Scanning Tenders
Scanning Tenders
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
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.
Closing Date4 Feb 2025
Tender AmountRefer Documents
Department Of Education Division Of Negros Occidental Tender
Publishing and Printing
Philippines
Details: Description ` Republic Of The Philippines Department Of Education Region Vi – Western Visayas Schools Division Of Negros Occidental Bids And Awards Committee Request For Quotation (rfq) To All Eligible Suppliers: I. Please Quote Your Lowest Price Inclusive Of Vat On Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq And Submit Your Quotation Duly Signed By Your Representative Not Later Than ________________ At The Office Of The Bids And Awards Committee, Division Of Negros Occidental, Cottage Road, Bacolod City . For More Information Please Call At Telephone Nos. (034) 4347138. / 703-2073. Prospective Supplier Shall Be Responsible To Verify The Quoted Goods /items From Herein Stated Office Thru Said Telephone Numbers. Price Quotations In Excess Of The Herein-stated Budget Shall Be Rejected. Julito L. Felicano Bac Chairperson Ii. Particulars Abc In Php Item No. Quantity Unit Agency Specification Brand Offered Unit Price Total Price 50,445.00 Procurement And Delivery Of Printer For The Reproduction Of Division Kindergarten Lesson Exemplars (les) And Worksheets (wss) Master Copy For The Phase Implementation Of Matatag Curriculum Php __________ 1 5 Pc Printer Specification "printer Type: Print, Scan, Copy Printing Technology: Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 "" *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour):approx. 10 Sec / 16 Sec*2 Copying: Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black / Colour):up To 7.0 Ipm / 1.7 Ipm Scanning: Scanner Type:flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 600 X 1200 Dpi Maximum Scan Area:216 X 297 Mm Scanner Bit Depth (colour):48-bit Input, 24-bit Output Scanner Bit Depth (grayscale):16-bit Input, 8-bit Output Scanner Bit Depth (black & White):16-bit Input, 1-bit Output Scan Speed: Flatbed (black / Colour):200dpi: Up To 11 Sec / Up To 32 Sec Paper Handling: Number Of Paper Trays:1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Maximum Paper Size:215.9 X 1200 Mm Paper Sizes: Legal (8.5 X 14""), Indian-legal (215 X 345 Mm), 8.5 X 13"", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7"", 5 X 8"", 4 X 6"", Envelopes: #10, Dl, C6 Print Margin:0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver*3 Supported Os And Applications: Operating System Compatibility:windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Noise Level: Pc Printing/ Premium Glossy Photo Paper Best Photo: Sound Power (black / Colour) 5.1 / 5.2 B(a), Sound Pressure (black / Colour) 38 / 39 Db(a) Pc Printing / Plain Paper Default*4:sound Power (black / Colour) 6.4 / 6.2 B(a), Sound Pressure (black / Colour) 50 / 48 Db(a) Dimensions And Weight: Dimensions (w X D X H):375 X 347 X 179mm Weight: 3.9 Kg Consumables: Black Ink Bottle: Page Yield*5: 4,500 Pages Order Code: 003 (c13t00v100 / C13t00v199 (indonesia)) Cyan Ink Bottle:page Yield*5: 7,500 Pages (composite Yield) Order Code: 003 (c13t00v200 / C13t00v299 (indonesia)) Magenta Ink Bottle:page Yield*5: 7,500 Pages (composite Yield) Order Code: 003 (c13t00v300 / C13t00v399 (indonesia)) Yellow Ink Bottle:page Yield*5: 7,500 Pages (composite Yield) Order Code: 003 (c13t00v400 / C13t00v499 (indonesia)) Electrical Specifications: Rated Voltage: Ac 220-240 V Rated Frequency: 50-60 Hz Operating:14.0 W Sleep:0.4 W Power Off:0.2 W Standby: 4.0 W Interface: Usb: Usb 2.0" *** Nothing Follows*** Pr No. 25-01-011 Dated January 15, 2025 Procurement And Delivery Of Printer For The Reproduction Of Division Kindergarten Lesson Exemplars (les) And Worksheets (wss) Master Copy For The Phase Implementation Of Matatag Curriculum Abc In Php 50,445.00 For For Interested Bidders, Please Submit The Following Documents Together With Your Quotation: 1) Valid And Current Mayor's Permit; 2) Income/ Business Tax Return; 3) Valid And Current Philgeps Registration Certificate/number; 4) Professional License/ Curriculum Vitae (consulting Services); 5) Pcab For Infra And, 6) Omnibus Sworn Statement. Canvassed By: Supplier's Company Name: Address: Tin No.: Philgeps Registration Number: Telephone No.: Fax No.: E-mail: Supplier's Authorized Representative Signature Over Printed Name: Date:
Closing Date24 Jan 2025
Tender AmountPHP 50.4 K (USD 861)
Commission On Population And Development Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Project Reference No._2025-01-14 Name Of The Project: Purchase Of Laptop And Printer Location Of The Project Baguio City Date: January 20, 2025 Rfq No.: 2025-01-08 Business Name: ______________________________ Address / Contact Number: _______________________________ Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ____________________ Thru Email Address At Rodolfallen.bakidol@cpd.gov.ph Or Actual Submission Of Bid/quotations At Cpd Official Address Hazel G. Bandas Chair, Bids And Awards Committee Note: 1. Bidders Shall Accomplish The Request For Quotation Form Indicating The Quoted Price For Each Item As The Basis For Evaluation Of Bids 2. Additional Requirement May Be Requested After Determination Of Qualified And Responsive Bidders 3. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Signed Or Initialled By The Bidder. 4. Delivery Period Within (7) Calendar Days 5. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity Item No. Item & Description Qty Unit Unit Cost Total Quoted Price Purchase Of Laptop And Printer 1 Ink Tank Printer (all0in One: Print, Scan, Copy) 1 Unit Type: Ink Tank Printer (all-in-one: Print, Scan, Copy) Print Technology: Inkjet (micro Piezo) Print Resolution: Black: Up To 5760 X 1440 Dpi Optimized Color: Up To 5760 X 1440 Dpi Optimized Print Speed: Black: 10 Ipm (images Per Minute) Color: 5 Ipm Connectivity: Usb 2.0 (no Wireless Support) Paper Handling: Input Capacity: 100 Sheets (a4 Plain Paper) Output Capacity: 30 Sheets (a4 Plain Paper) Supported Paper Sizes: A4, A5, A6, B5, C6, Dl Envelope, Legal Size Scanner: Flatbed Color Scanner With An Optical Resolution Of 600 X 1200 Dpi Copy: Flatbed, With The Same Resolution As Scanning Ink System: Integrated Ink Tank System With Refillable Ink Tanks 2 Purchase Of Laptop 1 Unit High Performance Processor: 10 Cores/16 Threads , Frequency: 2.4 Ghz Up To 4.6 Ghz, Base Clock 100mhz Operating System: Windows 11 Home With Bundled Ms Office Home 2021 Graphics: 6gb Gddr6 Memory: 16gb Ddr5ram Display: 15.6" Fhd (1920x1080, 144hz Refresh Rate Storage: 512gb Ssd Battery: Integrated 60wh Audio: 2x, Array Mic Camera: Hd 720p With E-camera Shutter Weight: 2.38kg Keyboard: 1.5mm Key Travel, White Backlight Accessories: Charger, Mouse And Laptop Bag Please Attach Quotation With The Ff: 1. Mayor’s/business Permit/bir 2303 2. Philgeps Certification/registration Number (snap Shot Of Certificate) 3. Accomplished Rfq (signed By The Authorized Representative) 4. Pcab License (applicable For Infrastructure) 5. Curriculum Vitae (cv) [applicable For Consultancy] Note: Additional Requirement May Be Requested After Determination Of Qualified And Responsive Bidders (omnibus Sworn Statement-oss) Abc: ₱ 60,000.00 Total: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ________________________________________________ Printed Name / Signature ________________________________________________ Tel. No. / Mobile No./ E-mail Address Date: __________________________ Tin: _____________________ Vat:_____ Non-vat:_____ Corporation:______ Individual Terms And Conditions 1. All Prices Quoted Herein Are Valid. Binding And Effective At Least Within Thirty (30) Calendar Days From Date Of Quotation. 2. Awardee Shall Be Responsible For The Source(s) Of His Supplies/materials/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications Of The Award And Purchase Order. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award And Purchase Order Issued To That Awardee And For Re-awarding The Item(s) To The Alternate Awardee. 3. Awardee Shall Pick Up Purchase Order(s) Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call Or Fax Transmission Shall Constitute An Official Notice To The Awardee. Thereafter, If The Purchase Order(s) Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Delivery Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter Is Awardee Has Not Completed Delivery Within The Extended Period, He Subject Purchase Order Shall Be Cancelled And He Award For The Undelivered Balance Withdrawn From That Awardee. The Procurement Service Shall Then Purchase The Required Item(s) From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To He Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Commission On Population (popcom). All Necessary Laboratory Tests Undertaken By Popcom On The Item(s) Shall Be For The Account Of The Supplier. 6. Rejected Deliveries Shall Be Construed As Non-delivery Of Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 4 Hereof. 7. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s) / Product(s), Therefore That May Be Discovered By The Commission On Population Within Three (3) Months After Acceptance Of The Same, Shall Be Replaced By The Supplier With Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Affect. 8. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Product(s)/good(s) Purchased Shall Be Deducted For Each Day Of Delay In The Delivery Of The Product(s)/goods Ordered. 9. All Duties, Excise And Other Taxes And Revenue Charges, If Any, Shall Be For The Supplier’s Account. 10. As A Pre-condition To Payment, Importation Documents Specifically Showing The Condition And Serial Numbers Of The Imported Equipment Purchased Should Be Submitted By The Supplier To The Commission On Population. 11. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date30 Jan 2025
Tender AmountPHP 60 K (USD 1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice
this Is A Sources Sought Notice (ssn) Only. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement, And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Other Small Businesses Interested And Capable Of Providing Items Requested, As Well As Any Large Business Interested And Capable. This Request For Information/sources Sought Notice In Support Of The Mann-grandstaff Va Medical Center, Spokane, Wa Is For Market Research Purposes Only To Determine The Availability Of Potential Vendors With Capabilities To Provide The Requirement Described Below. This Request For Information/sources Sought Notice Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Results Will Be Used To Determine Set-aside.
