Software Tenders

Software Tenders

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number2125405y6174m74002 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated 22 May 2024. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. No Down Payments Or Advanced Payments Will Be Made To The Awarded Vendor. Vendor Shall Ensure They Can Secure Funding For This Order Until Delivered And Received By The Us Coast Guard. Payment Will Be Made By Government Purchase Order (net 30) And The Vendor Shall Assume Financial Responsibility Until The Order Is Accepted And Received By Us Coast Guard. Payment Of The Work Is Authorized To Be Submitted As Work Is Completed But Must Be Approved By The Contracting Officer First. basis For Award:thissolicitation Is Based On Far 13 – Simplified Acquisition Procedures And Quotes Will Be Reviewed And Awarded On A Best Value Basis Per The Solicitation. Past Performance Will Only Be Reviewed For “responsibility” Basis Per Far 9.1.the Evaluation Criteria For The Quote’s Will Be Who Meets All The Technical Requirements, Who Meets Our Deadlines And Price. all Quotes Shall Be Emailed To Shannon Carter Via Shannon.r.carter@uscg.mil And Shall Be Received No Later Than 02/07/25 At 5:00 Pm (eastern). All Emailed Quotes Shall Have 2125405y6174m74002 In The Subject Of The Email. if A Site Visit Is Required In Order To Bid, Please Email Ltjg Alaric Gricius Via Alaric.a.gricius@uscg.mil In Order To Schedule. vendor Information: entity Name entity Unique Entity Id entity Address entity Poc entity Phone Number poc Email Address vendor Shall Provide: line 1: Lead And Asbestos Abatement Services description: Lead And Asbestos Abatement Iaw Attached Statement Of Work unit Of Issue: 1 Jb line Total: estimated Performance Date: 02/10/25; Work Must Be Completed Within 15 Calendar Days line 2: Option For Extra Lead And Asbestos Abatement Services description: Option To Add Extra Spaces To Be Abated Iaw Attached Statement Of Work unit Of Issue: 1 Jb line Total: estimated Performance Date: 02/25/25 *all Work Must Be Completed In Accordance With The Attached Statement Of Work For The Order. *access To Some Drawings May Be Export-controlled And Require Any Recipient To Be Registered In The Joint Certification Program (jcp) Through Dla To Receive The Drawing. * *services Are Required To Be Complete By 02/25/25* place Of Performance: U.s. Coast Guard Yard Attn: Ltjg Alaric Gricius 2401 Hawkins Point Road Baltimore, Md 21226 invoicing In Ipp it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You. far Clauses this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation. 52.212-1 Instructions To Offerors—commercial Products And Commercial Services. 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities. 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services. 52.217-8option To Extend Services. as Prescribed In17.208(f), Insert A Clause Substantially The Same As The Following: optionto Extend Services(nov 1999) the Governmentmayrequire Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Ratesmaybe Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. Theoptionprovisionmaybe Exercised More Than Once, But The Total Extension Of Performance Hereundershallnot Exceed 6 Months. Thecontracting Officermayexercise Theoptionby Written Notice To The Contractor Within 5 Days. (end Of Clause)
Closing Date7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Description: Nsn 7r-1680-015204725-cb, Ref Nr 70850-22111-130, Qty 1 Ea, Delivery Fob Origin. This Part Must Be Acquired From/repaired By A Source(s)specified On A Source Control Or Selected Item Drawing As Defined By Thecurrent Version Of Dod-std-100. Suitable Technical Data, Government Data Rights, Or Manufacturing/repair Knowledge Are Not Available To Permit Acquisition From/repair By Other Sources, Nor Qualification Testing Of Another Part, Nor Use Of A Second Source Part In The Intended Application. Although, By Dod-std-100 Definition, Altered And Selected Items Shall Have An Adequate Technical Data Package, Data Review Discloses That Required Data Or Data Rights Are Not In Government Possession And Cannot Be Economically Obtained. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 7r-4820-006900257-ey, Tdp Ver 018, Ref Nr 616712-2, Qty 8 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (seefar Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specifictype Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Ofone Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Businessset-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University Andminority Institution Set-aside Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Uei Number (f) Cage Code (g) Tax Id Number (h) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? (i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi? (j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? (k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work. (n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. Statement Of Work: Service Agreement For Leica Histocore Systems |vastlhcs general Information service Agreement: The St. Louis Va Medical Center Is