Software Tenders

Software Tenders

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: *****this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source***. background the National Institute Of Standards And Technology (nist), Materials Measurement Laboratory, Materials Science And Engineering Division (https://www.nist.gov/mml/materials-science-and-engineering-division) Is On The Market For A Video Rate Electrochemical Scanning Tunneling Microscopy. The Simplest Path To Attain This Capability Is By Upgrading The Electronics And Control System Of Our Existing Conventional Electrochemical Scanning Tunneling Microscope (ecstm) That Is Presently Limited To Conventional Slow Scan Rates, E.g. 36 Lines Per Sec. The New System Will Intercept Signals From Our Existing Microscope And Add Fast X,y,z Waveforms While Simultaneously Monitoring The Response Signal, Such As The Tunneling Current, Through A Fast Analog To Digital Converter. The Advanced Fast Scan And Video Imaging Capability Are Needed To Study Electrochemical Deposition And Etching Processes Relevant To The Fabrication Of Advanced Microelectronics Chips And Devices. Video Rate Ecstm Imaging Will Enable Measurement Of Surfactant Adsorbate Dynamics That Operate During Electrochemical Deposition Of Metals And To Track How Such Adsorbates And Their Phase Transitions Influence Morphological And Microstructural Evolution During Metal Deposition. The Proposed Research Will Help Reveal How Phenomena At Atomistic And Mesoscopic Length Scale Impacts Macroscopic Outcomes. In Addition To Imaging The Control System Should Off The Option Of Having The Ability To Track The Surface Diffusion Of Individual Molecules Or Adatom, A Process Known As Atom Tracking. Once Integrated Within Our Existing System The New Controller And System Should Enable Seamless Transitions Between Slow Scan Imaging With Our Existing Conventional Scanner And The New High Speed Video Rate Scanning Or Atom Tracking Functions. The High-speed Control System Should Have Its Own Control Algorithms And Software To Handle And Process The Substantial Data Flow Associated With Video Rate Imaging. contract Line-item Number (clin) 0001: The Contractor Shall Provide One (1) Control System And High Voltage Unit With Software For Control And Data Acquisition Of Video Rate Scanning Probe Microscopy. the System Shall Meet Or Exceed The Technical Specifications Identified Below. All Items Must Be New. Used Or Remanufactured Equipment Will Not Be Considered For Award. Experimental, Prototype, Or Custom Items Will Not Be Considered. The Use Of “gray Market” Components Not Authorized For Sale In The U.s. By The Contractor Is Not Acceptable. dedicated Controller For Video Rate Scanning Probe Microscopy Based On Field Programmable Gate Array (fpga) Technology And Fast Analog To Digital (adc) Conversion. the Control System Should Enable Accelerated Acquisition Of Atomic Scale Images And Also Offer As An Option The Ability To Track The Motion Of Features Such As Adatoms, Vacancies And Clusters Across The Surface, A Process Known As Atom Tracking. the Implementation Of Fast Probe Motion Control And Signal Acquisition Need To Be Fully Compatible And Transparent With Our Existing Pid Stm Controller Control Electronics (e.g. Molecular Imaging Pico Scan). No Modification To The Existing Scanner Hardware Or Electronics Should Be Required For High-speed Operation And Its Should Be Able To Easily Switch Between The Fast-scanning Mode And The Traditional Slow Imaging Mode Without Any Disruption. the System Should Intercept Signals From Our Existing Commercial Spm System And Adds Fast X, Y, And Z Waveforms, While Simultaneously Acquiring The Response Signal (such As Tunneling Current, Amplitude Or Phase) Through A Fast Adc. the System Should Be Capable Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz. the Control Unit Adc Must Sample At 100 Ms/s With 16-bit Resolution With An Input Range Of At Least ±1 V/±10 V And Control Unit Fast Output Of 1.39 Ms/s At Least 14-bit Resolution ±10 V. the High-speed Scanning Voltage Unit Takes A ±10 V Input With Selectable Gain To Drive Differential Piezo Output With Max Input And Output Voltages Of ±200 V. atom Tracking Involves Two-dimensional Feedback That Allows Local Extremum (protrusion Or Depressions) On The Imaged Surface To Followed With High Temporal Resolution. a Computer, Monitor, Keyboard And Mouse Along With Software To Control Video Rate Scanning And Optional Atom Tracking Operation. installation And Training Shall Be Provided And One Year Warranty And Service Agreement. nist Conducted Market Research From August 2024 – November 2024 By, Speaking With Colleagues, Performing Internet Searches, And Speaking With Vendors To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Caen Technologies, Inc. (uei: Cgh1csxqj5h7) Can Meet All The Governments Minimum Requirements. Particularly, The Combination Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz. And A Control Unit With Adc Samples At 100 Ms/s With 16-bit Resolution. 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). details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements. whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization. identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses. for The Naics Code 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. if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section. provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement. please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section. 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 By November 18, 2024. 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 the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future. this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations. no Award Will Be Made As A Result Of This Notice. nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And 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. thank You For Taking The Time To Submit A Response To This Request.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

