Software Tenders

Software Tenders

Department Of Agriculture Tender

Software and IT Solutions
Philippines
Details: Description The Department Of Agriculture-rfo 3, Invites Interested Suppliers To Submit Quotations/proposals For The Hereunder Requirement, To Wit: Supply And Delivery Of Various Office Equipments To Be Used In The Study Of Development Of Technology Business Incubation Program For Da Rfo 3 At The Tech. Business Incubation Bldg. Equipment Outlay 6 Unit "desktop Computer Pre-built Not Assembled Operating System: Windows 11 Processor: Intel ® Core Tm I7-123700 (5.2 Ghz) Mtf Processor Graphics: Intel ® Uhd Graphics 730 Memory: 8gb Ddr4 3200mhz Memory Storage: 512gb Nvme Pcie M.2 Solid State Drive + 1tb Hdd Peripherals And Accessories Monitor: 23.8"" Monitor Keyboard And Mouse: Usb Mouse And Keyboard Other Specifications: Lan + Wifi + Bluetooth Microsoft Office Home And Student 2021 1 Unit "laptop Processor: Amd Ryzen Tm 7 8845 Hs Processor (3.80 Ghz Up To 5.10 Ghz) Operating System Language: Windows 11 Pro 64 English Microsoft Productivity Software: Microsoft 365 Personal Graphic Card: Nvidia® Geforce Rtx Tm 3050 Laptop Gpu 6gb Gddr6 Memory: 16 Gb Lpddr5x- 6400 Mhz (soldered) Storage: 1 Tb Ssd M.2 2280 Pcie Gen4 Tlc Display: 14.5"" 3k (3072 X 1920), Ips, Anti-glare, Non-touch, 100%dci- P3, 400 Nits, 120 Hz Camera: 1080p Fhd Rgb/ir Hybrid With Dual Microphone Battery: 4 Cell Li-polymer 73wh Ac Adapter/power Supply: 100w Usb-c Slim 90% Pcc 3pin Ac Adapter- Us Keyboard: Backlit, Luna Grey- English Wlan: Wi-fi 6e 2 X 2 Ax & Bluetooth ® 5.1 Warranty: 1year Premium Care Color: Luna Grey " 1 Unit "laptop Processor: Amd Ryzen Tm 5 8645 Hs Processor (4.30 Ghz Up To 5.00 Ghz) Operating System: Windows 11 Home 64 Single Language Graphic Card: Nvidia® Geforce Rtx Tm 3050 Laptop Gpu 6gb Gddr6 Memory: 8 Gb Ddr5- 5600 Mhz (sodimm) Storage: 512 Gb Ssd M.2 2242 Pcie Gen4 Qlc Display: 15.6"" Fhd (1920 X 1080), Ips, Anti-glare, Non-touch, 100%rgb,300 Nits, 144 Hz Camera: 720 Hd With Dual Microphone Battery: 4 Cell Li-polymer 60wh Ac Adapter/power Supply: 170w Slim 3 Pin Ac Adapter/ Power Supply: 170 W Slim 3pin Ac Adapter- Us Keyboard: White Backlit, Eclipse Black- English Wlan: Wi-fi 6 2 X 2 Ax & Bluetooth ® 5.1 Or Above Warranty: 1year Premium Care Color: Luna Grey " 2 Unit "printer Printer Type: Print, Scan, Copy, Fax With Adf Print Method: Precision Core Tm Printhead Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan,magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) " 1 Unit "shotgun Microphone For Camera Compact On-camera Condenser Shotgun Microphone Compatible With Iphone (old Models With 3.5 Mm Jack) And Android Smartphones, Dslr Cameras, Consumer Camcorders, Pcs Etc Rugged Metal Construction, No Battery Required, Professional Furry Windshield Included " 1 Unit "tripod Max Height 1850 Mm/72.83 In, Min Height 455 Mm/17.91 In. Light Weight Only 1.28kg Wider Shooting Range, Flip Lock System, 3 Leg, Height Strenght Aluminum Alloy " 1 Unit "wireless Microphone For Interviews With One Year Warranty Key Features: 2-person Interviews, Videos, Streaming Connects To Cameras, Ios/android Devices 2x Clip-on Transmitter/record Mics Compact 2-channel Receiver Records 14 Hours Of Audio Bright Oled Display, Headphone Out Usb Audio Interface Functionality Internal 5-hour Batteries, Charging Case Up To 820' Wireless Range " Delivery Date: 7-10 Working Days After Po Include The Certificate Of Availability Of Stocks Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Closing Date5 Feb 2025
Tender AmountPHP 752.3 K (USD 12.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: This Is Not A Solicitation But Rather A Request For Information (rfi/sources Sought) For Market Research Purposes Only. Veterans Health Affairs, Network Contracting Office 4, Is Issuing This Sources Sought In Order To Identify Capable Firms And Obtain Information For Planning Purposes Only. veterans Health Affairs, Network Contracting Office 4, Is Issuing This Sources Sought In Order To Identify Capable Firms For An Automated Thinprep 5000 Processor System For The Laboratory Department At The Lebanon Va Medical Center, Located At 1700s. Lincoln Ave., Lebanon, Pa 17042. Responses Shall Be Submitted By 12:00 Pm (est) February 21st, 2025. Responses Shall Be Submitted Via Email To Yazmin.alvarez@va.gov, Sources Sought 36c24425q0340 Lebanon Va Medical Center Thinprep 5000 Processor System Has Been Assigned And Should Be Referenced On All Correspondence Regarding This Announcement. all Service-disabled Veteran-owned Small Businesses (sdvosb) And Veteran Owned Small Businesses (vosb) Firms That Respond Shall Include Proof Of Their