the Intended Contract Is A Firm-fixed Price Supply Purchase.
potential Contractors Shall Provide, At A Minimum, The Following Information:
1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Sam.gov Uei Number/code.
2) Anticipated North American Industry Classification System (naics) Code Is 339112 (surgical & Medical Instrument Manufacturing). The Largest A Firm Can Be And Still Qualify As A Small Business For Federal Government Programs Is No More Than 1,000 Employees. Please Indicate Whether You Are A Small Business, Sdvosb, Vosb, Small Business Manufacturer, Other Small Business, Or Large Business, And Whether You Are The Manufacturer Of The Item Listed Below.
3) The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam).
4) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetcert Registry Located At Veteran Small Business Certification (sba.gov).
5) If Not A Manufacturer, Only Authorized Representatives/providers/distributors Of The Manufacturer Will Be Considered. Equipment Must Be New, No Used Or Refurbished Equipment Accepted. Please Provide A Proof Of Authorized Dealer Or Reseller Letter From Manufacturer.
6) If You Are The Manufacturer, Do You Have Any Designated Or Authorized Distributors? If So, Please Provide Their Name, Telephone, Point Of Contact And Size Status (if Available).
7) This Is A Brand Name Only Requirement. Please Identify Manufacturer Name (oem) And Manufacturer Part Number, As Well As Any Warranty Information.
please Provide A Courtesy Quote In Response To This Request To Evaluate Price Reasonableness For Any Set-aside Determination.
please Provide The Country Of Origin.
8) Please Identify The Country Of Origin
the Buy American Act Clause 52.225-1 (buy American Supplies) And Provision 52.225-2 Should Be Completed (see Attached)
it Is The Intent Of The Va To Use The Information Gathered For Market Research Purposes Only. If A Formal Solicitation Is Released, It Will Be Posted Via The Contracting Opportunities Website Located At Www.sam.gov Or Gsa Ebuy.
description Of The Requirement:
the Department Of Veterans Affairs Is Looking To Obtain Information On Vendors Who Can Provide The Products As Outlined Below. This Is An Unrestricted/open Market Brand Name Only Request For Information/sources Sought Notice.
*draft Statement Of Work/salient Characteristics
delivery Address:
mann-grandstaff Va Medical Center
warehouse Bldg. 14
4815 N. Assembly St.
spokane, Wa 99205
items:
line
manufacturer
equipment
description
quantity
0001
steris
rel650020mu
gtin: 00724995229511
6500 Ser Hepa Drying Cbnt, 20 Scope
main Unit
1
0002
olympus: See Attachment A
reltso100giaux
gtin: 00724995229672
olympus 160/180/190 Gi Endoscopes With
aux Channel
15
0003
olympus: See Attachment B
reltso100gi
gtin: 00724995229665
olympus 160/180/190 Gi Endoscopes
3
standard Warranty Shall Apply To All Parts Listed.
salient Characteristics:
will Allow The Scopes To Hang Vertically To Prevent Coil Memory And Maintain The Shape Of The Scope.
will Allow The Scopes To Stay In A Controlled Environment.
will Keep The Storage Environment Clean And Dry Through Internal Air Pressure With An Average Of An Air Exchange Every 20 Seconds And Be Able To Have 26 Air Exchanges Of Air Per Hour.
will Facilitate The Drying Of Internal Lumens With Channel Purging Air Flow Through The Scope Lumens And The External Surfaces Through Directed Air Flow.
will Maintain Security With A Fixed Or Handheld Barcode Scanning Of Users Required To Or Have Access To The Cabinet.
will Allow For The Scope Hang Times To Be Tracked By The Model And Time Put In The Cabinet For Traceability And Documentation.
will Allow For Employee Badge To Be Scanned For Access To Add To The Security Of The Scopes.
will Have Continuous Status Monitoring For Each Scope Stored In The Cabinet.
will Allow The Scope To Hang So That They Will Not Touch While Stored In The Cabinet.
will Meet Or Exceed The Guidelines Set Forth By Ansi/aami St91:2021, Aorn 2016, And Sgna.
will Have Three Phase Filtration That Will Remove 99.97% Of Particulates.
will Be Able To Hold Minimum Of 20 Scopes.
will Have The Option To Be Able To Expand The Number Of Scopes To Hang Should The Needs Of The Facility Change.
will Be Constructed Of Welded 304 Stainless-steel.
will Have Olympus Tubing Sets That Are Configured To The Endoscopes That We Are Currently Using That Correspond With Line Items 2 And 3 (see Diagrams, Attachments A And B).
will Be Configured To Have A Double Door For The Main Cabinet.
size Of The Cabinet Will Be 57 W X 80 H X 24 L.
loading Height Will Be 65-1/2 Above The Finished Floor.
will Have The Electrical Requirements Of 1220 V 1-phase, 60hz 10a
will Have A Color Touch Screen.
will Have A Control System That Will Manage All Cabinet Operations And Functions, Tracking Endoscopes, User Data And Storage Time For Traceability And Documentation.
will Be Able To Supply The Necessary Equipment To Hook Each Scope Up To The Air Port For Our Olympus Scopes We Are Using.
if Your Business Is Interested And Capable, Please Send The Capability Statement Outlined Above, And A Courtesy Market Research Quote To Rachel.richardson@va.gov By 12:00pm Pst On January 31, 2025. No Phone Calls, Please.
again, This Is Not A Request For Quote, And No Solicitation Is Available At This Time.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Presolicitation Notice
presolicitation Notice
page 5 Of 5
presolicitation Notice
*=required Field
presolicitation Notice
page 1 Of 5
request For Sf330
1. Introduction: This Is A Total 100% Service-disabled Veteran-owned Small Business (sdvosb) Set-aside In Accordance With Public Law 109-461. This Is A Request For Sf330s For Architect/engineer (a/e) Design Services For Project Number 538-25-206 Repair Clc Shower Access At The Chillicothe Vamc, 17273 State Route 104 Chillicothe Ohio, 45601.
this Announcement Is Not A Request For Proposal. No Solicitation Package Will Be Issued Via Fbo. A Request For Proposal Will Be Issued Directly To The Most Preferred Firm For Which Negotiations Will Commence In Accordance With Far Subpart 36.6. The Anticipated A/e Design Services, To Be Awarded, Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, And Va Acquisition Regulation Subpart 836.6.
2. Description: The Architect/engineer (a/e) Shall Provide All Services Required To Prepare And Furnish Complete Documents As Required For The Accomplishment Of Project Number 538-25-206 Repair Clc Shower Access. Complete Requirement Is Outlined In The Attached Statement Of Work.
period Of Performance: 238 Calendar Days After Contractor S Receipt Of Notice To Proceed
contract Type: Firm-fixed-price
naics Code: 541310
size Standard: $25.0 Million
3. Vetcert & Sam: In Accordance With Vaar 819.7003(b) (deviation), At The Time Of Offers/quotes (sf330 Submission), And At The Time Of Award Of Any Contract, The Offeror Must Represent To The Contracting Officer That It Is A
(1) Sdvosb Eligible Firm;
(2) Small Business Concern Under The North American Industry Classification System (naics) Code Assigned To The Acquisition; And
(3) Deviation - Certified Sdvosb/vosb Listed In The Sba Certification Database (aka Vetcert) At Https://veterans.certify.sba.gov/ (see 13 Cfr 128).
if Registration Is Required, Visit Https://veterans.certify.sba.gov/ To Register.
additionally, All Eligible Firms Must Be Registered And Current In The System For Award Management (sam) Database In Order To Be Evaluated And Eligible For Contract Award. If The Firm Is Not Registered In Sam, You May Register At Https://www.sam.gov.