Requesting To Establish A Service Contract For Maintenance And Repair On Leica Histocore Peloris 3 System John Cochran (jc). The Facility Is Located At: va St. Louis Healthcare System john Cochran Division 915 N. Grand Blvd. st. Louis, Mo 63106 scope Of Work: The Contractor Shall Supply All Labor, Travel, Materials, Equipment, Tools, Supervision, And All Incidentals Required To Complete On-site Full-service Preventative Maintenance And Corrective Maintenance (repair) Of The Equipment Identified In Section Ii, In Accordance With Manufacturer S Recommendations, Joint Commission Standards, Design Specifications, And The Specifications, Terms, And Conditions Of This Contract. The Contractor Shall Use Only New Original Equipment Manufacturer (oem) Or Oem-approved Parts. The Contractor Shall Provide All Certifications That Their Service Engineers Are Authorized To Service And Repair Leica Biosystems Division Equipment. background: The Histocore Peloris System Provides Processing Of Patient Samples For Pathologists To Accurately Diagnose Illnesses, Making It Critical For Patient Care. This Procurement Is To Establish A Service Contract Required To Cover Preventative And Corrective Maintenance Services. This Contract Is Issued To Ensure The Continuous Reliability Of The Equipment Identified In The Statement Of Work. The Reliable And Accurate Operation Of The Equipment At All Times, Is Considered Critical To The Health Of Patients. performance Period: The Contractor Shall Begin The Work Required Under This Sow Commencing With The Effective Date Of Award, Unless Otherwise Directed By The Co, And Shall Provide Continuous Service Until The Date Of Contract Expiration. The Contract Would Be For One (1) Year Starting March 15, 2025, Through March 14, 2026, With Up To Four (4) Additional Option Periods. type Of Contract: Firm-fixed-price equipment To Be Serviced each Of The Following Items Is To Be Serviced In Accordance With The Specifications, Terms, And Conditions Of This Contract. line Item manufacturer model ee# 1 leica peloris 3 215923 services To Be Provided the Contractor Shall Provide Preventative And Corrective Maintenance, Including Emergencies, On The Equipment Outlined Above In Section Ii. summary Of Services annual Pm On Each System emergency Repair Service As Required From 8:00am 5:00pm, Monday Friday labor, Travel, And Replacement Parts, Shipping, And Packaging As Required preventative Maintenance the Contractor Shall Perform Preventive Maintenance (pm) Service To Ensure That Equipment Listed In Section Ii Performs In Accordance With Section B.4 (g) Conformance Standards. The Contractor Shall Provide Checklists And Utilize Procedures With Worksheet Originals Indicating Work Performed And Actual Performance Values Obtained (as Applicable). The Contractor Shall Provide Written Description Of Preventive Maintenance Inspections (pmi). This Description Shall Include An Itemized List Of The Procedures Performed, Including Electrical Safety. This Documentation Shall Be Provided To The Cor At The Completion Of The Pm. pm Services Shall Be Provided On An Annual Basis (one Pm Each Year). Any Exceptions To The Pm Schedule Shall Be Arranged And Approved In Advance With The Cor And Provided In Writing To The Contracting Officer. Any Charges For Parts, Services, Manuals, Tools, Or Software Required To Successfully Complete Scheduled Pm Shall Be Included Within This Contract S Agreed Upon Price, Unless Otherwise Specifically Excluded. Any Fuel Surcharges Will Not Be Authorized. the Contractor Shall Notify The Cor And Biomed Supervisor At Least 48 Hours In Advance Of The Date Of Contemplated Preventative Maintenance Inspection. A Designated Staff Member Will Accompany The Contractor As An Observer During The Inspection. The Inspection Shall Be Thorough And Shall Conform To Manufacturer And Industry Standards For The Equipment. Sufficient Time Shall Be Allowed To Permit A Thorough Inspection And Test Of Each Device Comprising The Overall System. Maintenance Work And Inspections May Be Combined At The Approval Of The Cor Or Alternate Cor If Down Time Is Not Considered Significant. the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Co And Cor (in Writing) Of The Existence Or The Development Of Any Defects In Or Repairs Required To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. If The Contractor Identifies Issues Outside Of The Scope Of The Contract, The Contractor Shall Provide A Quote To Resolve The Issue As Part Of A Separate Agreement And Allow The Work To Continue Under The Current Contract Scope. corrective Maintenance the Contractor, Cor, And Biomedical Engineering Staff Shall Maintain The Equipment In Accordance With Section B.4 (g) Conformance Standards. Contractor Shall Provide Unlimited Telephone Technical Support And All Required Parts. only The Co, Cor, Or Designated Alternate Has The Authority To Approve/request A Corrective Maintenance Service Call To The Contractor. Co Or Cor Authorization For Any Work Must Be Received Prior To Performance Of Work Or Payment Will Not Be Authorized. corrective Maintenance Service Calls Are Unlimited And Incur No Charge For