being The Abc To Payments Under The Contract For One-year License Subscription Of Oracle Database Enterprise Edition, Advanced Security And Real Application Clusters For Oracle Database Appliance X9 / Purchase Request No. 25-002. For The Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Proposed Budget Under The Fy 2023 National Expenditure Program Shall Be Used As Basis. Further, Consistent With The Requirement In The Same Section 7.6, No Award Of Contract Shall Be Made Until The Approval And Effectivity Of The Fy 2025 General Appropriations Act. The Period For The Performance Of The Obligations Under The Contract Shall Not Go Beyond The Validity Of The Appropriation For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Amlc Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Amlc And Inspect The Bidding Documents At The Address Given Below From 8:00am To 4:30pm Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Appointment Starting From 12 To 20 December 2024 (from 9:00am To 11:00am Only) At Room 507, Room 507, 5/f, Edpc Building, Bangko Sentral Ng Pilipinas Complex, Malate, Manila 1004and Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To The Email Address Indicated Below. 6. The Amlc Will Hold A Pre-bid Conference On 12 December 2024, 10:00am At The Amlc Conference Room, Room 507, 5/f, Edpc Building, Bsp Complex, A. Mabini Street, Malate, Manila And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. A. Participating Bidders Are Requested To Submit Their Contact Information And Email Addresses To Be Used For The Videoconferencing To The Email Address Indicated Below At Least One (1) Day Before The Scheduled Pre-bid Conference. B. An Invitation Shall Be Sent By The Bac-secretariat To The Respective E-mail Address Of The Authorized Representatives. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 26 December 2024, 9:30am. Late Bids Shall Not Be Accepted. A. Participating Bidders Are Requested To Submit Their Contact Information And Email Addresses To Be Used For The Videoconferencing To The Email Address Indicated Below At Least One (1) Day Before The Scheduled Opening Of Bids. B. Participating Bidders Are Requested To Sign Over The Sealed Flap Of The Envelopes. As Precautionary Measure, Participating Bidders Are Strongly Advised To Wrap/enclose Their Respective Bidding Documents With Plastic, Preferably Clear, To Facilitate Disinfection/sanitation And Quick Evaluation On The Proper Sealing And Marking Of Bid Envelopes. C. Bidders Are Advised To Submit Their Documents At Least Thirty (30) Minutes Before The Scheduled Deadline Of Submission To Allow Time For Possible Queuing Due To Conduct Of Thermal Scanning, And For Sanitation Of The Bid Envelope(s) And Transit Of The Documents To The Designated Bidding Room. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 26 December 2024, 10:00am At Amlc Conference Room, Room 507, 5/f, Edpc Building, Bsp Complex, A. Mabini Street, Malate, Manila And/or Through Video Conferencing Or Webcasting Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. An Invitation Shall Be Sent By The Bac-secretariat To The Respective E-mail Address Of The Authorized Representatives. 10. The Amlc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Art Ryan P. Negapatan Head, Bac Secretariat Anegapatan@amlc.gov.ph Telephone Number: +632 5306-2372, +632 8708-7922 Bids And Awards Committee Anti-money Laundering Council Room 507, 5/f, Edpc Building, Bsp Complex A. Mabini Street, Malate, Manila Fax Number: +632 8708-7909 Www.amlc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph / Www.amlc.gov.ph 03 December 2024 Romeo Raymond C. Santos Bac Chairperson :

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Description: Description this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer: This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 5 Network Contracting Office, Is Seeking Sources That Can Provide A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program For The Charlotte Hall Va Clinic. statement Of Work (sow) contract Title. Topcon 5000 Exam Lane Tecs Program background. The Charlotte Hall Va Clinic Is Requiring A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program. The Room Will Be Used To Check Patient S Vision, Perform Autorefraction And Slit Lamp Examination. Due To The Size Of The Room, A Compact Equipment System Is Needed To Screen Patients. scope Of Work. The Procurement Shall Include All Parts, Materials, Labor, Software/licenses, Resources, And Training Required To Implement And Utilize The Equipment/system To Their Fullest Capacity. All Items Must Be Covered By Manufacturer S Warranty And Procured Through A Manufacturer-approved Distribution Channel. Distributers And Resellers Must Be Able To Document Ability To Provide Items Through Manufacturer-approved Distribution Channels Upon Request. specifications. 