4. Evaluation Criteria:
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government. Firms Responding To This Notice Shall Do So Using Standard Form 330 (sf-330) And Will Be Evaluated And Ranked Using The Selection Criteria Listed Below. The Evaluation Factors Are To Be Addressed In Section H Of The Sf-330 Unless Otherwise Detailed Below. The Evaluation Will Consider How Each Factor Is Addressed To Coincide With The Selection Criteria. The Factors Are Individually Weighted As Indicated.
the Following Factors Shall Be Used To Evaluate Offers:
professional Qualifications (15% Weighting)
specific Experience (20% Weighting)
firm S Capacity (15% Weighting)
past Performance (15% Weighting)
geographic Location (10% Weighting)
construction Period Services (15% Weighting)
use Of Sdvosb, Vosb And Small Business (10% Weighting)
please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Evaluation Factors Above In Order To Rank Interested And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part Ia To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications.
5. Limits On Subcontracting: In Accordance With Vaar 852.219-73 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside Under 852.219-73(a)(1)(v), It States:
The Business Will Comply With Subcontracting Limitations In 13 Cfr 125.6, As Applicable.
for Clarification, 13 Cfr 125.6 States In The Case Of A Contract For Services (except Construction), It (i.e. Sdvosb) Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded.
6. Selection Process: In Accordance With Far 36.6, Sf330s Will Be Evaluated By The Evaluation Board Using The Evaluation Factors Identified In This Announcement. After Sf330s Have Been Evaluated, If The Board Intends On Holding Discussions Or Interviews At Least Three Of The Most Highly Qualified Firms Will Be Selected. After Discussions Conclude, The Evaluation Board Will Evaluate The Qualifications Of The Firms Using The Same Evaluation Factors, Taking Into Consideration Both The Sf330 Submission And Subsequent Discussions, To Select The Most Preferred Firm From The Firms Considered To Be The Most Highly Qualified. Negotiations Will Begin With The Most Preferred Firm In The Final Selection.
7. Submission Requirements: Interested And Eligible Firms Should Submit Their Current Sf330 As Follows:
1) One (1) Electronic Pdf Copy Via E-mail:
a. See Attachments For Procedures (i.e., Ecms Getting Started Guide For Vendors & Ecms Vendors_guide_v4_2);
b. Size Limitation Is 20mb;
the Sf330s Are Due On Wednesday January 8, 2025, At 4pm Est.
acceptable Electronic Formats (software) For Submission Of Sf330 Packages:
(a) Files Readable Using The Current Adobe Portable Document Format (pdf);
(b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater;
(c) Sf330s 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;
(d) Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns.
the Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf330 In The Find A Form Block And Click On Search.
8. No Fax Or Telephonic Responses Will Be Accepted: Personal Visits Or Telephone Calls For Discussing This Announcement Will Not Be Entertained Or Scheduled. Questions May Be Directed Only By E-mail To Ryan.stark@va.gov No Later Than Friday, 20 December 2024, By 4pm Est.
9. Va Primary Point Of Contact:
- Ryan W. Stark
- Contract Specialist
- Email: Ryan.stark@va.gov
see Attached Document: 03 2024-08-27 B210-211 Repair Clc Showers Ae Scope Of Work.
see Attached Document: 12 538-2-206 Evaluation Criteria.
Closing Date8 Jan 2025
Tender AmountRefer Documents
Batangas State University Tender
Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Semi-expandable Ict Equipment For Various Offices " 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Semi-expandable Ict Equipment For Various Offices " With An Approved Budget For The Contract (abc) Four Hundred Fifty-eight Thousand Five Hundred Pesos Only (php 458,500.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 4 Unit All In One Printer Functions : Print, Scan, Copy Memory: 128mb Display: 1 Line Lcd Interface: Hi-speed Usb 2.0 Wired/wireless Network: Wireless Lan Print Speed (laser Comparable): Up To 17ipm (mono) And 16.5ipm (colour) Print Speed (fast Mode): Up To 30ppm (mono) And 26ppm (colour) Print Resolution: Up To 1200 X 6000 Dpi 2-sided Print: Automatic (up To A4/ltr) Direct Wireless Connection: Wi-fi Direct Maximum Copy Size: A4 Copy Speed (laser Comparable): Up To 13ipm (mono) And 10.5ipm (colour) Copy Speed (fcot): Up To 10.5 Sec (mono) And 21 Sec (colour) Copy Resolution (colour): Print Max. 1200 X 2400 Dpi; Scan Max. 1200 X 600 Dpi Maximum Scan Size: Up To A4 Scan Resolution: Optical: Up To 1200 X 2400 Dpi; Adf: Up To 1200 X 600 Dpi) Scan Speed: From 3.35 Sec/4.38 Sec (a4 Size, 100 X 100 Dpi) Paper Input (standard Type): Up To 150 Sheets (80g/m2) Paper Output: Up To 50 Sheets (up To A4) Paper Handling Sizes: A4, Ltr, Exe, A5, A6, Photo 4" X 6", Indexcard 5" X 8", C5 Envelope, Com-10, Dl Envelope, Monarch 57,600.00 2 1 Unit All-in-one Color Ink Tank Printer Function: Multi-function (print, Scan & Copy) Output Color: Color Print Technology: Inkjet Print Speed: Black - 8.8ppm; Color - 5ppm Number Of Nozzles: Total 1,472 Nozzles Resolution: 4800 X 1200dpi (max.) Paper Size: A4, A5, B5, Letter, Legal, 4 X 6 Inch, 5 X 7 Inch, 8x 10 Inch, Envelopes (dl, Com10), Square (5 X 5 Inch), Business Card. Custom: (width 55 – 215.9mm, Length 89 – 676mm) Paper Type: Plain Paper, High Resolution Paper, Photo Paper Plus Glossy Ii, Photo Paper Plus Semigloss, Matte Photo Paper, Envelope, Glossy Photo Paper, Photo Sticker Paper Weight: Plain Paper: 64 – 105g/m2, Canon Specialty Paper 275g/m2; Photo Paper Plus Glossy Ii (pp-201). Input Capacity: 100 Sheets Input Tray Output Capacity: 50 Sheets Output Tray Duplex Printing: Manual (driver Support Provided) Scanner Type: Flatbed Scanning Speed: 19s Scan Resolution: 600 X 1 200dpi Scan Paper Size: A4, Letter 10,700.00 Page 1 Of 5 Item No. Qty Description Total Multiple Copy: 1 – 20 Pages Copy Speed: 3.5ppm Connectivity: 1 Hi-speed Usb 2.0, Wi-fi Display: 1.2 Inch Segment Lcd Display Wireless: Yes, Ieee 802.11n / Ieee 802.11g / Ieee 802.11b Ink Tank: Yes Power: Input Voltage: Ac 100 – 240v; 50 / 60hz; Power Consumption: 11w (1.2w Standby) Ink Bottle: Gi-790 Black (6,000) Pages, Gi-790 Cyan, Magenta, Yellow (7,000) Pages 3 3 Unit All-in-one Ink Tank Printer Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black / Colour): Up To 7.0 Ipm / 1.7 Ipm Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 600 X 1200 Dpi Maximum Scan Area: 216 X 297 Mm Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Flatbed (black / Colour): 200dpi: Up To 11 Sec / Up To 32 Sec Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Maximum Paper Size: 215.9 X 1200 Mm Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver*3 Operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Usb: Usb 2.0 Printer Software: Epson Scansmart 28,800.00 4 5 Unit Color Document Scanner Specifications Scanner: 249,500.00 Page 2 Of 5 Item No. Qty Description Total Scanner Type: Sheet-fed, 1-pass, Duplex Color Scanner Optical Resolution:600 Dpi Maximum Resolution:1200 Dpi Interpolated Monochrome Bit Depth:1-bitoutput Resolution:50 To 1200 Dpi Effective Pixels:5100 X 9300 Light Source:3-color Rgb Led Scanning Speed:letter Size: 45 Ppm/70 Ipm: 300 Dpi Black-and-white, Color, Gray Automatic Document Feeder: Capacity:100 Sheets Document Sizes: Paper Size Minimum: 2" X 2" Paper Size Maximum: 8.5" X 240" At 200 Dpi, 8.5" X 215" At 300 Dpi Daily Duty Cycle: 5,000 Sheets Paper Weight: 27 –413 G/m2 Consumables: Roller Assembly Kit: 200,000 Pages General: Operating Systems: Windows® 10 Windows 8/8.1 Windows 7 Mac Os X® 10.9.8 – Macos® 10.12.x Software Requires Internet Connection For Download And Installation. Temperature: Operating: 41 ° To 95 °f (5 ° To 35 °c) Storage: -13 ° To 140 °f (-25 ° To 60 °c) Humidity: Operating: 10 – 80% (no Condensation) Dimensions: Product Only: 11.7" X 7.7" X 12.5" Product In Package: 14.5" X 9.9" X 11.5" Weight: Product Only: 8.1 Lb. Product In Package: 10.6 Lb. 5 4 Unit Computer Speaker Dimensions Height: 110 Mm Width: 90 Mm Depth: 88 Mm Weight: .25 Kg Technical Specifications Total Watt (rms): 1.2w 3.5 Mm Input: 1 Usb Cable For Power: 1 Controls Power And Volume Controls On Right Speaker 3,000.00 6 3 Unit Computer Web Camera Resolution: Full Hd 1080p, 1920*1080 Pixels Lens Type: Full Hd Glass Lens Viewing Angle: 70 Degrees Focus Type: Fixed Focus Focus Range: 60cm And Beyond Built-in Mic.: Digital Hd Mic. Output Format: Mjpeg Frame Rate: 30fps Usb: Usb 2.0 System Requirements Compatible With: Windows 7 /8 / 8.1 / 10 Or Later Works In Usb Video Device Class (uvc) Mode: Mac Os 10.10 Or Later 3,900.00 Page 3 Of 5 Item No. Qty Description Total Linux Os 2.6 Or Later Chrome Os 6.0 Or Later Android V6.0 Or Later Compatible With Social And Video Calling Software Of The Above System 7 1 Unit Dot Matrix Printer Print Method: Impact Dot Matrix Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Print Speed: High Speed Draft: (10 / 12 / 15 Cpi): 347 / 357 / 390 Cps (condensed, 17 / 20 Cpi): 383 / 298 Cps Draft: (10 / 12 / 15 Cpi): 260 / 312 / 223 Cps (condensed, 17 / 20 Cpi): 222 / 260 Cps (emphasized, 10 Cpi): 130 Cps Nlq: (10 / 12 / 15 / 17 / 20 Cpi): 65 / 78 / 55 / 47 / 56 Cps Reliability: Printhead Life: Approx. 