Other Than Normal Working Hours. technicians Responding For Emergency Corrective Maintenance Service Must Report To The Cor, Biomed Supervisor, Or Designee (after Hours). Upon Completion Of Service/repair, The Technician Shall Again Report To That Person. parts the Contractor Shall Have Ready Access To All Parts, Including Unique And/or High Mortality Replacement Parts. All Parts Supplied Shall Be Compatible With Existing Equipment And Adhere To The Buy American Act. The Contract Shall Include All Parts Except -if Applicable - Those Parts Specifically Listed As Being Excluded. The Contractor Shall Use Only New Original Equipment Manufacturer (oem) Or Oem-approved Parts. All Parts Shall Be Of Current Manufacture And Have Complete Versatility With The Presently Installed Equipment. All Parts Shall Perform Identically To The Original Equipment Specifications. Parts Removed From Another System, Rebuilt And/or Used, Shall Not Be Installed Without Specific Approval By The Cor. All Defective Parts Replaced Become The Property Of The Contractor, Unless Otherwise Specified By The Cor Or Alt Cor. consumables Are Excluded. service Manuals/tools/equipment the Va Shall Not Provide Tools, Test Equipment, Service Manuals, Or Service Diagnostic Software To The Contractor. Contractor Shall Obtain, Have On File, And Make Available To Its Field Service Engineer (fse) All Operational And Technical Documentation (such As Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Cor Upon Request. the Contractor Shall Provide The Cor And The Biomedical Engineering Shop Supervisor Copies Of All Documentation That Pertains To Any Hardware, Software, Or Firmware Upgrade Or Repair. copies Of The Latest Version(s) Of All Documentation And Licensing Agreements, Which Shall Include Operation, Service, And Diagnostic Software. The Cor Shall Have Access To The Same Operation, Service, Diagnostic Software, And Documentation As The Oem's Fse. Contractor Shall Provide To The Cor Oem Service Bulletins For The Equipment Covered Under This Contract. All Documentation And Service Bulletins, Etc. Shall Be Provided Within 30 Days Of Award In Either Hard Copy Or Electronic Format. Any Future Service Bulletins Generated During The Contract Period Shall Be Provided To The Cor Within 30 Days Of Receipt In Either Hard Copy Or Electronic Format. services Not Covered By Contract co Is The Only Individual With The Authorization To Approve Any Work Outside The Scope Of This Contract. The Contractor Shall Provide A Quote For Any Work That Is Outside The Scope Of The Contract And The Co Will Evaluate The Price And If Applicable, The Co Will Negotiate With The Contractor. If The Co And The Contractor Agree On Pricing And It Is Approved To Add The New Scope To The Contract There Will Be A Subsequent Modification Awarded To Add The New Scope. removal Of Equipment approval From The Cor Must Be Obtained Before Removing Any Equipment From The Va Medical Facility. No Transportation Charges Will Be Allowed For Either The Repair Person Or Equipment To Or From The Contractors Facility. The Contractor Will Be Responsible For All Damage Or Loss Of Equipment. A Loaner Of The Same Type And Functionality Of The Equipment Removed, If Required, Shall Be Furnished, Installed, And Made Fully Operational By The Contractor Without Additional Cost. competency Of Contractor Personnel all Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Have An Established Business, With An Office And Established/hired Full-time Staff. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses. Fully Qualified" Is Based Upon Training And Experience In The Field. For Training, The Fse(s) Must Have Successfully Completed A Formal Oem Certified (or Equivalent) Training Program For All Equipment To Be Maintained And All Equipment To Be Utilized In The Performance Of The Contract. The Preferred Experience Of The Fse(s) Is A Minimum Of Two Years In The Installation, Calibration, Maintenance, And Repair Of The Specific Equipment Identified In Section Ii. if Subcontractor(s) Are Used, They Must Meet The Same Competency Standards As Contractor Personnel And Be Preapproved By The Co. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval Or Disapproval. the Co And/or The Cor Or Alt Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On Equipment. condition Of Equipment all Equipment Is Currently Fully Operational Per Required Standards As Set Forth By The Manufacturer. A List Of Standards May Be Provided Upon Request During Solicitation. conformance Standards contractor Shall Ensure That The Equipment Functions In Conformance With The Standards Established By The Manufacturer And Accrediting Organizations Such As Fda, Tjc, And Vha. These Standards May Be Provided On Request During Solicitation. hours Of Coverage the Contractor Will Provide All Non-emergent Services Within Normal Va Stl Business Hours (7:00 Am To 4:00 Pm (cst) M-f). all Services Shall Be Performed During These Normal Hours Of Coverage Unless One Of The Following Conditions Exists: the Contractor Wishes To Furnish Services At A Time That Is Outside Of The Normal Hours Of Coverage, At No Additional Cost To