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 advanced Semiconductor Technology Has Led To Continuous Performance Improvements In Transistors. However, Many Iterations Are Needed To Obtain Optimal Performance And The Yield And Reproducibility Is Incredibly Poor. Furthermore, Us Chip Makers Are Ill-equipped With Legacy Measurement Techniques And Underperforming Models. We Propose A Robust Path To Develop And Verify High-frequency Transistor Models: 1) New On-wafer Standards And Calibration, 2) Precision Noise Measurements For Transistor Quality Assurance, 3) Improved Characterizations, 4) Optimal Models Tailored To A Given Technology, And 5) Transistor Model Verification Across Frequency With Key Performance Indicators.   the National Institute Of Standards And Technology (nist) Radio Frequency (rf) Technology Division Is Seeking A Passive Tuner Solution That Operates From 170 Ghz To 260 Ghz. The Automated Passive Tuner Must 1) Be Waveguide Wr4.3 [170-260] Ghz Connectorized, 2) Be An Add-on To The Vertigo System, 3) Be Driven And Automated By The Vertigo “mmw-studio” Software To Enable Passive (and Hybrid) Load-pull Measurement And 4) Meet The Technical Specifications Described Below. this Solution Is Attended To Be Used For The Characterization Of High-frequency Transistors Under Large-signal And Load Conditions. This Solution Must 1) Be Wr4.3 [170-260] Ghz Connectorized, 2) Have Wr4.3 Automated Passive Tuners With Embedded Couplers That Will Enable Impedance Source And Load Control, And Dc/rf Power Control 3), Allow Absolute Amplitude And Phase Calibration Of Wave Parameters With Extended On-wafer Calibration Options, 4) Integrate A Visualization Software To Display General Large-signal Figure-of-merits Of Transistors Measured Under Various Conditions And, 5) Have An Add-on Active Load-pull Option. 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: must Be An Automated (not Manual) Tuner (ethernet Or Usb) add-on To The Vertigo System And Fully Driven By The Vertigo “mmw-studio” Software Only To Enable Passive And Hybrid Load-pull Measurement. frequency Of Operation: Rectangular Waveguide Wr4.3 [170-260] Ghz insertion-loss Must In A 50 Ohm-load Condition Must Not Exceed 1.2 Db. must Handle A Minimum Rf Power Of 10 W (cw) the Vector Repeatability Of The Tuner Must Not Exceed -40 Db must Present A Minimum Reflection Coefficient Of 0.88 Across Frequency And Over 360 Degrees. 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 Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Details: ***update 16 December 2024: The Draft Rfp Document (located In The Attachments Section), Encompassing Sections L And M Of The Draft Rfp, Has Been Added To This Posting. Please See The Updated Information And Instructions In The Revised Sections Below.*** ***update 27 November 2024: Pws Attachment Was Revised By Removing Cui Header. This Document Contains No Cui.*** introduction: army Contracting Command – Aberdeen Proving Ground (acc-apg) Is Releasing This Draft Request For Proposal (rfp). This Is Not To Be Construed As A Commitment By The Us Government To Form A Binding Contract Or Agreement. The Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Rfp. All Submissions Become Government Property And Will Not Be Returned. This Draft Rfp Is Open To All Business Types. this Draft Rfp Is Issued For The Purpose Of Developing A Viable Solicitation That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Draft Rfp Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, A Solicitation Is Released. This Draft Rfp Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Rfp. Proprietary Information Shall Not Be Submitted In Response To This Draft Rfp, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information. No Award Will Be Made As A Result Of This Draft Rfp. This Draft Rfp Is For Informational Purposes Only To Promote Exchanges Of Information With Industry. The Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Rfp And Is Not Obligated By The Information Received. background: the Primary Mission Of Program Executive Office Intelligence Electronic Warfare And Sensors (peo Iew&s) Is To Provide Affordable, World Class Intelligence, Sensor, And Electronic Warfare Capabilities Enabling Rapid Situational Understanding And Decisive Action. Peo Iew&s Currently Leads The Charge For The Army’s Artificial Intelligence (ai)/machine Learning (ml) Efforts, With Project Linchpin (pl) Being The Army’s Program Of Record (por) For Artificial Intelligence Operations And Services (aiops+). Aiops+ Includes The Industry Recognized Practices Of Ai/machine Learning Operations (ai/mlops) And Pl Ai Ecosystem, Pl Standardized Approaches (e.g. Ai Risk Framework), Pl Design Principles, And The Secure Trusted Environments And Services Which Enable The Delivery Of Ai Solutions To Ai-enabled Programs. Additionally, Software (sw) Development Is The Cornerstone Of The Programs That Allow The Army To Develop The Capabilities Which Enable Spectrum And Cyberspace Superiority. Sw Is Key To Each Piece Of The Army’s Networked Intelligence, Electronic And Cyber Warfare Capabilities. Peo Iew&s Leverages Modern Sw Development Practices As It Supports Future Army Efforts Such As Electronic Warfare (ew) Re-programming As It Paces The Threat. scope: the Peo Iew&s’ Matoc, Entited Artificial Intelligence And Software At Pace (ais@p),will Support Rapid Awards Of Ai/ml And Sw Development Requirements To Support Pl And Other Entities In Response To A Constantly Evolving Threat Environment, Swift On/off Ramping Of Vendors, And The Ability To Quickly Transition Between Vendors In The Event Of Contractor Performance Concerns. This Contract Will Provide The Warfighter The Best Capabilities At The Best Value – In The Quickest And Most Efficient Manner Possible. the Peo Iew&s Ais@p Contract Vehicle Includes Two Vendor Pools Supporting Peo Iew&s Focusing On The Areas Ai/ml And Sw Development. The Ai/ml Pool Will Focus On Supporting The Project Linchpin Efforts. The Sw Development Pool Shall Include Design, Development, Fabrication, And Testing Of Developmental Systems Covering The Complete Range Of The Peo Iew&s Portfolio. Example Efforts May Include Signal Detection And Analysis, Ems Effects, And Signal Exploitation. draft Request For Proposal (rfp) Information: in Pursuit Of A Collaborative And Transparent Procurement Process, Acc-apg And Peo Iew&s Are Releasing This Draft Rfp To Industry For Review And Comment. This Proactive Approach Will Enable The Incorporation Of Valuable Industry Insights And Feedback, Ultimately Leading To A More Effective And Efficient Solicitation. the Draft Performance Work Statement (pws), And The Draft Rfp Document Are Located In The Attachments Section Below. The Draft Rfp Document Includes The Salient Details Of The Draft Rfp, Including Instructions To Offerors, Evaluation Criteria, Evaluation Phases, Basis For Award, And Small Business Set-aside Information. acc-apg And Peo Iew&s Are Proactively Releasing This Information For Industry Review And Comment In Advance Of The Scheduled Industry Day On January 7th, 2025, To Facilitate Informed Dialogue And Maximize The Value Of The Event. please Note That Any Documents Attached To This Draft Rfp Aredraftsand Are Subject To Change Before The Final Rfp Release. how To Respond To This Draft Rfp: acc-apg And Peo Iew&s Are Requesting That Interested Vendors: review The Pws And Draft Rfp Document Located In The Attachments Section Below. complete The Microsoft Forms Survey Requesting Basic Information From Prospective Vendors. the Link Is Located In The Links Section Below, As Well As Here:https://forms.osi.apps.mil/r/pmwdh4ugee . gather Constructive Comments, Questions, And Feedback Regarding The Pws And Draft Rfp Document, And Send Them By Email To The Peo Iew&s - Ais@p Mailbox. mailbox Address Is Listed In The Contact Information Section Below, As Well As Here:usarmy.apg.peo-iews.mbx.aisap@army.mil . subject Line Of The Email Must Read "draft Rfp Ais@p - [company Name]". acc-apg And Peo Iew&s Ask That Vendors Not Delay Their Feedback, To Allow The Government Time To Revise And Address Responses Prior To Industry Day.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Government Service Insurance System - GSIS Tender