400 Million Strokes/wire Mean Print Volume Between Failure (mvbf): Approx. 20 Million Lines (except Print Head) Mean Time Between Failure (mtbf): Approx. 10,000 Poh (25% Duty) Print Characteristics: Character Sets: Italic Table, Pc437 (us Standard Europe), Pc850 (multilingual), Pc860 (portugese), Pc861 (icelandic), Pc863 (canadian French), Pc865 (nordic), Abicomp, Brascii, Roman 8, Iso Latin 1, Pc 858, Iso 8859-15 Paper Path: Manual Insertion: Rear In, Top Out Push Tractor: Rear In, Top Out Paper Media: Cut Sheet (single Sheet): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.065 ~ 0.14mm (0.0025 ~ 0.0055") Cut Sheet (multi-part Forms): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.12 ~ 0.39mm (0.0047 ~ 0.015") (total) Continuous Paper (single Sheet / Multi-part): Length: 101.6 ~ 558.8mm (4.0 ~ 22.0") Width: 101.6 ~ 254.0mm 4.0 ~ 10.0") Thickness: 0.065 ~ 0.39mm (0.0025 ~ 0.015") (total) Envelope (no.6): 14,000.00 Page 4 Of 5 Item No. Qty Description Total Length: 92mm (3.6") Width: 165mm (6.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0,0205") (total) Envelope (no.10): Length: 105mm (4.1") Width: 241mm (9.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0.0205") (total) Roll Paper: Width: 216mm (8.5") Thickness: 0.07 ~ 0.09mm (0.0028 ~ 0.0035") Supported Os And Applications: Supported Os: Microsoft® Windows® 2000 / Xp / Vista / 7 / 8 / 8.1 / 10 8 6 Piece External Hard Drive Connection Interface: Usb 3.0 Capacity: 1tb Storage Media: 2.5" Hdd 19,200.00 9 1 Unit Monitor 34 Inches” Wqhd (3440x1440) High Resolution 21:9 Ultra Wide Display 121% Srgb 144hz High Refresh Rate Immersive 1500r Curvature 144hz Curved Monitor 20,000.00 10 14 Piece Ssd Form Factor 2.5? Capacity 1 Tb Interface Sata Iii Dimensions (l X W X H) 0.28? X 3.96? X 2.75? Sequential Read Performance 535mb/s Sequential Write Performance 450mb/s" 51,800.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 10, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date10 Jan 2025
Tender AmountPHP 458.5 K (USD 7.9 K)
Baao Water District Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Rfq No.: 2025-01-008 Date: January 22, 2024 Pr No.: 2024-01-018 To All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, For More Information Please Call 09694179074 Or Email Baaowdbac@gmail.com. Open Quotation Duly Signed By Your Representative May Be Submitted By Mail To Baao Water District, La Medalla, Baao, Camarines Sur Or Email At Baaowdbac@gmail.com. Not Later Than 9:00 A.m Of January 28, 2025. Pr 2025-01-018 Supply And Delivery Of Ict Equipment And Accessories For H1 2025 - 1 Lot Please See Page 2, And 4-10 For Item Descriptions Abc Php 893,926.44 Terms Of Payment: Within Thirty (30) Calendar Days From Date Of Delivery Of Goods Please Sign All Pages Box Maintenance Box (epson L6190) 5 Piece Flash Drive (min: 16gb) 5 Unit Keyboard, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Keyboard, Usb Wired 3 Piece Mouse, Wireless & Bluetooth, Type-c Rechargeable 3 Piece Mouse, Usb Wired 3 Unit Uninterruptible Power Supply (ups), (min: 2000va) 1 Unit Uninterruptible Power Supply (ups), (min: 1000va/600w) 5 Unit Document Scanner (see Attached Technical Specification) 2 Unit External Hdd (min: 1tb) 5 Unit Printer, Ink Tank (see Attached Technical Specification) 16 Unit Laptop, Lightweight (see Attached Technical Specification) 3 Unit Laptop, Mid-range (see Attached Technical Specification) 4 Unit Ms Office (min: Home & Business 2021) 7 Unit Ms Windows (min: 11 Professional 64bit) 1 Unit Printer, Impact Dot Matrix, 24 Pins (see Attached Technical Specification) 3 Pack Security And Protection Software (min: 3 Device 1 Year) 5 Unit Desktop, Mid-range Minimum Requirement: Intel Core I3-14100, Intel B760 Motherboard, 8gb Ddr5 Ram, 512gb M.2 Ssd, Windows 11 Home, Ms Office Home And Student 2021, Tower Desktop With Monitor, Usb Kb And Mouse 1 Terms And Conditions A. Submission Of Requirements Open Quotations And Other Requirements Stated Below Shall Be Submitted To Baao Water District, La Medalla, Baao, Camarines Sur Not Later Than 9:00 A.m Of January 28, 2025. 1. Supplier Shall Fill-in All The Necessary Information. 2. Supplier Should Indicate The Brand Name Of The Product Being Offered. 3. Supplier Shall Submit The Following Documentary Requirements: A. This Request For Quotation Form Duly Signed. Prices Shall Be Quoted In Philippine Peso. B. Philgeps Certificate/registration Number C. Mayor’s Permit/ Business Permit D. Bir Tax Registration Certificate (for Abcs Below 500k)/bir Income/business Tax Return (for Abcs Above 500k) E. Brochure For Technical Specifications Of The Product Being Offered (for Items That Needs Technical Specifications) F. Duly Notarized Omnibus Sworn Statement (for Abcs Above 50k) B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Technical Specifications 3. Price Bwd Reserves The Right To Post-qualify Any Supplier And/or To Reject Any Or All Submitted Quotations C. Award The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation. D. Delivery And Installation 1. Delivery Of Services Shall Be Made Within Fifteen (15) Calendar Days During Office Hours 9:00 Am- 4:00 Pm From Date Of Receipt Of Purchase Order. 2. Deliverables Shall Be Delivered To Baao Water District, La Medalla, Baao, Camarines Sur, Hereto Defined As Project Site, Costs To The Account Of Supplier. E. Instructions 1. Supplier Shall Be Responsible For The Source Of Its Goods/equipment, And Shall Make The Deliveries In Accordance With The Schedule, And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Bwd Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And It’s Irr-a Against The Supplier. 3. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 4. All Duties, Excise, And Other Taxes, And Revenue Charges Shall Be Paid By The Supplier. 5. All Transactions Are Subject To Withholding Of Credible Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 6. Tie-breaking Method In The Form Of “draw Lots” Will Use In Case Of Two Or More Suppliers Submitted/offer An Equal Or Same Bid Amount. F. Packaging The Supplier Shall Provide Such Packing Of The Goods Appropriate To Prevent Their Damage Or Deterioration During Transit To The Project Site. G. Inspection 1. All Deliveries By Suppliers Shall Be Subject To Inspection, And Acceptance By The Bwd Inspection Team And The End-user. H. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods. I. Warranty Warranty Shall Be A Period Of Six (6) Months For Supplies And Materials, And One (1) Year In Case Of Equipment Reckoned From Date Of Acceptance Of The Goods At Project Site. J. Payment Contract Price Shall Be Paid To The Supplier Within Thirty (30) Calendar Days From Date Of Delivery Of Goods At Project Site. All Payments Shall Be For Pick-up By The Supplier At The Bwd Office, Provided However, That If The Supplier Opts To Have The Said Payments Deposited To Its Bank Account, An Original Copy Of The Authority To Deposit Signed By The Authorized Signatory, Including An Instruction That Any Bank Charges Shall Be Automatically Deducted From Its Bank Account Must Be Provided To The Bwd. The Winning Supplier Shall Shoulder The Bank Charges Incurred For Bank-to-bank Transaction In The Release Of Payments For The Goods. Technical Requirement For Document Scanner Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Type: Sheet-fed Document Scanner • Color Depth: 24-bit Color, 8-bit Grayscale Scanning Performance • Single-sided Scanning Speed: Up To 26 Pages Per Minute (ppm) • Duplex Scanning Speed: Up To 52 Images Per Minute (ipm) • Daily Duty Cycle: Up To 3,000 Sheets • Optical Resolution: Up To 600 X 600 Dpi • Interpolated Resolution: Up To 1200 X 1200 Dpi Paper Handling • Automatic Document Feeder (adf): 50 Sheets • Media Sizes Supported: • Standard Sizes: A4, Letter, Legal • Other Sizes: Business Cards, Receipts, And Various Custom Sizes • Media Weight Supported: 