4.1 Equipment line Item Description quantity mini-lane Refraction Desk 1 cv-5000s Digital Phoropter 1 deluxe Stool With Back 2 dual Table-top 1 auto Kerato-refractometer 1 slit Lamp 1 auto Lensmeter 1 4.2 Required Features compact System Combining Exam Lane Equipment Into One Space-saving Set-up: Digital Phoropter, Autorefractor, Lensmeter, Visual Acuity Chart And Chair & Stand customizable Refraction Programs, On-screen Technician Scripts And Emr Connectivity fit In A Foot Print Of 6 X 7 digital Phoropter high-speed Lens Disc Rotation To Reduce Overall Refraction Time, Ocular Stress And Confusion For The Patient ability To Connect To Network For Reduce Potential Transcription Errors small Optical Head Requiring Minimal Space dual Table Top - To Allow For The Use Of Two Instruments, Such As A Slit Lamp And An Auto Refractometer auto Kerato-refractometer ability To Perform Subjective Va Measurement For Far & Near Distance, Glare Test, Grid Test & Contrast Test slit Lamp auto Lensmeter fully Automate To Measure Glasses Prescription. This Is A Required Feature To Allow Staff To Quickly Gather Results With Little Training In A Very Busy Eye Clinic In Dcva specific Tasks. 5.1 Delivery. all Equipment Shall Be Delivered To: washington Dc Va Medical Center 50 Irving St Nw Washington, Dc 20422 attn: Vhawas Equipment Committee contract Va Purchase Order (po) Number Shall Be Included With Delivery Information (e.g., Packing Slip). delivery Hours: The Warehouse Is Open To Receive Deliveries Monday Through Friday, 8:00 A.m. To 4:00 P.m., Excluding Holidays. contractor Shall Coordinate Delivery With The On-site Point Of Contact (poc) And Provide Shipment Tracking Information. contractor Shall Verify Delivery Date And Time With The On-site Poc At Least 3 Business Days Prior To Scheduled Delivery. delivery Is Required Within 90 Days From Award Of The Contract. 5.2 On Site Procedures. covid-19 Screening: All Persons Entering The Facility Shall Be Subject To Screening For Covid-19 Per The Current Cdc (center For Disease Control) Guidelines. mask Requirement: All Contractors Shall Wear Masks While Indoors. contract Personnel Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. time Spent On Site Shall Be For A Period Sufficient To Complete The Work Set Forth In The Statement Of Work. on Site Visits Shall Be Scheduled In Advance With The Designated On-site Poc. contractor Shall Check In And Out With Biomedical Engineering Prior To Visiting The Worksite For Each Day Of Work. the Va Campus Is Non-smoking. Contractor Personnel Are Required To Comply With This Policy. parking: It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. contractor Personnel S Tool Bags Are Subject To Inspection. 5.3 Installation/implementation. installation/implementation Will Be Completed By Personnel Certified And Knowledgeable With The Designated Equipment/system. installation Shall Be Completed Within The Period Of Performance. contractor Shall Be Responsible For Any Personal Protection Equipment (ppe) Required When Performing Work On Site. contractor Shall Submit All Removable Media To Be Used On A Va System To Biomedical Engineering For Scanning With Anti-virus Software Prior To Use. in The Case Turn-in, Exchange, Repair, Or Replacement Of Equipment Containing Hard Drives Used By The Va, The Hard Drives Shall Be Removed From The Equipment And Remain In Possession Of The Va (this Includes Loaned Or Rented Equipment). the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor, Unless Corrective Action Is Taken. Any Damaged Material (i.e., Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer. 5.4 Training. contractor Shall Be Responsible For Providing On-site Training To Clinical Staff/users. training Is To Be Scheduled In Advance With The Designated On-site Poc. education Shall Be Provided Prior To And/or At Time Of Installation. education Professional Shall Be Certified To Provide Instruction On The Designated Equipment/system. education Curriculum Must Include: Operations And Set-up, User Maintenance, Safety, And User Troubleshooting Tips. 5.5 Inspection And Acceptance. contractor Shall Conduct A Joint Inspection With The On-site Poc Upon Completion Of Installation. in The Event Deficiencies Are Identified, The Contractor Shall Provide The Date When The Identified Deficiencies Will Be Addressed If Not Addressed On The Date Of Installation. The Contractor Shall Conduct A Joint Inspection With The On-site Poc After Addressing All Deficiencies. All Deficiencies Identified In The Joint Inspections Shall Be Corrected By The Contractor Prior To Government Acceptance Of The Item. Any Disputes Shall Be Resolved By The Contracting Officer. 