Transportation and Logistics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Technical Specifications 1. Project Title Freight And Delivery Services 2. Total Budget The Total Budget For The Project Amounts To Php 240,000.00. Said Budget Is Included In The Corporate Budget For Cy 2025. 3. Brief Discussion Why The Goods And Services To Be Procured Are Necessary Delivery Of Various Communications, Mails, And Parcels Originating From Gsis General Santos Branch Office To Members/clientele And To Various Agencies/offices. 4. Scope Of The Project The Service Provider Shall Provide The Gsis, Under A Courier Delivery Services Contract, The Delivery Of Mail Envelopes, Documents And Parcels Originating From Gsis General Santos Branch Office. The Service Provider Also Warrants That It Provides Nationwide Coverage For Its Services. 5. Detailed Specifications Of The Items, Materials, Equipment/hardware/software, Accessories And/or Services To Be Procured Not Applicable 6. Manpower Requirements The Supplier Must Assign A Point Person Who Will Handle/facilitate The Requests For The Supply And Delivery Of The Goods. Contact Details Of This Point Person Must Be Given To The Office Of The Branch Manager (obm) Upon Commencement Of The Project. 7. Support Service Requirements The Service Provider Shall Provide The Following Services: • Duly Acknowledged Of Airway Bills Or Delivery Receipts; • Daily Pick-up Of Mail Matters From The Gsis General Santos Branch Office To Be Delivered To Specified Destinations; • Monitoring Or Tracking Of Mail Matters And Preparation Of Necessary Reports; • Preparation Of Separate Monthly Delivery Reports Including Proof Of Delivery; • Preparation Of Monthly Billings On Or Before The Last Day Of The Month; And • Provision Of Facilities/system For Online Tracking. 8. Warranty And After-sales Service Requirements The Service Provider Warrants Next Day Delivery Service From Receipt Of Mail Matters Except For Those Areas Known To Have Limited Flight And Ship Schedules. If The Addressee Is A Private Person, The Required Date Of Delivery Must Be Complied With. However, If It Is A Government Entity And The Delivery Date Falls On A Weekend Or Holiday, Mail Matters Must Be Delivered On The First Working Day Thereafter, Except Upon Specific Instruction From The Gsis That Delivery Must Be Done On Weekend Or Holiday 9. Clear Statement Of The Required Standards Of Workmanship, Materials And Performance Of The Goods And Services To Be Procured “not Applicable In This Project” 10. Brand And Specifications Of The Existing Items, Materials, Equipment/hardware/software And Accessories, If The Former Are Related To The Goods And Services To Be Procured “not Applicable In This Project” 11. Drawings/plans And Other Necessary Information “not Applicable In This Project” 12. Schedule And Place Of Delivery Schedule Of Pick-up Will Be Once A Day At Gsis General Santos Branch Office 13. Terms Of Payment The Above-mentioned Services Shall Be Paid Fifteen (15) Days After Receipt Of The Monthly Billing From The Vendor/supplier. The Services Rendered Must Be Duly Found To Be Satisfactory (in Accordance With The Agreement Between The Gsis And The Vendor / Supplier) As Indicated In The Inspection And Acceptance Report. All Payments Shall Be Subject To Existing Accounting And Auditing Rules And Regulations Applicable To The Gsis. 14. Responsibilities Of The End-user Unit During Project Implementation The Assigned Personnel In-charge Of Gsis Gsc Branch Shall Prepare The Airway Bill And To Monitor The Proper And Timely Delivery Of The Mails & Parcels. 15. Penalty For Delay When The Winning Bidder Fails To Satisfactorily Deliver Goods Under The Contract Within The Specified Delivery Schedule, Inclusive Of Duly Granted Time Extensions, If Any, The Supplier Shall Be Liable For Damages For The Delay And Shall Pay Gsis Liquidated Damages, Not By Way Of Penalty, An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Delayed Goods Scheduled For Delivery For Every Day Of Delay Until Such Goods Are Finally Delivered And Accepted By Gsis. Gsis Need Not Prove That It Has Incurred Actual Damages To Be Entitled To Liquidate Damages. Such Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Supplier, Or Collected From Any Securities Or Warranties Posted By The Supplier, Whichever Is Convenient To The Procuring Entity Concerned. In No Case Shall The Total Sum Of Liquidated Damages Exceed Ten Percent (10%) Of The Total Contract Price, In Which Event The Procuring Entity Concerned May Rescind The Contract And Impose Appropriate Sanctions Over And Above The Liquidated Damages To Be Paid. 16. Documentary Requirements The Supplier Must Comply With The Dbm Gppb Non-policy Matter No. 045-2017, If Applicable. “dbm Gppb Non-policy Matter No. 045-2017, "the Gppb Recently Approved Amendments (effective 5 December 2017) To The Documentary Requirements For Negotiated Procurement Under The Small Value Procurement Modality Per Appendix A, Annex “h” Of The 2016 Revised Irr. Thus, Income Or Business Tax Returns Shall Be Required For Procurement Projects With Approved Budget For The Contract (abc) Above ₱ 500,000.00 And The Omnibus Sworn Statement Shall Be Required Only For Procurement Projects With Abc Above ₱50,000.00.” The Above Mentioned Documentary Requirement Shall Be Submitted By The Winning Vendor Before The Issuance Of The Notice Of Award (noa) / Purchase Order (po) / Contract. 17. Data Privacy The Winning Bidder/supplier Must Comply With All The Provisions Of Republic Act No. 10173, Known As The “data Privacy Act Of 2012” And Its Implementing Rules And Regulations. Important Reminder The Government Service Insurance System (gsis) Warns The Public/bidders Of Unscrupulous Individuals And Groups Posing As Officers/employees Of The Gsis Soliciting Money For Alleged Aid For Whatever Purpose. Do Not Give Anything To These Unscrupulous Individuals And Groups. Gsis Is Fully Compliant With The No Solicitation And Gift Policy. In This Regard, Gsis Officials And Employees Are Prohibited From “directly Or Indirectly Soliciting Gifts, Favors Or Benefits From Stakeholders And Directly Or Indirectly Soliciting, Accepting Or Receiving Any Gift, Favor Or Benefits From Any Party Which May Influence The Performance Of Their Official Functions Or Which May Be Perceived As Influencing Their Past, Present And Future Official Functions. We Thus Enjoin The Cooperation Of The Public/vendors/suppliers To Report These Individuals/groups To Gsis Through The Office Of The Vice-president, General Services Office At (02) 7976-4900 Local 4971 And Materials Management Department (mmd) At (02) 7976- 4900 Local 3608.