27 To 413 G/m² Connectivity • Interface: Usb 3.0 • Operating System Compatibility: O Windows (various Versions) Software • File Formats Supported: Pdf, Jpeg, Tiff, And Other Common Formats Physical Specifications • Weight (min): Approximately 4.0 Lbs (1.8 Kg) • Power Consumption: 12 W (operating), 0.4 W (sleep Mode) Environmental Conditions • Operating Temperature: 10 To 35°c (50 To 95°f) • Operating Humidity: 20 To 80% (non-condensing) Power Supply • Type: Ac Adapter • Voltage: 100-240 V, 50-60 Hz Warranty • Limited Warranty: 1 Year Package Contents • Accessories: Ac Adapter, Software Driver (if Any), Operating Manual • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card Technical Requirement For Printer, Ink Tank Product Specifications Ink System • Single-function Printer • Offered Brand Must Be Globally Renowned. • Ink Tank System With High-capacity Refillable Tanks • Compatible Ink Types: Dye-based • Ink Bottle Colors: Black, Cyan, Magenta, Yellow Print Quality • Maximum Print Resolution (min): Up To 720 X 720 Dpi • Print Speed (iso) (min.): Up To 8.5 Pages Per Minute (ppm) In Black, 4.5 Ppm In Color Media Handling • Supported Paper Sizes (min): A4, A5, A6, B5, Legal, Letter, 4"x6" (photo) • Paper Capacity (min): Up To 50 Sheets (a4 Plain Paper) • Supported Paper Types: Plain Paper, Epson Glossy Photo Paper, Matte Paper Connectivity • Standard Interface: Usb 2.0 Power Consumption • Printing: Approximately 10w • Standby Mode: Approximately 0.6w Warranty • 2 Years Or 20,000 Pages, Whichever Comes First Operating Requirements • Compatible Operating Systems: Windows (various Versions), Macos • Temperature: 10-35°c Operating, 5-40°c Storage • Humidity: 20-80% (no Condensation) Other Features • Compact And Lightweight Design Suitable For Home Or Small Office • Low-cost Per Page, Eco-friendly With Efficient Ink Usage Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Set Of Initial Ink Bottles (black, Cyan, Magenta, Yellow) • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box With Warranty Card Technical Requirement For Laptop, Lightweight Product Specifications • Processor: O Total No. Of Cores (min.): 10 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 16 Gb Ddr4 Upgradable • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd • Front Camera (min.): 720p (hd Camera); With Privacy Shutter • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 16.0” Viewable Size O Resolution (min.): 1920 X 1200 (16:10 Aspect Ratio) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.1 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb 3.2 Type A O One (1) Usb 3.2 Type C O One (1) Headphone Jack O One (1) Hdmi 1.4 • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer Processor: • Turbo Frequency (min.):4.6 Ghz Random Access Memory (min.): 16 Gb Ddr4 Upgradable Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcle Ssd Front Camera (min.): 720p (hd Camera); With Privacy Shutter Graphics/video Processor (min.): 4 Gb, Integrated Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.1 Wireless Technology Standard I/o Ports (min.): • One (1) Usb 3.2 Type A • One (1) Usb 3.2 Type C • One (1) Headphone Jack • One (1) Hdmi 1.4 Color: Silver, Grey Or Black Battery: • Lithium Ion Battery • At Least Six (6) Hours Of Runtime Operating System: Latest Proprietary Operating System Products Should Be Compliant With Energy Stay Version 6.1 (computers) Security Software: Additional Security Features That Can Defend Malicious Software And The Like Upon Beginning Of The Boot Process. O Warranty One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum): One (1) Laptop Bag One (1) Power Cord One (1) Power Adaptor (manufacturer’s Standard) O Run Cpu-z And Validate The Following: Processor: (see “cpu” Tab) • No. Of Cores (min.): 10 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”) Memory: (see “memory” Tab) • Size (min.): 16gb (see “size”) • Type: Ddr4 (see “type”) Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen: Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape. Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item. Technical Requirement For Laptop, Mid-range Product Specifications • Processor: O Total No. Of Cores (min.): 6 O Total No. Of Threads (min.): 12 O Cache (min.): 12mb O Turbo Frequency (min.): 4.6 Ghz O Newest Or One (1) Series/generation Earlier • Random Access Memory (min.): 8 Gb Ddr4 • Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme • Front Camera (min.): 720p (hd) • Weight (max.): 1.9 Kg (including Battery) • Display Screen: O Size (min.): 15.6” Viewable Size O Resolution (min.): 1920 X 1200 (full Hd) • Graphics/video Processor (min.): 4 Gb, Integrated • Network Interface (min.): O Wireless Lan: Wi-fi 5 (802.11ac) O Bluetooth: 5.0 Wireless Technology • Standard I/o Ports (min.): O One (1) Usb Type C O One (1) Usb 3.2 Type A O One (1) Headphone Jack O One (1) Hdmi • Pointing Devise: Manufacturer’s Standard • Color: Silver, Grey Or Black • Battery: O Lithium Ion Battery • Operating System: Latest Proprietary Operating System • Products Should Be Compliant With Energy Stay Version 6.1 (computers) • Accessories (minimum): O One (1) Laptop Bag O One (1) Power Cord O One (1) Power Adaptor (manufacturer’s Standard) • Warranty: O One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. O Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. All Licenses Shall Be Enrolled In The Bwd Microsoft Account, Which Will Be Provided By Baao Water District To The Supplier. Evidence And Verification • Documentary Evidence To Be Submitted During Post-qualification: O Certification From The Manufacturer That The Processor Should Be The Newest Or One (1) Series/generation Earlier O Brochure Or Technical Dossier Or Data Sheet From The Manufacturer Processor: • Turbo Frequency (min.):4.6 Ghz Random Access Memory (min.): 8 Gb Ddr4 Total Solid State Drive (ssd) Capacity (min.): 512 Gb Pcie Nvme Front Camera (min.): 720p (hd) Graphics/video Processor (min.): 4 Gb, Integrated Network Interface (min.): • Wireless Lan: Wi-fi 5 (802.11ac) • Bluetooth: 5.0 Wireless Technology Standard I/o Ports (min.): • One (1) Usb 3.2 Type C • One (1) Usb 3.2 Type A • One (1) Headphone Jack • One (1) Hdmi Color: Silver, Grey Or Black Battery: • Lithium Ion Battery Operating System: Latest Proprietary Operating System Products Should Be Compliant With Energy Stay Version 6.1 (computers) O Warranty One (1) Year Warranty From Authorized Service Centers With Global Repair Coverage. Supplier Shall Respond Within 24 Hours For Any Technical Assistance/support Telephone Call, E-mail Or Site Visit Upon Verbal/written Notification By The End-user Agency. O Offered Brand Must Be Globally Renowned. O Proof/certification That The Proposed Brand Carries An Ecolabel That Conforms To Iso 14024:2018 (or Latest Version) Or Ecma-370 O The Supplier Shall Supply Ict Equipment That Are Rated Energy Efficient At Least Per Energy Star Version 6.1 (computers). O The Supplier Shall Supply Laptops Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least Two (2) Years After End Of Production. • In-house Test: O Visible On/off Buttons/switches For The System Unit. O Weigh The Laptop (including The Battery) Using Any Appropriate Weighing Device. O Test The Functionalities Of All The Input/output Ports, Network Interfaces, Keyboard And Pointing Device O Accessories (minimum): One (1) Laptop Bag One (1) Power Cord One (1) Power Adaptor (manufacturer’s Standard O Run Cpu-z And Validate The Following: Processor: (see “cpu” Tab) • No. Of Cores (min.): 6 Cores (see “cores”) • No. Of Threads (min.): 12 Threads (see “threads”) • Cache (min.): 12mb Cache (see “level 3”) Memory: (see “memory” Tab) • Size (min.): 8gb (see “size”) • Type: Ddr4 (see “type”) Graphics: 4gb (see “size” Under “graphics” Tab) O Display Screen: Measure The Display Screen Starting From One Corner Of The Screen’s Viewable Area Up To The Diagonally Opposite Corner Using A Steel Ruler Or Measuring Tape. Go To Display Settings And Check The Recommended Display Resolution. Packaging • Manufacturer’s Packaging Marking/labeling • Shall Conform With The Minimum Marking And Labeling Requirements Under Article 77 Of Republic Act 7394 (consumer Act Of The Philippines) Whichever Is/are Applicable Among Those Requirements To This Item. Technical Requirement For Printer, Impact Dot Matrix, 24 Pins Product Specifications General Specifications • Offered Brand Must Be Globally Renowned. • Printing Technology: 24-pin Dot Matrix Impact Printer • Printing Method: Impact Dot Matrix, 9-pin Wide Format Performance • Print Speed: O High-speed Draft: Up To 347 Characters Per Second (cps) At 10 Cpi O Draft: 260 Cps At 10 Cpi O Letter Quality: 65 Cps At 10 Cpi • Resolution: Up To 240 X 144 Dpi • Copy Capability: Original + 3 Copies (total Of 4 Layers) • Print Head Life: Approx. 400 Million Strokes Per Wire Paper Handling • Paper Feed: Friction Feed (front, Rear, Or Top), Push Tractor Feed (rear), Pull Tractor Feed (front Or Rear) • Paper Types: Continuous Paper, Single-sheet, Multipart Forms • Paper Width: O Continuous Paper: 101.6 Mm To 254 Mm O Single Sheets: 100 Mm To 257 Mm • Maximum Paper Thickness: 0.52 Mm Connectivity • Interfaces: Usb 2.0, Parallel, Serial Memory • Input Buffer: 128 Kb Reliability • Mtbf (mean Time Between Failures): Approx. 10,000 Power-on Hours • Ribbon Life: Approx. 2.5 Million Characters Power • Power Supply: Ac 220-240 V • Power Consumption: Approx. 27w (during Operation) Warranty • Limited Warranty: 1 Year Environmental Compliance • Noise Level: Approx. 53 Db(a) During Operation Features • Compatibility: Esc/p, Ibm Ppds • Emulations: Epson Esc/p, Ibm Ppds Emulation Package Contents • Accessories: Power Cable, Usb Cable, Software Driver (if Any), Operating Manual, Ribbon Cartridge • Brands Shall Be Engraved/ Embossed/ Printed On The Item • Manufacturer’s Packaging: One (1) Unit Per Box