The Government, The Contractor Submits A Request To The Cor Prior To The Proposed Start Of The Work, And The Request Is Approved In Writing By The Cor Before Work Has Begun. Work Performed Outside The Normal Hours Of Coverage At The Request Of Fse/contractor Shall Be Considered Service Performed During Normal Hours Of Coverage. work Performed Outside The Normal Hours Of Coverage Must Be Pre-approved By The Co, Cor, Or Alt Cor. The Contractor Will Provide A Written Estimate Of The Charges Prior To Approval Of The Work. the Contractor Shall Provide Coverage 24 Hours/day, 7 Days/week And All Holidays. there Will Be No Additional Charge For Time Spent Waiting At The Site During Or After The Normal Hours Of Coverage For Delivery Of Parts. hardware/software Update/upgrade Installations Shall Be Scheduled And Performed During Normal Hours Of Coverage At No Additional Charge To The Government. federal Holidays Observed By The Va Medical Center New Year S Day, Martin Luther King, Jr. Day, president S Day (washington S Birthday), memorial Day , juneteenth, independence Day, labor Day, columbus Day, veterans Day, thanksgiving Day, Christmas Day, and Any Other Day Specifically Designated By The President Of The United States. documentation/reports no Later Than Seven (7) Business Days After The Conclusion Of Any Maintenance Or Repair The Contractor Will Provide To The Cor Or Alt Cor A Signed Detailed Service/inspection Report Listing All Devices, All Repairs For Each Device, Parts Used To Maintain Or Repair The Devices, And Operating Efficiency Of The Devices. The Service/inspection Report Shall Contain, At A Minimum, The Following Information: date And Time Of The Technician S Arrival On Station. type, Model, And Serial Number(s) Of All Equipment On Which Maintenance Was Performed. total Time Spent Performing Maintenance (exclusive Of Any Travel Time). detailed Narrative Description Of Work Performed. complete List Of Parts Replaced. comments As To The Cause Of The Malfunction When Applicable date And Time The Repair/preventive Maintenance Was Completed. security Requirements upon Arrival At The Va Medical Center, All Contractor Personnel Shall Be Required To Report To The Va Medical Center Police For A Temporary Id And Then To The Cor For Check-in. This Check-in Process Is Mandatory. When The Service Is Completed, The Personnel Shall Be Required To Check Out With The Cor Or Biomedical Engineering Shop Supervisor. exposure To Blood Borne Or Infectious Material there Is A Potential For Exposure To Blood Borne Or Other Infectious Material With Equipment Throughout The Medical Centers. All Maintenance Persons Must Use The Universal Precautions (e.g., Decontamination Of Medical Equipment, Wearing Protective Gloves, Aprons, And Goggles) During Cleaning And Maintenance/repair Procedures. test Equipment the Contractor Shall Provide The Cor Or Alt Cor With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor In The Performance Of This Contract. Test Equipment Calibration Shall Be Traceable To A National Standard. identification, Parking, Smoking, And Va Regulations contractor S Personnel Shall Wear Visible Identification At All Times While On The Premises Of The Va. Identification Shall Include, As A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From Va Police Service. Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not Local District, State, Or Municipal Court. smoking Is Prohibited Inside All Va Buildings. definitions/acronyms co Contracting Officer cor Contracting Officer S Representative esr - Engineering Service Report - Documentation Provided By The Vendor Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. fse - Field Service Engineer - A Person Who Is Authorized By The Contractor To Perform Maintenance (corrective And/or Preventive) Services On The Avahcs Premises. nfpa - National Fire Protection Association. oem Original Equipment Manufacturer. osha Occupational Safety And Health Administration. pm - Preventive Maintenance Inspection. Services Which Are Periodic In Nature And Are Required To Maintain The Equipment In Such Condition That It May Be Operated In Accordance With Its Intended Design And Functional Capacity With Minimal Incidence Of Malfunction Or Inoperative Conditions. unscheduled Repairs Emergency Services Required To Restore Equipment To Working Condition Outside Normal Hours Of Coverage. ul Underwriter S Laboratories it Security Requirements va Information Technology Certification And Accreditation Requirements Apply. the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract. Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. 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 An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open. any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/10/2025, 1500 Pm Est. attention: Arlie Lindsey, Contracting Specialist. email: Arlie.lindsey@va.gov please Reference 36c25525q0166 Service Agreement For Leica Histocore Systems Vastlhcs In The Subject Line. please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetcert If Organization Is Claiming Sdvosb Preference. only Organizations With An Active Sam.gov Account Can Be Considered. utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration. https://sam.gov/content/home