5.6 Deliverables. the Contractor Shall Provide The Below Documentation For The Proposed Equipment To Tba Within 10 Business Days Of Work Completion: service Report. warranty Information. electronic Copy Of The Operators Manual. electronic Copies Of The Complete Technical Service Manuals, Including Troubleshooting Guides, Necessary Diagnostic Software And Equipment Information, Schematic Diagrams, And Parts Lists. hours Of Operation. dc Vamc S Normal Business Hours Are Monday-friday, 8:00 Am To 4:30 Pm, Excluding Observed Federal Holidays: new Year S Day labor Day martin Luther King S Birthday columbus Day president S Day veteran S Day memorial Day thanksgiving Day juneteenth christmas Day independence Day any Other National Holiday As Declared By The President Of The United States period Of Performance. Delivery Within 90 Days From Contract Award. item Information item Number description Of Supplies/services quantity unit 0001 1.00 un __________________ __________________ topcon Ids-300 Mini-lane With Cv-5000s Refraction Desk 0002 2.00 un __________________ __________________ topcon Os-300 Deluxe Stool With Back 0003 1.00 un __________________ __________________ topcon Cv-5000s Kit W/polarized Mc-5s 0004 1.00 un __________________ __________________ topcon Ids-300 Dual Table-top 0005 1.00 un __________________ __________________ topcon Kr-800s Auto Kerato-refractometer 0006 1.00 un __________________ __________________ topcon Sl-d701 Slit Lamp 0007 1.00 un __________________ __________________ topcon Solos Auto Lensmeter 0008 1.00 un __________________ __________________ installation, Calibration & On-site Training the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. If You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi? (3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? (4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (7) Please Provide General Pricing For Your Products/solutions For Market Research Purposes. (8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Ryan.singletary@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, January 24, 2025, At 10:00 Am Est. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: Notice Type: Notice Of Contract Action – Cyber Ai Updates – Sole Source Award To Aechelon Technology. justification, Statutory Authority: Far 13.501(a) – 41 Usc 1901- Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. contract Award Date: Tbd contract Award Number: Tbd synopsis: the United States Air Force Test Center/directorate Of Contracting (aftc/pzzg), Edwards Afb, Ca Intends To Issue A Sole Source Contract To Aechelon Technology Located At 611 Gateway Blvd. Suite 300 South San Francisco, Ca 94080 To Identifies The Nucleus, Workstation, And Nexus Software And Hardware Versions That Ensure Proper Cyber Updates Are Applied And Evaluated For Performance. The Contract Will Be Executed By Means Of Other Than Full And Open Competition, Due To Aechelon Technology Being The Only Authorized Reseller To The Nucleus, Workstation, And Nexus Software And Hardware Versions. the Authority Permitting Other Than Full And Open Competition Is 41 Usc 1901 - Far 13.501(a) Supplies May Be Deemed To Be Available Only From The Original Source In The Case Of A Follow-on Contract For The Continued Development Or Production Of A Major System Or Highly Specialized Equipment, Including Major Components Thereof, When It Is Likely That Award To Any Other Source Would Result In- (a) Substantial Duplication Of Cost To The Government That Is Not Expected To Be Recovered Through Competition; Or (b) Unacceptable Delays In Fulfilling The Agency's Requirements. the Requested Cyber Ia Support Is Critical To The Jse Program. This Requirement Is Specific To The Image Generation Equipment Utilized For F-35 And F-22 Aircraft Simulation To Support Developmental And Operational Testing Of These War Fighting Platforms. The Image Generation Systems Are An "out The Window" (otw) Solution For Flight Simulation Currently Used On F-35 And F-22 Pilot Training Programs. due To The Vendor's Specialized Capability To Perform Quarterly Cybersecurity Updates In Compliance With Dod And Nist Cybersecurity Directives And Publications. This Vendor Has The Specific Expertise And Knowledge To Identify And Manage The Nucleus, Workstation, And Nexus Software And Hardware Versions Necessary To Ensure That The Required Cybersecurity Updates Are Applied And Evaluated For Performance. Additionally, They Utilize The Latest Ia Scanning Toolset, Such As Acas And Evaluate Stig, Along With