Closing Date28 Jan 2025
Tender AmountPHP 893.9 K (USD 15.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A 12-month Contract To Supply Ga68 Dotatate (netspot). This Radiopharmaceutical Is Required For Imaging Procedures For The Corporal Michael J. Crescenz Va Medical Center- 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104.
this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement.
the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Performance Work Statement.
the North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300 Employees For This Type Of Effort.
vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov).
capability Statement And Documentation:
companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information:
1. Company Information:
Company Name
Company Address
Company Uei Sam
Company Naics Code(s)
Point Of Contact Name
Point Of Contact Phone Number
Point Of Contact Email Address
Company Website (if Available)
2. The North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300.
based On This Information, Please Indicate Whether Your Company Is A:
service-disabled Veteran Owned Small Business (sdvosb)
veteran Owned Small Business (vosb)
8(a)
hub Zone Small Business
women Owned Small Business
small Disadvantaged Business (sdb)
small Business Concern
large Business
3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Pws).
4. Government Contracts For These Services In The Last 3 Years. Include:
government Agency
contract Number
dollar Value
period Of Performance
government Point Of Contact Information (name, Email, Phone Number)
information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Wednesday, 01/29/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov.
performance Work Statement
date
december 6, 2024
client
philadelphia Veterans Affairs Medical Center
job Name
netspot Ga68 Dotatate
requested By
betty Taylor, Supervisor
from
tarideana Breazeale, Administration Officer
summary
the Corporal Michael J. Crescenz Va Medical Center (cmc Vamc) Requires A Vendor Licensed By The Nuclear Regulatory Commission To Provide The Radiopharmaceutical Netspot And Calibration Sources For The Nuclear Medicine Service. This Radiopharmaceutical Is Required For Imaging Procedures. The Calibration Sources Are Required For Equipment Quality Control Testing. This Product Is A Patented Drug Kit For The Preparation Of Gallium Ga 68 Dotatate For Injection. It Is Used For Pet Imaging For Localization Of Somatostatin Receptor Positive Neuroendocrine Tumors (nets) In Adult Patients. These Items Are To Be Delivered Directly To The Nuclear Medicine Service S Secured Receiving Areas, Room 3a101b Of The Corporal Michael J. Crescenz Va Medical Center 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104.
project Scope
this Pws Covers The Following Activities And Deliverables. The Vendor Agrees To Perform These Services With The Standard Of Care, Skill, And Diligence Normally Provided By A Professional Organization In The Performance Of Similar Services. It Is Understood That The Contractor Must Perform The Services Based, In Part, On Information Furnished By This Medical Center; However, The Vendor Is Given Notice That The Medical Center Will Be Relying On The Accuracy, Competence And Completeness Of The Contractor S Services In Utilizing The Results Of Such Services. The Nuclear Medicine Authorized Staff Of Cmc Vamc, When Needed For Next Day Delivery During Work Hours Will Place All Orders Daily. There May Be Orders Placed During Other Than Normal Working Hours, To Be Delivered Within A 45-minute Window For An Emergency. The Vendor Must Be Able To Fulfill This Requirement. All Items Delivered To The Nuclear Medicine Department As Specified Above. Cmc Vamc Will Require Credit Statements (itemized Returned Doses) And Monthly Invoices. Electronic Daily Dose Tracking Systems Should Be Available For The Medical Center S Use In Certifying And Tracking Of Patient Doses Delivered.
deliverables:
unit Per Dose
netspot
the Contractor Shall Have Available An Adequate Supply Of Contract Products To Meet The Requirements Of The Corporal Michael J. Crescenz Va Medical Center.
the Contractor Shall Label All Unit Doses Of Delivered Radiopharmaceuticals, With The Amounts, Preparation Time, Expiration Time, Date, Etc., And Provide A Bar Labeled Insert To Allow Scanning Data Into The Nuclear Medicine Information Management System (nmis).if The Contractor S System Varies From Our Current (pinestar) Nmis Information System, The Contractor Shall Provide Their System As Well As Data Migration, Technical Support And Training Of Staff On Its Use At No Additional Price To The Government.
all Packaging Of Radioactive Material Must Be Clearly Labeled Radioactive With The Proper Class And Exposure Levels On The Outside Of The Shipping Container.
the Contractor Shall Perform All Quality Control Procedures As Required By Federal And State Regulatory Agencies.
the Contractor Shall Meet All Nuclear Regulatory Commission, Department Of Transportation, Nhpp, Fda, Osha And All Other Agency Rules And Regulations (federal And State).
radiopharmaceutical Returns For Credit:
the Contractor Shall Be Responsible To Accept Returns For Full Credit Toward Future Orders Only Under The Following Conditions:
product(s) Ordered Or Shipped In Error
product(s) Damaged In Shipment
concealed Shipping Damages
recalled Product(s)
outdated Products In Unopened, Original Container (specifically Authorized For Return By Manufacture)
the Contractor Shall Invoice At Least Once Per Month Showing Period Covered, Billing Date, Name Of Preparation, Quantity, And Amount.
schedule
only Authorized Cmc Vamc Nuclear Medicine Service Personnel Shall Place Orders During The Normal Workday, And First Delivery Shall Be Received No Later Than 08:00 Am The Following Workday To The Cmcvamc Nuclear Medicine Department.
depending On Medical Center Patient Care Requirements, The Contractor Shall Provide Routine Delivery And Pick-up As Many Times As Required By The Cmcvamc.
the Delivery Order Shall Include The Following Information:
contract Item(s) And Quantity, Time (s) Of Delivery, And Applicable Va Order Number.
authorized Cmcvamc Personnel Via Telephone, Fax, Or E-mail Shall Only Place Orders. Contractor Agrees To Accept Unused Radiopharmaceutical And Provide Reimbursement Per Unit Dose Applicable Towards Future Orders.
after Award, The Cmcvamc Will Furnish The Name(s) Of Personnel Who Are Authorized To Place Orders Against The Contract.
the Contractor Will Be Furnished With A Copy Of The User S License As Per Nuclear Regulatory Commission Guidelines.
same-day Delivery
same-day Delivery Requires Delivery And Receipt At The Cmcvamc Nuclear Medicine Department No Later Than 2 Hours After Order Is Placed During Normal Business Hours. Nuclear Medicine Normal Business Hours Are Considered Monday Through Friday: 8:00 Am 4:30 Pm Except Federal Holidays.
the Following Are Federal Holidays:
new Year S Day
martin Luther King, Jr. Day
president S Day
memorial Day
juneteenth
independence Day
labor Day
columbus Day
veteran S Day
thanksgiving
christmas Day
pricing
items Will Be In Unit Dose, Daily, And On An As Needed Basis In Accordance With Patient Requirements.
key Assumptions
all Annual Quantities Are Estimates, Contractor Will Only Be Paid For Items And Quantities That Are Ordered And Delivered.