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Municipality Of Naguilian, La Union Tender

Software and IT Solutions
Philippines
Details: Description 1 Unit Printer Print, Scan, Copy With Adf, Print Speeds Up To 17ipm For Black And 9.5ipm For Colour, Auto-duplex Printing, Wi-fi & Wi-fi Direct 1 Unit Scanner Scanning Speeds Of Up To 35 Ppm / 70 Ipm, Automatic Document Feeder (adf) Of Up To 100 Sheets. Daily Duty Cycle Of 4,000 Pages, One-pass Duplex Scanning, Wireless Connectivity, Scan-to Function Without Having To Use The Pc, Paper Protection Function And Image Sensor Glass Dirt Detection 1 Unit Laptop "processor: 10 Core Ram: 16 Gb Ddr4 Ram Storage: 1tb Ssd Pcie 3.0 Display: 14 Inch Wuxga Ips Windows 11 Home Microsoft Office 2021 Student Microsoft 365 Basic" 1 Unit Desktop Computer "processor (cpu): 6 Cores, 12 Threads, 3.7 Ghz Base Clock (boosts Up To 4.4 Ghz) Graphics: 4gb Video Memory Memory (ram): 16gb Ddr4, Dual-channel (2x8gb), 3200mhz Storage: 1tb Ssd Power Supply (psu): 650w, 80+ Efficiency Rating Case: Micro Atx Case Monitor: 24-inch, 1080p, 60hz Keyboard And Mouse Operating System: Windows 11 With Microsoft Office 2021" 2 Units Desktop Computer Processor: 4-core/8-threads 6mb Smart Cache Gpu: Uhd Graphics 630 (4k) Memory: 8 Gb Ddr4 2600 Mhz Storage: Ssd 250 & Hdd 1tb Monitor: 24" Accessories: *uniterruptable Power Supply (ups) 1500 Va *keyboard *mouse *speaker *webcam With Microphone *headset With Microphone 3 Units Printer Can Print, Scan, Copy Up To A4 Size 3 Units Laptop Processor: 8 Cores, 16 Threads, 3.1 Ghz Up To 4.5 Ghz, 20 L Cache Memory Memory: 12gb Ddr5 4800 Mhz Storage: 512gb M.2 2242 Pcie Nvme Ssd Graphics: 8gb Gddr6 Display: 15.6" Full Hd (1920x1080) 144hz Operating System: Windows 11 Home 64bit Pre-installed Software: Microsoft Office Home & Student 2021 Additional Features: Webcam/ Backlit Keyboard/ Wifi/ Bluetooth/ Lan/ Audio Port/ Usb Port Additional Accessories: Laptop Bag, Wireless Mouse 1 Unit Wi-fi All-in-one Printer Print, Scan, Copy, Fax With Adf Wifi, Wifi Direct Photocopy Up To Legal Size 1 Unit Desktop Computer Processor: 16 Cores And 24 Threads, 30mb Cache Upto 5.20 Ghz Motherboard: 4 Dimm, 2 X M.2 Slots And 4 X Sata 6gb/s Ports Ram: 16gb Gpu : 8gb Gddr6x Ssd: 1 Terabyte Psu: 600 Watts -monitor: 24” -ups -keyboard -mouse -speaker Software - Windows 11 Pro - Office Home Student 2021 1 Unit High End Laptop Keyboard: Blue Backlit Gaming Keyboard & Transparent Wasd Keys Panel:15.6" Fhd (1920*1080). 144hz 45% Ntsc Ips- Level Gpu, V-ram: Rtx 4050, Gddr6 6gb Chipset: Integrated Soc Cpu: Raptor Lake I7-13620h Atleast Total 10 Cores, 16 Threads, Min 3.60ghz And Max 4.90 Ghz Max Turbo, 24 Mb Intel Samrt Cache Memory: Ddr Iv 16gb*2 (3200mhz) Storage:512gb Nvme Pcie Ssd Gen4x4 W/o Dram + 1tb Hdd Wlan: Intel R Wi-fi 6e Ax211 Webcam/audio: At Least Hd Cam (30fps@720p), 2x 2w Speaker, Hi-res Audio Certified Connectivity: Minimum Of 1xtype-c Usb3.2 Gen1 W/ Dp1.4 X Type-a Usb3.2, 1 X Hdmi (4k@30hz), 1x -- Mic-in, 1x Headphone -out, 1x Rj45, Dx-in Adapter/battery: 120w/ 3-cell, 52.4 Whr Inclusive Of Endpoint Security And Web Filter Features With Latest Windows Professional Operating System (64-bit) Licensed, At 1 Year Free Subscription For Antivirus, Office Software (perpetual), And Pdf Editor (perpetual) With Laptop Bag, Wireless Mouse With Mousepad With Warranty At Least 1-year 1 Unit Dlsr Camera With Assessories "body: 26.2mp Full-frame Cmos Sensor Effective Iso: 100 - 40,000 (l:50, H1:51,200, H1:102,400) Effective Pixels (megapixels): 26.2 Lcd Monitor (size) (inch): 3.0 Lcd Monitor Resolutions (dots): 1,040,000 Memory: 128 Gb 2 Lens: - 24-105mm - 18-150mm F/3.5-6.3 Is Stm Assessories: Flash: 1/1024 Micro Flash With Flash Recycling Time As Fast As 0.1sec Control Up To 15 Speedlites Wirelessly Via Radio Transmission Approx. 350 Maximum Flash Count At 1/1 Power And Dust & Drip Resistance Battery: 3 Extra Battery " 1 Unit Sound System With 4 High End Mic Speaker - Powerful Sound: 240w Rms Output With Deep Bass And Clear Highs. - Battery: Up To 18 Hours Playtime; 3-hour Recharge Time. - Portability: Telescopic Handle And Sturdy Wheels. - Splashproof: Ipx4-rated For Water Resistance. - Connectivity: Bluetooth 5.4, Usb, Aux, Mic, And Guitar Inputs. 4 Wireless Mic - 4 Channel Wireless Microphone - 16 Rechargable Batteries - Universal Charger 2 Units Desktop Computer "processor (cpu): 6 Cores, 12 Threads, 3.7 Ghz Base Clock (boosts Up To 4.4 Ghz) Graphics: 4gb Video Memory Memory (ram): 16gb Ddr4, Dual-channel (2x8gb), 3200mhz Storage: 480gb Ssd Power Supply (psu): 650w, 80+ Efficiency Rating Case: Micro Atx Case Monitor: 24-inch, 1080p, 60hz Keyboard And Mouse Operating System: Windows 11 With Microosoft Office 2021" 2 Units Scanner " - A4 Duplex Document Scanner - Scan Speed: 35 Pages Per Minute - Automatic Document Feeder (adf) With A 50-sheet Capacity - Advanced Color And Image Adjustments - Usb Connectivity" 1 Unit Dslr Camera "body: - Sensor:24.1mp Aps-c Cmos Sensor & Digic 4+ Image Processor - Iso Range: Standard