Closing Date9 Jan 2025
Tender AmountPHP 240 K (USD 4.1 K)

INDUSTRIAL TECHNOLOGY DEVELOPMENT INSTITUTE Tender

Publishing and Printing
Philippines
Details: Description Please Quote Your Price For The Item/s Listed Below With The Following Conditions: • Electronic Copy Of Quotations Will Only Be Accepted If Sent Through The Bac E-mail Address, Admbac@itdi.dost.gov.ph And From The Official Email Address Of The Bidder Addressed To Mr. Eric M. Charlon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement. • Sealed Quotations Must Be Submitted To The Bac Office Addressed To Mr. Eric M. Charlon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement Per Quotation Indicating The Solicitation No. In Front Of The Sealed Envelope. • This Will Be Awarded Per Lot To The Lowest Calculated Responsive Bidder. • Specify The Brand, Model And Specifications In Your Quotation With The Letterhead Of Your Company And Your Signature (quotations Without Specified Details Are Subject For Outright Disqualification). Deadline For Submission Of Bids: 1:00 P.m. – January 22, 2025 (wednesday) 1) 1 Lot Printer Print Features: Airprint,1 Duplex Printing, Auto Photo Fix Ii, Borderless Printing,2 Document Printing, Easy Photoprint+,3 Full Hd Movie Print,4 Mopria®,6 My Image Garden,7 Photo Printing, Canon Print App,8 Pixma Cloud Link,9 Red-eye Correction, Image Cropping, Quiet Mode, Special Filters, Wireless Printing Print Speed: 4" X 6" Borderless Photo: Approx. 44 Seconds Esat (black): Approx. 9.9 Ipm Esat (color): Approx. 5.7 Ipm Number Of Nozzles: Color: 1,152 / Pigment Black: 640 / Total: 1,792 Picoliter Size (color): 2 And 5 Print Resolution: Color: Up To 4800 X 1200 Dpi Pigment Black: Up To 600 X 600 Dpi Paper Sizes: 4" X 6," 5" X 7," 8" X 10," Letter, Legal, U.s. #10 Envelope Paper Tray Capacity: 100 Sheets Plain Paper, Or 20 Sheets Of Photo Paper (4" X 6") Copy Features: Borderless Copy, Fit-to-page Copy Speed: Fcot (color): Approx. 22 Seconds Scan Features : Auto Scan Mode,network Scan, Wireless Scanning Scanner Type: Flat Bed Scanning Method: Contact Image Sensor (cis) Scanning Resolution: 1200 X 2400 Dpi (optical), 19,200 X 19,200 Dpi (interpolated) Maximum Color Depth: 48-bit Input / 24-bit Output Maximum Document Size: 8.5" X 11.7" General Features: Hybrid Ink System, 4-color Cartridge System, Creative Park Premium, Wi-fi Led, Fast Front, Auto Power On/off, Quiet Mode, Canon Print App, Pixma Cloud Link Standard Interface: Hi-speed Usb, Pict Bridge (wireless Lan), Wireless Lan (ieee 802.11b/g/n) Size/weight: 17.7"(l) X 12.0"(w) X 6.0"(h) / 11.9 Lbs. Software (windows®/mac®): Setup Software And User’s Guide Cd-rom, Pixma Mg3620 Printer Driver, My Image Garden (full Hd Movie Print, Creative Park Premium, Special Filters, Image Correction/enhance, And Scanning Are Accessed Through My Image Garden), Quick Menu Os Compatibility: Computer Operating Systems: Windows: Windows® 8, Windows 8.1, Windows 7, Windows 7 Sp1, Windows Vista® Sp1, Vista Sp2, Windows Xp Sp3 32-bit Mac: Mac Os® X V10.7.5-10.10 Mobile Operating Systems: Ios, ® Android, ™ Windows Rt And Amazon Fire Devices Compatible Inks: Pg-240 Xxl Pigment Black Ink Cartridge 5204b001aa, Pg-240 Xl Pigment Black Ink Cartridge 5206b001aa, Pg-240 Pigment Black Ink Cartridge 5207b001aa, Cli-241 Xl Color Ink Cartridge 5208b001aa, Cli-241 Color Ink Cartridge 5209b001aa, And Pg-240xl/cli-241 Xl Combo Pack 5206b005ab Delivery Period: 30 To 45 Calendar Days Warranty: 1 Year On Parts And Services Important Reminders: Price: Inclusive Of All Applicable Taxes Price Validity: Pls. Specify Payment Terms: 15-30 Days Credit Delivery Terms: Pls. Specify Warranty Terms: Pls. Specify (if Applicable) Chemicals And Reagents- Delivery Shall Be Accompanied With Certificate Of Analysis Equipment- Delivery Shall Be Accompanied With Installation/test And Warranty Certificates Computer And Computer Parts- Delivery Shall Be Accompanied With Test/warranty Certificates This Shall Be Part Of The Delivery If Found Acceptable. Items Are To Be Delivered At Property & Procurement Section, 2nd Floor, Metrology Bldg., Itdi, Dost Compound, Bicutan, Taguig City. Additional Requirements: Upon Submission Of Quotation (abc > P50,000.00) * Philgeps Registration Certificate/number * Mayor’s/business Permit * Income/business Tax Return Or Tax Clearance Certificate * Pcab License (for Infra Projects) * Tax Identification Number (tin) * Bank Details: Account Name, Account Number, Bank Name And Branch (preferably Landbank Of The Philippines) Note: For Bank Transfers, If The Creditor’s Account Is Maintained Outside The Agency’s Mds-gsb, Corresponding Bank Charges Shall Be Borne/paid By The Creditor/payee Concerned.