Closing Date28 Jan 2025
Tender AmountRefer Documents
Municipality Of Los Ba os, Laguna Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description I. Office Of The Mayor/hrmo(253,640.00) Laptop 1 Unit Os: Windows 11 Home Color: Mica Silver 12th Generation Intel®core? I5 Processor Intel®core I5-12500h(up To 4.5 Ghz W/ Intel®turbo Boost Technology(2g), 18mb L3 Cache, 12 Cores, 16 Threads) Intel Integrated Soc 16 Gb Ddr5-4800 Mhz Ram(2x8gb) 512 Gb Pcie® Nvme? Tlcm.2 Ssd 40.9cm(16.1") Diagonal, Fhd(1920x1080), 144hz,ips,microedge,anti-glare,250 Nits,45% Ntsc Audio By B&o; Dual Speakers; Hp Audio Boost Dimension: 37x26x2.35cm Ports:1 Superspeed Usb Type-c® 5gbps Signaling Rate(usb Power Delivery, Displayport? 1.4, Hp Sleep And Charge); 1superspeed Usb Type-a 5gbps Signaling Rate(hp Sleep And Charge); 2superspeed Usb Type-a 5gbps Signaling Rate; 1hdmi 2.1; 1 Rj-45; 1 Ac Smart Pin; 1 Headphone/microphone Combo With Backpack 1 Year Warrranty Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I3-12100(4-core,12mb Cache, Up To 4.3ghz Intel Uhd Graphics 8gb Ddr4-3200 Mhz Sdram 256gb M.2 Pcle Nvme Ssd+1tb 7200 Rpm Hdd 21.5" Full Hd (1920x1080) Led-backlit Lcd Monitor 2x Usb 2.0 (front) 2x Usb 3.2 Gen 1 Type A (front) 1x Hdmi 1x Vga 2x Usb 3.2 Gen 1 Type A (rear) 2x Usb 2.0(rear) 1x Rj45 Gigabit Ethernet 1x Media Card Reader 1x Combo Audio Jack 1x Line Out Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty High Speed And Heavy Duty A3 Scanner(duplex Sheet-fed Document Scanner) 1 Unit Scan At Speeds Up To 85ppm/170ipm(one-pass Duplex) Scan From 27gsm To 413gsm Scan Up To A3 1.44" Colour Lcd Sensor Type: Contact Image Sensor(cis) Scanning Method: Fixed Carriage & Moving Document Optical Resolution: 600x600dpi Min Document Size: 50.8 X 50.8 Mm Daily Scan Volume: Up Tp 9,000 Pages/day Adf Capacity: 100 Sheets (80g/m2) Interface: Usb 3.0 1 Year Warranty Ii. Records Management Office (188,400.00) 1 Branded Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I5-12100(6-core,18mb Cache, Up To 4.4ghz) Intel Uhd 630graphics 8gb Ddr4-3200 Mhz Sdram 512gb M.2 Pcle Nvme Solid State Drive (or 256gb M.2pcie Nvmessd = 1tb 7200 Rpm Hdd) 24" Full Hd (1920x1080) 75hzled-backlit Lcd Monitor 3x Usb 3.2 Gen 1 Type A Port 1x Usb 3.2 Gen 1 Type C Port 4x Usb 2.0 Port 1x Combo Audio Jack 1x Line Out Port 1x Hdmi 1.4b Port 1x Vga Port 1x Rj45 Gigabit Ethernet 1x Media Card Reader Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty 2 A3 All-in-one Inkjet, Color, Duplex, Wi-fi Printer 1 Unit Ink Tank System And Automatic Printer Type: Print, Scan, Copy, Fax With Adf Printing Technology: Print Method: Precisioncoretm Printhead Minimum Ink Droplet Volume:3.8 Pl Print Direction:bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution:4800 X 2400 Dpi Automatic 2-sided Printing:yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1:approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour):up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour):up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour):up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour):up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour):up To 10.0 Ipm / 5.0 Ipm *2 Copy Function: Reduction / Enlargement:25 - 400% Maximum Copy Size:a3 "copy Resolution:600 X 600 Dpi Max Copies:999 Copies" Copying: Iso 29183, A4 Simplex Flatbed (black / Colour):up To 23.0 Ipm / 10.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour):up To 22.5 Ipm / 10.0 Ipm Iso 24735, A4 Duplex Adf (black / Colour):up To 15.5 Ipm / 7.5 Ipm Scanning: Scanner Type:flatbed Colour Image Scanner Sensor Type:cis Optical Resolution:1200 X 2400 Dpi "maximum Scan Area:297 X 431.8 (mm) Scanner Bit Depth (colour):48-bit Input, 24-bit Output Scanner Bit Depth (grayscale):16-bit Input, 8-bit Output Scanner Bit Depth (black & White):6-bit Input, 1-bit Output" Scan Speed:(flatbed / Adf (simplex | Duplex)):200dpi, Black: 5 Sec / Up To 26.0 Ipm | 11.5 Ipm 200dpi, Colour: 10 Sec / Up To 9.0 Ipm | 6.0 Ipm Adf Specifications: "support Paper Thickness: 64-95 G/m2 Paper Capacity: 50 Sheets" Fax Function: "type Of Fax:walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory:6mb, Page Memory Up To 550 Pages Error Correction Mode: Itu-t T.30" "fax Speed (data Transfer Rate):up To 33.6 Kbps, Approx.3 Sec/page Fax Resolution:up To 200 X 200 Dpi Transmission Paper Size (flatbed):a5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Transmission Paper Size (adf): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Receiving Paper Size:half Letter, A5, B5, A4, Letter, Legal, B4, 11 X 17”, A3, A3+ Speed Dial / Group Dial:up To 200 Numbers, 199 Groups Fax Features:pc Fax (transmission/receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview, Memory Reception, Fax To Email, Fax To Folder, Automatic 2-sided Fax" Paper Handling: "paper Feed Method:friction Feed Number Of Paper Trays:3 (front 2, Rear 1)" "standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2)" 50 Sheets For Premium Glossy Photo Paper "cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper" "output Capacity:125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Maximum Paper Size:329 X 6000 Mm" Paper Sizes:a3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Margin:3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver Card Slot / Usb Host Function: Type Of Direct Printing:usb Memory "supported Os:windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later" Noise Level:pc Printing / Plain Paper Default *3:sound Power (black / Colour) 6.7 B(a) / 6.2 B(a), Sound Pressure (black / Colour) 52 Db(a) / 47 Db(a) "dimensions (w X D X H):515 X 500 X 350mm Weight:20.7kg" Interface: "usb:usb 2.0 Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Network Protocol:tcp/ipv4, Tcp/ipv6 Network Management Protocols:snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd" Power: "rated Voltage:ac 220 - 240 V Rated Frequency:50 - 60 Hz Power Consumption:operating: 19.0 W Standby: 9.1 W Sleep: 0.8 W Power Off: 0.2 W" Lcd Screen:4.3" Colour Lcd Touch Screen 1 Year Warranty Iii. Mho (370,000.00) 1 Server 1 Unit With 4 X 3.5" Hard Drive Chasis Rack Server Intel Xeon E-2324 3.1 Ghz 8m Cache 16gb Udimm 3200mt/s 2tb Drive Sas Ise Tmp2.0 V3 Idrac9 Express 15g Perc H755, Black Feature Technical Specifications Processor Intel Xeon E-2324 3.1 Ghz, 8m Cache, Memory • 16gb Udimm, 3200 Mt/s • Supports Unregistered Ecc Ddr4 Dimms Only Storage Controllers • Internal Controllers (raid): Perc H355, Perc H355f, Perc H345, Perc H345f, H755, H755f, Hba355i, Hba355f, S150 • Internal Boot: Internal Dual Sd Module Or Usb Or Boot Optimized Storage Subsystem (boss-s2): Hwraid 2 X M.2 Ssds • External Hbas (non-raid): Hba355e Drive Bays Front Bays: • With 4 X 3.5" Hard Drive Chasis Rack Server Power Supplies • 600w Platinum 100-240 Vac Or 240 Vdc Redundant, Hot Swap Cooling Options Air Cooling Fans Up To Four Fans With Full Redundancy Dimensions • Height – 42.8 Mm (1.69 Inches) • Width – 482 Mm (18.98 Inches) • Depth – 585.3 Mm (23.04 Inches) Without Bezel 598.94 Mm (23.58 Inches) With Bezel Form Factor 1u Rack Server Embedded Management • Idrac9 • Idrac Direct • Idrac Restful Api With Redfish • Idrac Service Module Bezel Optional Lcd Bezel Or Security Bezel Openmanage Software • Openmanage Enterprise • Openmanage Power Manager Plugin • Openmanage Supportassist Plugin • Openmanage Update Manager Plugin Mobility Openmanage Mobile