Vets First Verification Via Home · Vetbiz Portal (va.gov). All Small Business Firms That Respond Shall Include Proof Of Small Business Status Via Their Representations And Certifications In Accordance With Far 4.1102 Policy. while Sdvosb/vosb Contractors Are Preferred, All Capable Contractors Are Welcome To Respond To This Sources Sought Notice For Market Research Purposes. All Respondents Shall Include As Part Of Their Response A Brief Capability Statement That Covers The Information In The Following Tentative Statement Of Work, As Well As Answers To The Below Three (3) Questions. All Respondents Shall Be Registered And Active In Sam.gov|home. the Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Approach (e.g., Socioeconomic Set-aside, Full And Open Competition, Etc.). Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses. suggested Naics: 334516 (analytical Laboratory Instrument Manufacturing) suggested Psc: 6515 (medical And Surgical Instruments, Equipment, And Supplies) open To Suggestions From Industry As To A More Proper Naics And/or Psc, As Well As Any Potential Gsa/fss Schedule Sin Categories. in Addition To The Information Requested Above, Please Include Answers To The Below 3 Questions As Part Of Your Response To This Sources Sought: 1. Identify Any Other Companies Owned (wholly Or In-part) By The Owners Of This Business Who Provide Goods Or Services Under The Same Or A Related Naics Codes. 2. Identify Any Other Companies Owned (wholly Or In-part) By The Owners Of This Business Who Provide Goods Or Services That Are Registered Under The Same Or A Related Naics Code With The Center For Veterans Enterprise (cve); Provide The Certification Type (sdvosb/vosb), Federal Identification Number, And State Of Incorporation For Each. 3. Do You Plan On Responding To A Solicitation For This Requirement With A Joint Venture Utilizing Multiple Owned Companies As Majority Or Non-majority Owner? yes ___no ___ If Yes, Please Identify Which Companies Are Considering A Joint Venture And The Ownership Of Each Company. intended Procurement Approach statement Of Work the Contractor Shall Provide An Automated Thinprep 5000 Processor System For The Processing Of Fluid-based Gynecological, Non-gynecological And Urine Specimens. description/specifications/statement Of Work scope Of Procurement: 1. The Automated Thinprep 5000 Processor System Shall Have The Capability Of Performing Or Reporting The Clinical Parameters As Defined In The Statement Of Work. the System Must Include The Following Components/features, Options For Acceptance: fda Approved Technology For Use In A Clinical Laboratory ability To Process Thinprep Pap Test, Thinprep Non-gyn And Thinprep Urocyte Samples minimal Daily Maintenance, Minimal Hands-on Time To Perform Maintenance hands Free Processing automated Vial Uncapping And Capping automated Chain Of Custody barcode Tracking Of Samples And Slides includes An Integrated Imager includes A Compass Stainer installation 2. On-site Vendor Installation And Training Is Required For Up To 5 Cytology/histology Technologists. 3. Contractor Must Provide Manufacturer Warranty On All Provided Equipment And Supplies For First Year From Date Of Receipt And Verification Of Installation/operation. 4. Contractor Must Provide 24-hours Per Day, Seven Days Per Week, (to Include All Federal Holidays) Technical Support Telephone Assistance Is Required. On-site Service Within 24 Hours, Hardware, And Software Updates At No Additional Cost To The Government During The Warranty Period. 5. Delivery: delivery Of Equipment Shall Be Made To: Lebanon Va Medical Center (attn: Warehouse), 1700s. Lincoln Ave., Lebanon, Pa 17042. the Contractor Shall Deliver All Equipment Required Under This Son Within Thirty (30) Calendar Days Or Less From The Date Of Award, Unless Otherwise Directed By The Contracting Officer (co). biomedical Engineering Will Need To Perform A Safety Check And Enter Equipment Into The System For Preventive Maintenance (pm) Checks. delivery Shall Be Made During Normal Lebanon Vamc Warehouse Business Hours Excluding All Federal Holidays. lebanon Vamc Warehouse Business Hours Are Monday Friday, 7:00 Am 11:30 Pm And 12:30pm 3:00pm. federal Holidays Are: New Year S Day, Martin Luther King Jr. Day, President S Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, And Christmas Day. clin Structure item Number description Of Supplies quantity unit Of Measure 0001 thin Prep 5000 Processor 1 ea 0002 compass Stainer 1 ea 0003 integrated Imager 1 ea 0004 on-site Vendor Installation 1 ea 0005 on-site Training For Up To Five (5) Cytology/histology Technicians 1 ea
Closing Date21 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Software and IT Solutions