Closing Date22 Jan 2025
Tender AmountPHP 12 K (USD 205)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: The Purpose Of This Special Notice Is To Notify Interested Parties Of A Virtual Industry Day For Possible Replacement Of Biomerieux Microbial Identification Analyzer, Biomerieux Microbial Identification, Antibiotic Susceptibility Testing Analyzer, And Biomerieux Middleware For Data Transmission To Lis For The Department Of Veteran Affairs Visn 23: Va Midwest Health Care Network, 2805 Dodd Road, Suite 250, Eagan, Mn 55121. Note: A Complete List Of Equipment Being Considered For Replacement Is Listed Below. Visn 23 Overview: Visn 23 Serves More Than 440,000 Enrolled Veterans Residing In The States Of Iowa, Minnesota, Nebraska, North Dakota, South Dakota And Portions Of Illinois, Kansas, Missouri, Wisconsin And Wyoming. Health Care Services Are Delivered Through An Integrated System Of Nine Hospitals, Sixty-three Community-based Outpatient Or Outreach Clinics, Eight Community Living Centers And Four Domiciliary Residential Rehabilitation Treatment Programs. Visn 23 Is Lead By Robert P. Mcdivitt, Fache - Network Director. Medical Centers Are Located At: Black Hills Va Health Care System, Fort Meade Campus, 113 Comanche Road, Fort Meade, Sd 57741 Black Hills Va Health Care System, Hot Spring Campus, 500 North 5th Street, Hot Springs, Sd 57747 Central Iowa Va Health Care System, 3600 30th Street, Des Moines, Ia 50310 Fargo Va Health Care System, 2101 Elm Street N., Fargo, Nd 58102 Iowa City Va Health Care System, 601 Highway 6 West, Iowa City Ia 52246 Minneapolis Va Health Care System, One Veterans Drive, Minneapolis, Mn 55417 Nebraska-western Iowa Va Health Care System, 4101 Woolworth Avenue, Omaha, Ne 68105 Omaha Va Medical Center, 4101 Woolworth Avenue, Omaha, Ne 6810 Sioux Falls Va Health Care System, 2501 W 22nd Street, Sioux Falls, Sd 57105 St. Cloud Va Health Care System, 4801 Veterans Drive, St. Cloud, Mn 56303 Industry Day Will Consist Of 1 Hour Time Slots For Any Interested Party To Provide Information And To Demonstrate Their Equipment During Their Assigned Industry Day Time Slot. A Ms Teams Meeting Will Be Scheduled For Interested Parties. Time Is Available On Tuesday February 25, 2025 And Wednesday February 26, 2025. Pre-registration Is Required To Attend. Presentations Will Be Recorded For Individuals That Are Not Able To Attend Presentations. Please Note: Replacement Equipment Must Not Require The Department Of Veterans To Modify The Existing Building, Network, Software, Interfaces Or Any Other Infrastructure. The Proposed Solution Must Be A Complete Replacement Package. All Other Equipment Will Not Be Considered For Review. Any Modification To The Existing Building, Network, Software, Or Interfaces That Is Not Part Of Replacement Equipment Announcement May Result In Elimination From Further Review. Interested Participants Must Pre-register For This Industry Day In Order To Schedule Their Presentation. Please Send An Email Amanda Patterson-elliott, Contract Specialist, Email: Amanda.patterson-elliott@va.gov No Later Than 12:00 Pm Central Time On Wednesday February 19, 2025. Please Title Your Email As Follows: Pre-industry Day Registration, Visn 23 Biomerieux Replacement Please Send Your Name, Title, Company Name, Sam Uei, And Company Demographics. Name, Title And Contact Information For Everyone That Your Company Would Like To Be Included In The Presentation So We Can Include Them In The Ms Teams Invite. Also So This Information May Be Given To All Department Of Veteran Affairs Industry Day Participants. Pre-industry Day Questions Can Be Submitted In Advance Or On The Day Of The Event. Responses To Questions Received In Advance Of The Industry Day Will Be Posted As An Amendment To This Special Announcement. Please Send Questions To Amanda Patterson-elliott, Contract Specialist, Email: Amanda.patterson-elliott@va.gov No Later Than 12:00 Pm Central Time On Wednesday February 12, 2025. Please Title Your Email As Follows: Pre-industry Day Question, Visn 23 Biomerieux Replacement The Following Are The Industry Day Rules Of Engagement (roe): - The Government Intends To Use This Forum To Communicate Requirements. - No Sales Pitches Allowed From Industry, No Giveaways. This Announcement Shall Not Be Construed As A Request For Quotation (rfq) Nor A Commitment By The U.s. Government. This Announcement In No Way Obligates The Government To Award Any Contract. Additionally, A Response To This Notice Is Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. The Purpose Of This Notice Is Strictly For Market Research Purposes. All Information Received In Response To This Request For Information That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Request For Information. The U.s. Government May Not Award A Contract Based On This Industry Day. Visn 23 Equipment Being Considered For Replacement. Site Biomerieux Equipment/model Serial Number Central Iowa Ms 51377 Fargo Vitek 2 Vtk24729 Fargo Ms New; Not Replacement Fargo Blood Culture New; Not Replacement Of Biomerieux Equipment Iowa City Vitek 2 Vk2c17314 âiowa City Ms 50499 Minneapolis Vitek 2 Vtk24222 Minneapolis Ms 50509 Nebraska-western Iowa Ms 50651 Sioux Falls Vitek 2 Vtk24622 Sioux Falls Ms S1305
Closing Date19 Feb 2025
Tender AmountRefer Documents 

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Others
United States
Details: This Is Not A Request For Proposal. No Proposals Are To Be Submitted In Response To This Notice. this Notice Is Issued By The Nasa/gsfc To Solicit Responses From Interested Parties. This Document Is For Information And Planning Purposes And To Allow Industry The Opportunity To Verify Reasonableness And Feasibility Of The Requirement, As Well As Promote Competition. nasa’s Goddard Space Flight Center (gsfc) Has A Need For A Short-wave Infrared (swir) Space-rated Sensor Subsystem Assembly (ssa) For Use In Low Earth Orbit (leo) As Part Of An Earth Observing Instrument Concept. A Representation Of The Desired System Is Presented In Figure 1. The Requested Ssa Is Shown In Blue With Separately Provided Components Shown For Context. The Spacecraft Will Receive Digital Readout Of The Detector, And Perform All Subsequent Processing Of The Data. Spacecraft Will Provide Onboard Commanding Of The Ssa. This Request For Information (rfi) Contains The Requirements Of The Desired System. see Attached For Figure 1 we Invite Responses From Vendors That Have An Ssa That Meets The Enclosed Requirements Or Have Systems That Can Be Modified In Time To Meet The Instrument Delivery Schedule. The Responses Should Include Pricing, Camera Capability And Performance, And Mechanical, Thermal, Digital, Power And Flight Software Interfaces. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. vendors Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Submit Appropriate Documentation, Literature, Brochures, And References. all Responses Shall Be Submitted Electronically Via Email To Steve Tompkins, Steve.tompkins@nasa.gov No Later Than Friday, January 31st At 4pm Est. Please Reference Sensor Subsystem Assembly Id # Rfi_gsfc_sensor_subsystem_assembly_fy25gjein Any Response. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Respondents Deemed Fully Qualified Will Be Considered In Any Resultant Teaming Arrangement And/or Solicitation For The Requirement. assumptions:assume The Spacecraft Will Launch On An Antares Or Falcon 9 To An 800 Km Sun Synchronous Orbit For At Least Three Years Of Operation. requirements:this Section Outlines The Needs Of The Ssa. Requirements Are Explicitly Labeled While Other Desired Characteristics Are Provided As Reference. programmatic instrument Development Start Date: November 17, 2025 instrument Design Review: September 30, 2026 ssa Delivery To I&t: October 15, 2027 instrument Delivery Date: June 15, 2028 technical Requirements mechanical mass: ~1.5 Kg dimensions: ~10 Cm X 10 Cm X 10 Cm housing Material: ~aluminum interface Accommodations: optical Subassembly Mounted In Front Of Ssa Housing ssa Housing Mounted To Spacecraft Structure Through A Spacecraft-provided Interface desired Ssa Aperture With A Keep Out Zone (koz) Which Does Not Vignette An F/5.1 Beam desired Focal Plane Is <5mm Below Housing Interface Plane thermal internal Thermal Control By Ssa focal Plane Thermal Stability: + 0.1 °c operational Range (spacecraft Interface): ~ -10 °c To +30 °c survival Range (spacecraft Interface): ~ -20 °c To +40 °c electrical input Power voltage: 28 Vdc Unregulated (24 Vdc To 35 Vdc) peak Power: <48 W Max average Power Consumption Expected Less Than 10 W time Synchronization Input function: Used To Synchronize The Focal Plane Array Readout type: Rs-422 Or Lvds command And Telemetry type: Rs-422 Or Lvds Uart fpa Data Output type: Spacewire Desired 12 Bit Minimum Adc grounding: Power-return Isolated From Housing detector:minimum Performance Listed Below Meets The Baseline Requirements. If Detectors Are Available With Larger Area Or More Pixels Please Include Those Options. format: minimum Dimensions (required): 12.3 Mm X 12.3 Mm minimum Pixels (required): 1024 X 1024. pixel Pitch: 12 Um (desired), qe: > 60% At 870 Nm, > 80% At 1550nm dark Signal Rate: < 100 Ke- / Sec, (at 20 °c) pixel Full Well: > 38 Ke- read Noise (at 20 °c): < 25 E- Rms fill Factor: >99% non-linearity: <1% inoperable Pixels (at 20 °c): <0.25% removable Window (used Only For Protection) radiation total Ionizing Dose Environment: 26 Krad (si) With 100 Mils Of Aluminum Shielding total Non-ionizing Dose Radiation Environment: 2e8 Mev/g (si) With 100 Mils Of Aluminum Shielding see Environments Shall Not Cause Unrecoverable Failure, Nor Permanent Degradation Of, Eee Parts Or Systems That Adversely Impact System Performance Or Reliability. ssa Functionality minimum Frame Rate: 30 Fps commanding exposure Time fpa Temperature Setpoint remote Power Control On/off, Remote Power Reset camera Configuration co-addition Of Frames Up To 120x Is Desirable telemetry minimum Internally Monitored And Reported Temperatures: Housing, Fpa Set Point, Fpa Temperature, Electronics Board thermoelectric Control (tec) Voltage report Tec Sensor Temperature - Materials low To No Outgassing Space Flight Compatible -support ground Control Software - Ssa Qualified To Gsfc-std-7000 Rev B (gevs), Or Equivalent ************* rfi Instructions responses Should Include Pricing, Schedule, Qualification Approach, Camera Capability And Performance, And Mechanical, Thermal, Digital, Power And Fsw Interfaces. provide A Description Of Any Flight Heritage, Including Orbit Altitude, Inclination And Flight Duration. provide A Rom Cost And Schedule For One Flight Unit And One Engineering Test Unit Of The Ssa. Use Current Year (fy25) Dollars For The Cost Estimate.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Other Consultancy Services...+1Consultancy Services
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the Norfolk District, U.s. Army Corps Of Engineers, Is Anticipating A Future Procurement For A Firm, Fixed Price Indefinite Delivery Indefinite Quantity (idiq) Contract, For Topographic And Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations To Include The Chesapeake Bay, The Eastern Shore Of Virginia, Several River Basins Within Virginia, And Portions Of Northeast North Carolina. description Of Work: the Norfolk District, U.s. Army Corps Of Engineers, Is Seeking Eligible Firms Capable Of Performing Hydrographic Surveying Of Navigation Channels Withing Usace Norfolk Districts Area Of Operations. In Addition, This Contract Requires Topographic, Geodetic, And Property Surveys In Support Of These Federal Navigation Projects. the Following Is The General Description Of The Survey Contemplated To Be Performed Under The Anticipated Idc: Note Final Deliverables Need To Be Compatible With Hypack. 1. Locate All Benchmarks Provided And Create Recovery Notes For Each Benchmark Using Either The Provided Benchmark Recovery Form Or A Similar Form Used By The Contractor. 2. Provide Topo Quality Xy Coordinates On Each Recovered Mark. 3. Level Through All Found Benchmarks Initiating On The Online Positioning User Service (opus) Benchmark. Level Notes Shall Follow The Established Usace Supplied Format. Set And Or Check Any Existing Gauges By Conventional Leveling And Verify And Record Real-time Kinematic (rtk) Result As A Confidence Check. 4. Survey All Areas Of Channel And Extension To Create 100% Coverage Of The Bottom In The Defined Area When Performing A Multibeam Survey 5. The Supplied Survey Lines Shall Extend As Noted In Each Projects Plan And Line Files. Any Area That Cannot Be Survey Due To Shallow Depth Of Water, The Distance Of 3 Times Of The Project Depth Outside Of The Toes Of The Channel Shall Be Required By Any Means Necessary To Acquire The Depth. 6. Reduce Soundings By Rtk And Post-processed Kinematic (ppk) To Tidal Datum And Display Soundings To 0.1’ Significant Figures. 