Integrations And Connections Openmanage Integrations • Bmc Truesight • Microsoft System Center • Red Hat Ansible Modules • Vmware Vcenter And Vrealize Operations Manager Openmanage Connections • Ibm Tivoli Netcool/omnibus • Ibm Tivoli Network Manager Ip Edition • Micro Focus Operations Manager • Nagios Core • Nagios Xi Security • Cryptographically Signed Firmware • Secure Boot • Secure Erase • Silicon Root Of Trust • System Lockdown (requires Idrac9 Enterprise Or Datacenter) • Tpm 1.2/2.0 Fips, Cc-tcg Certified, Tcm 2.0 Optional Embedded Nic 2 X 1 Gbe Lom Network Options Na Ports Front Ports • 1 X Idrac Direct (micro-ab Usb) Port • 1 X Usb 2.0 Rear Ports • 1 X Usb 2.0 • 1 X Idrac Ethernet Port • 1 X Usb 3.0 • 1 X Serial Port • 1 X Vga Internal Ports • 1 X Usb 3.0 (optional) Pcie 3 Pcie Slots: • 1x8 Gen4 (x16 Connector) Low Profile, Half Length • 1x8 Gen4 (x8 Connector) Low Profile, Half Length • 1x4 Gen4 (x8 Connector) For Dedicated Perc Only Operating System And Hypervisors • Microsoft Windows Server With Hyper-v 2 Branded Laptop W/ Licensed Os 2 Units Black Amd 16gb Ddr4/ 512gb M.2 Nvme Pcie Ssd/ Graphics: 15.6" Fhd Display: Amd Radeon Graphics Windows 10 Pro 64bit /webcam / Wifi / Bt / Lan / Audio Port /usb 3.0/usb Type-c/hdmi/laptop Operating System: Ryzen 7 5825u Audio: High Definition (hd) Audio, Speakers: Stereo Speakers, 1.5w X2 Microphone: Dual-microphone Array With Noise-cancelling Camera: Hd 720p, With Privacy Shutter, Fixed Focus "battery: Integrated Li-polymer 38wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr) Integrated Li-polymer 45wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr)" Max Battery Life: 10.3hrs "power Adapter: 65w Round Tip (3-pin) Ac Adapter, 100-240v, 50-60hz 65w Usb-c (2-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz 65w Usb-c (3-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz" Keyboard: 6-row, Spill-resistant, Multimedia Fn Keys, Smb Service Hot Key, Numeric Keypad Backlight: Non-backlight Touchpad: Surface Multi-touch Touchpad, Supports Precision Touchpad (ptp), 69 X 104 Mm (2.72 X 4.09 Inches) Dimensions: 359 X 236 X 19.9 Mm (14.13 X 9.29 X 0.78 Inches) "surface Treatment: Imr (in-mold Decoration By Roller) Texture" Ehternet: Gigabit Ethernet, 1x Rj-45, Supports Wake-on-lan "wlan + Bluetooth: Wlan + Bluetooth**[1] 802.11ac 2x2 Wi-fi® + Bluetooth® 5.1, M.2 Card Wi-fi 6, 802.11ax 2x2 Wi-fi + Bluetooth 5.1, M.2 Card" "1x Usb 2.0 1x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer, Power Delivery 3.0 And Displayport™ 1.2) 1x Hdmi 1.4b 1x Ethernet (rj-45) 1x Headphone / Microphone Combo Jack (3.5mm) 1x Power Connector" Security Chip: Firmware Tpm 2.0 Integrated In Soc Camera Privacy Shutter ** One Year Warranty **7 Days Replacement ****nothing Follows**** Bid Amount Shall Not Exceed The Approved Budget Of Each Department / Office
Closing Date31 Jan 2025
Tender AmountPHP 812 K (USD 13.8 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs.
background
the National Institute Of Standards And Technology (nist), Physical Measurement Laboratory (pml), Microsystems And Nanotechnology Division (mnd), Chips R&d Program (https://www.nist.gov/chips/metrology-community) As Part Of The Chips Act Activities, Is Now Developing Imaging And Measurement Solutions For Integrated Circuit (ic) Overlay Metrology Using A Scanning Electron Microscope (sem). Ic Production Relies On Measurements Of The 3d Size, Shape, And Placement Of Structures With Atomic-level Precision And Repeatability. The Project Will Create A Sound Scientific Foundation And Comprehensive Solutions For Sem-based Overlay And Dimensional Metrology Superior To Currently Used Arbitrary Methods. This Will Allow The Design Of Overlay Patterns, Acquisition, And Image Analysis To Be Optimized Entirely Through Artificial Intelligence, Physics-based Simulation, And Modeling And Meet Ic Production Requirements Now And In The Future.
nist Mnd Requires A Wafer Relevant To Current Ic Technologies Suitable For The Sem Overlay Measurements Of Cu Lines That Can Be Covered With Various Si Oxide Layers. Although This Sample Only Approximates The Complete Overlay Structure, It Can Be Used To Assess The Advantage Of Using The Physics Of Signal Generation Over Simplistic Methods That Are Not Based On A Physics Model. The Wafer Containing Many Full-size Chips Will Be Diced Into Individual Chips That Will Be Covered By Various Thickness Si Oxide Layers At Nist Nanofab. The Process Will Create A Set Of See-through Overlay Metrology Samples Needed For The Sem Overlay Metrology Project.
nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements:
for The Sem Overlay Metrology Project, Nist Requires A 300 Mm Si Wafer Sample Of A Set Of Chips With Cu Damascene Patterns Suitable For Research And Development Efforts To Evaluate The Feasibility Of Physics-based Simulations And Ai-based Modeling As The Means To Improve The Performance Of Sem-based Overlay Metrology. 193 Nm Lithography Shall Be Used To Create The Overlay Metrology Patterns. It Is Also Advantageous, But Not Required To Place Other Than Overlay Dimensional Metrology Patterns On The Chips. All Chips Across The Wafer Shall Be Made Identical, Naturally Occurring Small Variations Due To Fabrication Processes Are Permitted.
specifically, The Contractor Shall Provide One Wafer Containing At Least 12 Chips With The Following Overlay Metrology Parameters:
1. Cu Damascene Patterns With Box-in-box (bib), Image-based Overlay (ibo), Advanced Imaging Metrology (aim) Grating Patterns, And Hitachi-type Sem-based Overlay (sbo). Pattern Design Can Be Found In Pertinent Public Literature; See, For Example, [1] Or Elsewhere.
2. Sets Of Varying Size Bib, Ibo, Aim And Sbo Overlay Metrology Patterns Must Be Included In The Less Than 150 Mm To Smaller Than 50 Mm Range.
3. Overlay Patterns With Intentional, Small, Close To 1, 2, 5, And 10 Nm Variations Of Known Overlay Offsets (shifts) Must Be Provided.
4. The Wafer Must Be Covered With A Protective Layer To Safeguard The Integrity Of The Cu Patterns.
5. A Gdsii-based Map With Pattern Locations And Properties (size, Type, Offset, Etc.) Identification Must Be Provided.
6. Documentation About The Wafer Material, Dopant Type And Concentration, And The Patterning Process Shall Be Provided.
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following:
manufacturer Name
model Number
technical Specifications
if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s)
describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response.
discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization.
identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive.
state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured.
identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline.
for The Naics Code Listed In This Notice:
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance.
describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available.
state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase.
state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services.
if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address.
provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement.
state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s).
thank You For Taking The Time To Submit A Response To This Request!
Closing Date8 Jan 2025
Tender AmountRefer Documents
411-420 of 430 archived Tenders