Iso 100 - 6400 (expandable To 12800) - Video: Full Hd 1080p Video Up To 30fps - Focus System: 9-point Autofocus - Connectivity: Smartphones, Connect Station, Wi-fi Printer Lens Kit: 18 - 55 Mm " 1 Unit Smart Projector " - Resolution: Full Hd(1080p) - Brightness: 3000 Lumens - Zoom: 1.0 – 1.35 (digital Zoom) - Lamp Life: (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) - Connectivity: Hdmi: 1 (hdcp 1.4) - Audio: 5w Built-in Speaker, Audio Out " 1 Unit Laptop "processor (cpu): 4 Cores, 8 Threads, 4.70ghz Max Turbo Frequency Memory (ram): 8gb Ddr4 3200mhz Storage: 512gb M.2 Nvme Display: 15.6"" Fhd Operating System: Windows 11 With Microosoft Office 2021" 1 Unit Tablet Display: 11-inch Processor: 8-core Cpu, 9-core Gpu Storage: 128gb Camera: 12mp Wide Rear, 12mp Ultra Wide Front Battery: Up To 10 Hours Of Web Surfing Schedule Of Bidding Advertisement/post-january 10-20, 2025 Issuance Of Bid Documents- January 10-30, 2025 Submission And Opening Of Bids- January 30, 2025, (thursday) 10:00am Bac Office, Municipal Compound, National Road, Ortiz, Naguilian, La Union
Closing Date20 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.7 K)

Batangas State University Tender

Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Ict Equipment, Supplies And Perepherals For The Three Storey Vip Corals Building At Batstateu-lobo" 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 Ict Equipment, Supplies And Perepherals For The Three Storey Vip Corals Building At Batstateu-lobo" With An Approved Budget For The Contract (abc) Two Hundred Sixty Thousand Seven Hundred Sixty-eight Pesos Only (php 260,768.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 2 Unit 16 Port Smart Switch Standards And Protocols Ieee 802.3i, Ieee 802.3u, Ieee 802.3ab, Ieee 802.3az, Ieee802.3z, Ieee 802.3ad, Ieee 802.3x, Ieee 802.1d, Ieee 802.1s, Ieee 802.1w, Ieee 802.1q, Ieee 802.1p, Ieee 802.1x Interface 16 10/100/1000mbps Rj45 Ports (auto Negotiation/auto Mdi/mdix) 2 Gigabit Sfp Slots Network Media 10base-t: Utp Category 3, 4, 5 Cable (maximum 100m) 100base-tx/1000base-t: Utp Category 5, 5e Or Above Cable (maximum 100m) 1000base-x: Mmf, Smf Mounting Rack Mountable L2 And L2+ Features Static Routing Dhcp Relay Igmp Snooping V1/v2/v3 802.3ad Lacp (up To 8 Aggregation Groups, Containing 8 Ports Per Group) Spanning Tree Stp/rstp/mstp Bpdu Filtering/guard Tc/root Protect Loopback Detection 802.3x Flow Control Lldp, Lldp-med 18,000.00 2 1 Unit 24 Port Manage Switch Interface • 24× 2.5 Gbps Rj45 Ports • 4× 10g Sfp+ Slots • 1× Rj45 Console Port • 1× Micro-usb Console Port Mounting: Rack Mountable L3 Features • 32 Ipv4/ipv6 Interfaces • Static Routing - 48 Static Routes • Static Arp - 128 Static Entries • Proxy Arp • Gratuitous Arp • Dhcp Server • Dhcp Relay - Dhcp Interface Relay - Dhcp Vlan Relay • Dhcp L2 Relay 30,000.00 Page 1 Of 4 Item No. Qty Description Total L2 And L2+ Features • Link Aggregation - Static Link Aggregation - 802.3ad Lacp - Up To 8 Aggregation Groups, Containing 8 Ports Per Group • Spanning Tree Protocol - 802.1d Stp - 802.1w Rstp - 802.1s Mstp - Stp Security: Tc Protect, Bpdu Filter, Root Protect • Loopback Detection - Port Based - Vlan Based • Flow Control - 802.3x Flow Control - Hol Blocking Prevention • Mirroring - Port Mirroring - Cpu Mirroring - One-to-one - Many-to-one - Tx/rx/both Omada App Yes. Requiring The Use Of Oc300, Oc200, Omada Cloud-based Controller, Or Omada Software Controller. 3 1 Set 24 Port Smart Switch Standards And Protocols Ieee 802.3i, Ieee 802.3u, Ieee 802.3ab, Ieee802.3z, Ieee 802.3ad, Ieee 802.3x, Ieee 802.1d, Ieee 802.1s, Ieee 802.1w, Ieee 802.1q, Ieee 802.1p, Ieee 802.1x Interface 24 10/100/1000mbps Rj45 Ports (auto Negotiation/auto Mdi/mdix) 4 Gigabit Sfp Slots Network Media 10base-t: Utp Category 3, 4, 5 Cable (maximum 100m) 100base-tx/1000base-t: Utp Category 5, 5e Or Above Cable (maximum 100m) 1000base-x: Mmf, Smf Mounting Rack Mountable L2 And L2+ Features Static Routing Dhcp Relay* Igmp Snooping V1/v2/v3 802.3ad Lacp (up To 14 Aggregation Groups, Containing 8 Ports Per Group) Spanning Tree Stp/rstp/mstp Bpdu Filtering/guard Tc/root Protect Loopback Detection 802.3x Flow Control Lldp, Lldp-med* 12,000.00 4 1 Piece Cctv Camera Hwi-d140h 4.0 Mp Ir Network Dome Camera 1/3" Progressive Scan Cmos 2560 × 1440@20fps 2.8 Mm/4 Mm Fixed Lens H.265+, H.265, H.264+, H.264 Dual Stream 120 Db Wdr (wide Dynamic Range) 3d Dnr (digital Noise Reduction) 3,600.00 Page 2 Of 4 Item No. Qty Description Total Up To 30 M Ir Range Poe (power Over Ethernet) Ip67, Ik10 5 3 Unit Communication Terminal Cabinet 6u Wall Mount Rack • Securely Mount Network And Telecom Equipment To The Wall With This Lockable 6u Wall Mount Cabinet • Compatible With 19 Inch Wide Rack Mountable Equipment • Versatile Installation Options For Side Or Vertical Mounting Equipment • To Ensure Optimum Security And Prevent Tampering With The Enclosed Equipment, The Cabinet/rack Features A Lockable, Smoked Acrylic Front Door That Can Be Removed Entirely Or Installed To Open To The Left Or Right As Needed. • With 8? Fan • Width 60.32 Cm • Height 36.83 Cm • Depth 45 Cm • Coating Powder Coated • Material