7. Locate All Navigation Aids For Each Project Using An Rtk System And Label Nav Aids Per Format Provided And Shall Be In A Hydrographic Software Package Target File. 8. Keep A Field Corrector Sheet Of All Survey Cross Section For Each Project 9. Keep Each Project And Associated Information Individual To Itself. Include Metadata Files For Each Data Set. Government Will Supply The Metadata Generator Tool. 10. Process All Data For Correction To Required Horizontal And Vertical Datum, Include The Required Multibeam Cutout Cross Sections In The Final Processed Multibeam Cutout (mbco) Data Files Using The Supplied Hydrographic Software Package Line File. 11.pls Licensing Will Be Required And Certified Hydrographer (thsoa) Certification Is Recommended. sources Are Sought For All Interested Firms With A Naics Code Of 541370 With A Small Business Size Standard Of $19,000,000.00. suggestions For Applicable Naics Codes Beyond 541370 Are Welcome. Please Feel Free To Submit Any Recommendations For Consideration With Explanation Of Why The Suggested Alternate Naics Is Appropriate survey Of The Idiq Topographic & Hydrographic Survey the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Contractors' Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations, To Include The Chesapeake Bay, The Eastern Shore Of Virginia, And Several River Basins Within Virginia And Portions Of Northeast North Carolina. please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. would Industry Be Receptive To An Idiq Contract For Routine Topographic And Hydrographic Surveying Services Without Engineering Design Services? Is The Requirement Better Suited For An Architect & Engineering (a&e) Contract Or A Services Contract? have You Worked On Topographic & Hydrographic Survey Jobs Similar In Nature, Within The Past 5 Years? If So, Please Describe The Work And For Whom The Work Was Performed. Indicate The Dollar Value. Identify A Point Of Contact (s) And Phone Number, As A Reference Of Relevant Experience. what Types Of Topographic & Hydrographic Surveying Techniques Are You Most Experienced With, And How Do You Ensure Accuracy In Challenging Aquatic Environments? are You Familiar With The Safety And Health Requirements Of Em 385-1-1? would You Be Submitting A Proposal As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? would You Be Interested In Submitting A Proposal On The Solicitation When It Is Issued? If The Answer Is No, Please Explain Why Not? this Sources Sought Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers, Norfolk District To Issues A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available. the Government Will Utilize This Information In Determining An Acquisition Strategy. Please State All Of The Socio-economic Categories In Which Your Company Belongs (8(a), Hub-zone, Service-disabled Veteran Owned Small Business, Woman Owned). the Responses To This Sources Sought Must Be Submitted No Later Than 3 Pm Est27 January 2025 Via Email To Cpt Jonathan J. Chae At Jonathan.j.chae2@usace.army.mil Cc’d Stormie Wicks At Stormie.b.wicks@usace.army.mil. the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov, Https://sam.gov/content/home all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov. Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

INDUSTRIAL TECHNOLOGY DEVELOPMENT INSTITUTE Tender

Publishing and Printing
Philippines
Details: Description Please Quote Your Price For The Item/s Listed Below With The Following Conditions: • Electronic Copy Of Quotations Will Only Be Accepted If Sent Through The Bac E-mail Address, Admbac@itdi.dost.gov.ph And From The Official Email Address Of The Bidder Addressed To Mr. Eric M. Charlon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement. • Sealed Quotations Must Be Submitted To The Bac Office Addressed To Mr. Eric M. Charlon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement Per Quotation Indicating The Solicitation No. In Front Of The Sealed Envelope. • This Will Be Awarded Per Lot To The Lowest Calculated Responsive Bidder. • Specify The Brand, Model And Specifications In Your Quotation With The Letterhead Of Your Company And Your Signature (quotations Without Specified Details Are Subject For Outright Disqualification). Deadline For Submission Of Bids: 1:00 P.m. – February 03, 2025 (monday) 1) 1 Lot Printer Print Features: Airprint,1 Duplex Printing, Auto Photo Fix Ii, Borderless Printing,2 Document Printing, Easy Photoprint+,3 Full Hd Movie Print,4 Mopria®,6 My Image Garden,7 Photo Printing, Canon Print App,8 Pixma Cloud Link,9 Red-eye Correction, Image Cropping, Quiet Mode, Special Filters, Wireless Printing Print Speed: 4" X 6" Borderless Photo: Approx. 44 Seconds Esat (black): Approx. 9.9 Ipm Esat (color): Approx. 5.7 Ipm Number Of Nozzles: Color: 1,152 / Pigment Black: 640 / Total: 1,792 Picoliter Size (color): 2 And 5 Print Resolution: Color: Up To 4800 X 1200 Dpi Pigment Black: Up To 600 X 600 Dpi Paper Sizes: 4" X 6," 5" X 7," 8" X 10," Letter, Legal, U.s. #10 Envelope Paper Tray Capacity: 100 Sheets Plain Paper, Or 20 Sheets Of Photo Paper (4" X 6") Copy Features: Borderless Copy, Fit-to-page Copy Speed: Fcot (color): Approx. 22 Seconds Scan Features : Auto Scan Mode,network Scan, Wireless Scanning Scanner Type: Flat Bed Scanning Method: Contact Image Sensor (cis) Scanning Resolution: 1200 X 2400 Dpi (optical), 19,200 X 19,200 Dpi (interpolated) Maximum Color Depth: 48-bit Input / 24-bit Output Maximum Document Size: 8.5" X 11.7" General Features: Hybrid Ink System, 4-color Cartridge System, Creative Park Premium, Wi-fi Led, Fast Front, Auto Power On/off, Quiet Mode, Canon Print App, Pixma Cloud Link Standard Interface: Hi-speed Usb, Pict Bridge (wireless Lan), Wireless Lan (ieee 802.11b/g/n) Size/weight: 17.7"(l) X 12.0"(w) X 6.0"(h) / 11.9 Lbs. Software (windows®/mac®): Setup Software And User’s Guide Cd-rom, Pixma Mg3620 Printer Driver, My Image Garden (full Hd Movie Print, Creative Park Premium, Special Filters, Image Correction/enhance, And Scanning Are Accessed Through My Image Garden), Quick Menu Os Compatibility: Computer Operating Systems: Windows: Windows® 8, Windows 8.1, Windows 7, Windows 7 Sp1, Windows Vista® Sp1, Vista Sp2, Windows Xp Sp3 32-bit Mac: Mac Os® X V10.7.5-10.10 Mobile Operating Systems: Ios, ® Android, ™ Windows Rt And Amazon Fire Devices Compatible Inks: Pg-240 Xxl Pigment Black Ink Cartridge 5204b001aa, Pg-240 Xl Pigment Black Ink Cartridge 5206b001aa, Pg-240 Pigment Black Ink Cartridge 5207b001aa, Cli-241 Xl Color Ink Cartridge 5208b001aa, Cli-241 Color Ink Cartridge 5209b001aa, And Pg-240xl/cli-241 Xl Combo Pack 5206b005ab Delivery Period: 30 To 45 Calendar Days Warranty: 1 Year On Parts And Services Important Reminders: Price: Inclusive Of All Applicable Taxes Price Validity: Pls. Specify Payment Terms: 15-30 Days Credit Delivery Terms: Pls. Specify Warranty Terms: Pls. Specify (if Applicable) Chemicals And Reagents- Delivery Shall Be Accompanied With Certificate Of Analysis Equipment- Delivery Shall Be Accompanied With Installation/test And Warranty Certificates Computer And Computer Parts- Delivery Shall Be Accompanied With Test/warranty Certificates This Shall Be Part Of The Delivery If Found Acceptable. Items Are To Be Delivered At Property & Procurement Section, 2nd Floor, Metrology Bldg., Itdi, Dost Compound, Bicutan, Taguig City. Additional Requirements: Upon Submission Of Quotation (abc > P50,000.00) * Philgeps Registration Certificate/number * Mayor’s/business Permit * Income/business Tax Return Or Tax Clearance Certificate * Pcab License (for Infra Projects) * Tax Identification Number (tin) * Bank Details: Account Name, Account Number, Bank Name And Branch (preferably Landbank Of The Philippines) Note: For Bank Transfers, If The Creditor’s Account Is Maintained Outside The Agency’s Mds-gsb, Corresponding Bank Charges Shall Be Borne/paid By The Creditor/payee Concerned.