The Most Recent Microsoft Updates, To Conduct Comprehensive Os Baseline Updates And Verifications. The Vendor Also Provides Detailed Documentation For Each Quarterly Update, Which Includes Justifications For Any Unincorporated Iavmp Messages By Explaining The Potential Negative Impacts On Trainer Operations. This Level Of Specialized Service And Detailed Reporting Underscores The Necessity For A Sole Source Award To This Vendor, Ensuring Continuity And Compliance With Stringent Cybersecurity Requirements. aechelon Is The Sole Provider Of The Support Systems/integration Listed Above That Is Required To Support The F-22 And F-35 Simulation Lab. The Image Generators That Are Currently In Use Need Receive The Requested Cyber Ia Support To Ensure No Lapse In Capability Or Security Measures. These Generators That Are In Use With The Simulation Lab Are The Only System That Can Meet Current Requirements Because The Same Generators Are Used Across The Ewg And The F-22 Enterprise For Edwards Afb. Congruency Must Be Kept Between All Groups Across Edwards Afb To Ensure Test Conditions And Use Remains The Same. these Image Generators Have Already Gone Through Lengthy And Significant Testing To Ensure That They Intrinsically Meet All Technical Aspects Set Forth By The Test Mission. If Switching To A Different Brand/system Of Image Generators Would Require All These Lengthy And Costly Tests To Be Repeated On Any Possible Substitute At The Cost Of The Government Across The F-22 Enterprise. This Would Result In A Substantial Cost To The Government That Is Not Anticipated To Be Recovered By The Switch To A Different System. no Other Potential Sources Have Been Identified That Can Provide The Need Cyber Ia Support For The Aechelon Projectors. Aechelon Has Confirmed In The Past That They Do Not Have Authorized Resellers Or Distributors For This Type Of Need. A Formal Notice Of Contract Action Will Be Posted On Sam.gov To Confirm No Other Potential Sources. the Government Requests That Initial Feedback, Comments, And Questions Be Submitted No Later Than Three (5) Calendar Days From The Date Of This Notice Posted To Www.beta.sam.gov. In Accordance With Leeway Permitted By Far 13.501(a)(iii), All Responsible Sources May Submit A Capability Statement, Which Shall Be Considered By The Agency. Please Submit All Questions, Comments And Feedback Regarding This Ew Turntable Controls Hardware And Upgrade Via E-mail To The Following Points Of Contact:  Mr. Adam R. Confer, Contracting Officer, Phone: 661-277-3932, Email: Adam.confer.2@us.af.mil  Mr. Abel Alcantar, Contract Specialist, Phone: 661-527-3531, Email: Abel.alcantar.1@us.af.mil no Telephone Responses Will Be Accepted. Any Information Submitted By Respondents To This Notice Of Contract Action Is Strictly Voluntary. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such, And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. Any Response Submitted By Respondents To This Notice Of Contract Action Constitutes Consent For That Submission To Be Reviewed By Government Personnel. the Air Force Test Center Has Appointed An Ombudsman To Consider And Facilitate The Resolution Of Concerns From Offerors, Potential Offerors, And Others For This Acquisition. Concerned Parties Should Address Their Concerns, Issues, Disagreements, And/or Recommendations To The Contracting Officer For Resolution Prior To Consulting The Ombudsman. Additionally, Air Force Federal Acquisition Regulation (affars) 5352.201-9101 – Ombudsman, Will Be Included In Any Potential Solicitation And Contract For This Acquisition. The Aftc Ombudsman Contact Information Is As Follows: Air Force Test Center Vice Commander 1 South Rosamond Blvd, Edwards Afb, Ca 93524-3784. Phone Number (661) 277-2810, Facsimile Number (661) 277-7593, Email: Aftc.workflow@us.af.mil. disclaimer And Notice: This Is A Courtesy Notice Of Contract Action Only And Does Not Constitute A Commitment, Implied Or Otherwise, That Aftc/pzzg, Will Take Procurement Action In This Matter. This Is Not A Request For Proposals, Applications, Proposal Abstracts, Or Quotation. This Courtesy Notice Of Contract Action Only Shall Not Be Construed As An Obligation On The Part Of The Government. Further, The Government Will Not Be Responsible Nor Reimburse Any Submitters Of Information For Any Cost Incurred In Furnishing This Information. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed. Information Provided Will Be Used To Assess Tradeoffs And Alternatives Available For The Potential Requirement. Respondents Are Advised That The Government Is Under No Obligation To Provide Feedback To Respondents With Respect To Any Information Submitted.
401-410 of 429 archived Tenders