Cold Rolled Steel • Color Black 19,500.00 6 1 Unit Desktop Computer The Desktop Computer Shall Be Branded That Is Available In Philippine Market. The Equipment Shall Be Brand New And Free From Defects Software: Proprietary Productivity Tools Pro (licensed) Operating System: Proprietary Software (licensed) Processor: 64 Bits, 16 Cores, 24 Threads (30mb Cache, Up To 5.20 Ghz) Or Higher Motherboard: Compatible To Processor, Memory And Storage Video Card: 4 Gb Gddr5 128-bit (or Higher) Memory: 16gb Ddr4 3200mhz (or Higher) Storage: 500gb Nv2 Pcie Nvme M.2 + 1tb Sata 3.5-inch Hard Drive Casing/psu: Casing With 650w True Rated Power Supply (or Higher) Display: 27" Fhd With Hdmi Port Input Devices: Usb Combo Keyboard Mouse Avr: 220v/110v 88,300.00 7 1 Piece Hard Drive Capacity: 8tb Interface: Sata 6 Gb/s Recording Technology: Cmr Drive Design: Air Form Factor 3.5inch Internal 13,500.00 8 1 Unit Nvr Connectable To The Third-party Network Cameras Up To 16 Ip Cameras Can Be Connected Recording At Up To 8 Mp Resolution Supports Live View, Storage, And Playback Of The Connected Camera At Up To 8 Mp Resolution Hdmi And Vga Simultaneous Outputs Hdmi Video Output At Up To 4k (3840 × 2160) Resolution 2 Sata Interfaces Connectable For Recording And Backup H.265+ Compression Effectively Reduces The Storage Space And Costs By Up To 75% 1 Self-adaptive 10/100/1000 Mbps Network Interface Hik-connect For Easy Network Management 12,700.00 Page 3 Of 4 Item No. Qty Description Total 16 Independent Poe Network Interfaces Are Provided 9 21 Set Telephone/internet Outlets (1-gang) With Plate And Cover 8,568.00 10 6 Unit Wireless Access Point 802.11 A/b/g/n/ac; 100/100/1000 Ethernet Ports; Passive Poe; We, Wpa-psk, Wpa-enterprise (wpa/wpa2, Tkip/aes) 54,600.00 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 29, 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 Date29 Jan 2025
Tender AmountPHP 260.7 K (USD 4.4 K)

DEPARTMENT OF ENVIRONMENT AND NATURAL RES PENRO, BUKIDNON Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Communication Equipment 1 Unit Tablet Witc10:d19 2 26,000.00 52,000.00 Dimension Height: 253.95 Mm Width: 165.18mm Thickness: 6.51mm Weight:: 490g Processor Snapdragon 870 Mobile Platform7nm Manufacturing Process Storage & Ram 6gb+128gb, 8gb+128gb, 8gb+256gb Lpddr5 Ram + Ufs 3.1 Storage Available Storage And Ram Are Less Than The Total Memory Due To Storage Of The Operating System And Software Pre-installed On The Device. Display Size: 11'' Display Screen Type: Lcd Resolution: 2880*1800 Pixel Density:309 Ppi Refresh Rate:144 Hz Brightness: 550nits (typ) Contrast Ratio: 1400 :1 Over 1 Billion Colors Support Dci-p3 Tuv Rheinland Low Blue Light Certification Corning Gorilla Glass 3dolby Vision/ Dolby Atmos Color: White Camera Rear Camera: 13 Mp F/2.2 Pdaf4k / 30fps 1080p / 30/60fps 720p / 30fps Front Camera: 8 Mp 1.12um F/2.2 1080 / 30fps 720p / 30fps Battery & Charging 8840mah (typ) / 8640mah(min) 33w Wired Charging Supports Qc4 / Qc3+/ Qc3.0 ? Qc2.0 / Pd3.0 / Pd2.0 Fast Charging / Mi Fc1.0 Fast Charging Sensors Accelerometer, Gyroscope, Ambient Light Sensor, Hall Sensor Operating System Miui Pad 14 Android 13 Data Transfer Usb 3.2 Gen 1 5gbps*usb 3.2 Transmission Speeds Usb 2.0, Data Retrieved From Usb-if Usb 3.2 Gen 1 Functionality Requires A Usb 3.2 Gen 1 Enabled Cable (sold Separately). Connectivity Usb Type-c Wifi 6, Wifi 5, Wifi 4 & 802.11a / B/ G 2.4g Wifi /g Wifi Bluetooth 5.2 Supports Aac/ldac/lhdc 3.0 Supports Ipv6 Audio & Video Mp3, Flac, Ape, Aac, Ogg, Wav, Amr, Awb Hi-res & Hi- Res Wireless Audio, Dolby Atmos Supported 3g2, Avi, Divx, Ts/m2ts, Mkv, Webm, Mpg, 3gp/mpeg-4, Mov Asf/wmv, Heic/heif Hdr, Dolby Vision 4 Mics 4 Speakers Package Contents Pad 6/ Power Adapter/ Usb Type-c Cable / Quick Start Guide / Warranty Card Total P52,000.00
Closing Date28 Jan 2025
Tender AmountPHP 52 K (USD 887)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: The Department Of Veterans Affairs (va), Network Contracting Office (nco) 17, Is Issuing This Notice Of Intent (noi) To Inform Industry Contractors Of The Government S Intent To Execute A Sole Source Award Under Far Part 13 Simplified Acquisition Procedures, Specifically Far 13.106-1(b). the Intended Contractor Is Philips North America, Llc, A Large Business, Located At 22100 Bothell Everett Hwy, Bothell, Wa 98021. the Amarillo Va Healthcare System, Lubbock Va Clinic Located At 3510 4th St, Lubbock, Texas 79415 Is Seeking A One Year Full-service Contract For The Philips Imaging Equipment Located In The Diagnostic Imaging Department That Is Identified In The Statement Of Work. The Amarillo Va Healthcare System In Texas Requires Preventative Maintenance And Repair Services For The Government-owned Philips Imaging Equipment At The Facility The Contractor Shall Provide Unlimited Repairs, Parts, Software Updates, Associated Devices, Unlimited Labor And Travel, And Perform Preventive Maintenance In Accordance With Manufacturer Recommendations During The Hours Of 8am-5pm Monday-friday. the Va National Acquisition Center (nac) Has An Indefinite Quantity (idiq) Contract With Philips North America, Llc. Annual Service Maintenance