Closing Date3 Feb 2025
Tender AmountPHP 12 K (USD 205)

CARLOS HILADO MEMORIAL STATE UNIVERSITY Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Carlos Hilado Memorial State University Talisay City, Negros Occidental Telephone: (0939) 929 6624 Bac.sec@chmsc.edu.ph Request For Quotation Page 1 Of 3 Date: February 03, 2025 Quotation No. 25-013 __________________________ __________________________ Please Quote Your Lowest Price On The Item/s Listed Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ________________ In The Return Envelope Attached Herewith. Dr. Andrew Eusebio S.tan Bac Chairman Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within ___20___ Calendar Days 3. 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 4. Price Validity Shall Be For A Period Of ______ Calendar Days 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered Item Item & Description Qty. Unit Unit Price Total Price No. (pls. Indicate Brand Offered) Lot 1- Assorted Books For Cbma 1 Data Analytics And Business Intelligence/ Abante, C2023, Pb 2 Copy 2 Introduction To Management Science And Business Analytics 7ed/ 1 Copy Hillier, C2023, Pb 3 An Introduction To Management Science : Quantitative Approaches 1 Copy To Decision Making/ Comm, C2023 4 Kontekstwalisadong Komunikasyon Sa Filipino 2ed/ Maranan, 2 Copy C2023, Pb 5 Pagbasa At Pagsusuri Sa Iba't Ibang Teksto: Tungo Sa Pananaliksik/ 2 Copy Sanchez, C2023, Pb 6 Leadership: Research Findings, Practice, And Skills 10ed/ Dubrin, C2023, Pb 1 Copy 7 The Leadership Experience 8ed/ Daft, C2023, Pb 1 Copy 8 Labor Relations Management And Negotiations 2ed/ Serrano, C2023, Pb 1 Copy 9 Operations And Supply Chain Management 17ed/ Jacobs, C2024, Pb 1 Copy 10 Consumer Behavior: Building Marketing Strategy 15ed/ 1 Copy Mothersbaugh, C2024, Pb 11 International Economics 18ed/ Pugel, C2024, Pb 1 Copy 12 Economics 23ed/ Mc Connell, C2024, Pb 1 Copy 13 Matching Supply With Demand: An Introduction To Operations 1 Copy Management 5ed/ Cachon, C2024, Pb 14 Managerial Accounting 18ed/ Garrison, C2024, Pb 1 Copy 15 International Management: Culture, Strategy, And Behavior 12ed 1 Copy / Doh, C2024, Pb Total Lot 2 - Assorted Books For Bsba 16 Strategic Planning & Policy 2ed/ 3g E-learning, C2023, Pb 1 Copy 17 Organizational Leadership 2ed/ Bratton, C2023, Pb 1 Copy 18 Organizational & Society/ Spear, C2023, Pb 1 Copy 19 Introduction To Records Management/. Dwivedi, C2023, Hb 1 Copy 20 Effective Crisis Communication/ Ulmer, C2023 Pb 1 Copy 21 Success In Social Marketing/ Lee, C2023, Pb 1 Copy 22 Time To Rethink Risk Management/ Bendell, C2023, Hb 1 Copy 23 Introduction To Time Management/ Drake, C2023, Pb 1 Copy Total Lot 3 - Assorted Books For Bsis 24 Java All-in-one For Dummies 8 Books In One 7e/ Lowe, C2023, Pb 1 Copy 25 Javascript All-in-one For Dummies 7 Books In One / Minnick, C2023/, Pb 1 Copy 26 Living In The Information Technology Era Obe Approach/ Abante, 1 Copy C2023, Pb 27 Managing Emerging Data Technologies Concpets And Use/ Shaw, 1 Copy C2023, Pb 28 Multimedia Systems And Peripheral Devices 2nd Ed/ 3g E-learning, 1 Copy C2023, Pb 29 New Perspectives Computer Concepts Introductory 12e/ Parsons, 1 Copy C2023, Pb 30 Object Oriented Programming 3rd Ed./3g E-learning, C2023, Pb 1 Copy 31 Programming Languages/ Christian, C2023, Hb 1 Copy 32 Software Design/daughtery, C2023, Hb 1 Copy 33 Software Testing And User Experience, 3rd Ed/ 3g E-learning, C2023, Pb 1 Copy 34 Web Programming/ Daugherty, C2023, Hb 1 Copy 35 Labor Relations Management And Negotiations Obe Approach 2e/ 1 Copy Serrano, C2023, Pb 36 Strategic Business Analysis With Management/ Palma, C2023, Pb 3 Copies 37 Training And Development Obe Approach/ Flores, C2023, Pb 1 Copy Total ***************nothing Follows****************** Lot 1 = 70,508.00 Lot 2 = 52,690.00 Lot 3 = 105,690.00 Total Abc = Php 228,888.00 Procurement Of Textbooks And References For Cbma Programs To Sustain The Copc And Aaccup Requirements- Fortune Towne/p.f. Flores Pr# 25-046-0130 01-30-25 Mds 17-101-25-01 01-30-25
Closing Date12 Feb 2025
Tender AmountPHP 228.8 K (USD 3.9 K)
7891-7900 of 8715 archived Tenders