Plans To Existing Equipment Located At The Vha Medical Facilities Are To Be Issued As A Sole Source Delivery/task Order Against Idiq Va797h-17-d-0022. This Applies To All Service Maintenance Agreement Orders Through December 22, 2026. the North American Industry Classification System (naics) Code For This Requirement Is 334517 Irradiation Apparatus Manufacturing And The Small Business Administration (sba) Size Standard For This Sector Is 1000 Employees. this Notice Of Intent Is Not A Request For Competitive Quotes. No Solicitation Document Is Available And Telephone Requests Will Not Be Honored. No Award Will Be Made On The Basis Of Unsolicited Quotations Or Offers Received In Response To This Notice. Any Response To This Notice Must Show Clear, Compelling, And Convincing Evidence That Competition Will Be Advantageous To The Government. Information Received In Response To This Notice Must Clearly Demonstrate The Capability Of Meeting The Government S Need As Stated Above. The Intent Of This Synopsis Is For Informational Purposes Only. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. all Inquiries And Concerns Must Be Addressed In Writing Via E-mail To Anitra Carter At Anitra.carter@va.gov With The Following Information Referenced In The Subject Line, 36c25725q0283 - Philips Imaging Medical Equipment Sma No Later Than 10:00 Am Central Standard Time, Monday, February 10, 2025. a Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. The Government Is Not Responsible For Any Potential Costs Incurred From Interested Parties Desiring To Respond To This Notice. The Interested Parties Bear Full Responsibility To Ensure Complete Transmission And Timely Receipt.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Nsn 7r-1680-015854988-p8, Tdp Ver 001, Qty 45 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation.
Closing Date27 Jan 2025
Tender AmountUSD 876.9 K 
This is an estimated amount, exact amount may vary.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Amendment 0001: the Reason For This Amendment Is To Include The Use Of Options For One Base Year And Potential Of Four (4) Option Years. original: n0016424rjq19 – Job Order 0001 – Sole Source - Multi-mission Optical Sensor (mmos) And Mts Pedestal Enclosure System (mpes) Operations, Maintenance And Future Development, Fsc – J016 – Naics 334511 issue Date: 11 March 2024 – Closing Date: 11 April 2024 – 3:00pm Eastern Time a Solicitation Will Not Be Posted To Https://www.sam.gov Due To The Sole Source Nature Of This Requirement. item Description: Naval Surface Warfare Center (nswc) Crane Intends To Award A Job Order (jo) Under Basic Ordering Agreement (boa) N0016424gjq19 For Sustainment To Include Program Management (pmo) And Engineering Support For Current Equipment (hardware And Software), Support For Operations, Training, And Supply Chain Risk Management (scrm) For Deployed Multi-mission Optical Sensor (mmos) And Mts Pedestal Enclosure System (mpes) Systems. The Government Intends To Solicit And Negotiate With One Source, Raytheon Company, 1100 Wilson Blvd Ste 2000, Arlington, Virginia 22209, Under The Authority Of Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. (u.s.c. 3204(a)(1)). The Basis For Restricting Competition Is The Lack Of Sufficient Technical Data, Duplicative Cost To The Government That Is Not Expected To Be Recovered Through Competition, And The Unacceptable Delays In Fulfilling The Agency Requirement Through Any Other Source. raytheon Is The Sole Designer, Developer, And Manufacturer, And Is The Only Source That Currently Possesses Sufficient Requisite Knowledge, Engineering Expertise, Aircraft Integration Information, And Technical Data Required To Perform These Efforts. No Other Source Has The Technical Qualification And Necessary Resources To Neither Supply The Requirement Described Herein, Nor Will Any Other Supplies Or Services Satisfy The Government's Requirements. All Responsible Sources May Submit A Capability Statement Or Proposal Which Shall Be Considered By The Agency. However, A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Announcement Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Re-evaluating The Justification For Sole Source Or Limitation Of Sources And Making A Determination To Change The Acquisition Strategy To A Competitive Procurement. Companies Interested In Subcontracting Opportunities Should Contact Raytheon Company Directly. request For Proposal (rfp) Will Not Be Made Available Through Https://www.sam.gov. The Rfp Will Be Provided To Directly To Raytheon Company Through Electronic Mail. The Proposed Noncompetitive Contract Action Is Anticipated To Be Awarded Under Far Part 15, Contracting By Negotiations. contractors Must Be Properly Registered In The System For Award Management (sam). Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov. questions Or Inquiries Should Be Directed To Allyson Nicholson, Code 0231, Telephone 812-381-4846, Email: Allyson.d.nicholson.civ@us.navy.mil. Please Reference The Above Solicitation Number When Responding To This Notice.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
7921-7930 of 8715 archived Tenders