United States
Details: *** Update 16 Jan 2025: The Information To Include In The Request Was Revised Below. *** the Government Is Issuing This Request For Information (rfi) To Solicit Feedback, Questions, And Input From Industry On The Prospective Ais@p Multiple Award Task Order Contract (matoc) In Support Of Peo Iew&s. This Rfi Is Following The Virtual Industry Day Held On January 7, 2025, Where The Government Presented An Overview Of The Ais@p Contract Vehicle And Discussed The Need For Additional Market Research And Direct Engagement With Industry. the Posting For The Industry Day, With Attached Slides Presented That Day, Can Be Found Here: https://sam.gov/opp/b6ad7c59539a49deabcd39bed465ea8b/view as Outlined During The Virtual Industry Day, The Government Is Seeking To Gather More Information And Input From Industry To Inform The Development Of The Ais@p Matoc. The Purpose Of This Rfi Is To Gather Input From Potential Offerors On The Existing Draft Request For Proposal (rfp). the Draft Request For Proposal (rfp) Can Be Found Here: https://sam.gov/opp/c252bad14e5b4eddb53ef3dbea9b78f4/view one-on-one Sessions as Part Of This Rfi, The Government Intends To Conduct One-on-one Sessions With Selected Interested Vendors. These Sessions Will Provide An Opportunity For Industry To Discuss Their Ideas, Provide Feedback, And Ask Questions Related To The Ais@p Matoc. The One-on-one Sessions Are Scheduled To Begin After The Date Of This Rfi Posting. to Participate In A One-on-one Session, Companies Must Submit A Written Request To The Contracting Officer And Contract Specialist No Later Than Cob Friday, 24 January 2025. The Request Should Include The Following Information: company Name cage/uei point Of Contact requirement Pool And Sub-pools Of Interest short Bluf On Your Company And Insight Regarding The Topics/questions Of Interest Below selection Of Vendors For One-on-one Sessions please Note That Due To Resource Constraints, The Government Unfortunately Does Not Have The Capacity To Meet With Every Responding Vendor. However, We Intend To Hold 40 One-on-one Sessions; 20 Sessions For Each Of The Two Requirements Pools (rps): Rp1 (artificial Intelligence/machine Learning) And Rp2 (software). Vendors Will Be Selected For One-on-one Sessions Based On Their Written Submissions, Responsiveness To The Government, The Government’s Discretion To Meet With Vendors That Appear To Have Information Of Interest To The Government, And With Consideration Given To Ensuring A Diverse Range Of Participants. The Government Reserves The Right To Hold More Or Fewer One-on-one Sessions As The Government Sees Fit. alternative Opportunity For Input vendors That Are Not Selected For A One-on-one Session Are Encouraged To Provide Their Written Input And Feedback On The Ais@p Matoc Draft Rfp, To Include Any Questions That Vendors Would Like The Government To Answer. Please Submit Your Comments, Questions, And Suggestions Via Email To The Ais@p Group Mailbox, Contracting Officer, And Contract Specialist (contact Information Is Below) By Cob Friday, 31 January 2025. Acc-apg And Peo Iew&s Are Compiling All Questions Submitted, Including Those Received Prior To, And During, The Virtual Industry Day, And Will Post A Q&a File To Sam.gov Once It Is Completed. We Value Your Input And Will Consider All Feedback Received In Developing The Ais@p Matoc. objectives Of One-on-one Sessions the General Objectives Of The One-on-one Sessions Are To: increase Industry Understanding Of Government Requirements provide Industry With An Opportunity To Surface Perceived Issues And Concerns allow The Government To Hear Industry Responses And Comments In General Terms enable The Government And Industry To Better Understand Each Other's Perspectives allow Industry To Showcase Their Production-ready Solutions the Specific Topics/questions The Government Is Requesting Industry Input On Are: sections L&m Of The Draft Rfp ( Https://sam.gov/opp/c252bad14e5b4eddb53ef3dbea9b78f4/view ). after Review Of The Government’s Draft Rfp Does Your Company Have Feedback On The Gate Criteria For The Sub-pools You Are Intending To Propose To? in Your Opinion, What Are Ways To Improve The Gate Criteria Without Eliminating Meaningful Competition? what Is An Example Of A Gate Criteria That Can Be Measured Objectively? are They Any Discriminators That The Government Are Missing For Your Sub-pool(s)? important Notes please Note That The One-on-one Sessions Do Not: provide Industry An Opportunity To Brief Their Intended Proposal provide Government Critique Of Potential Offeror's Intended Approach constitute Initiation Of The Negotiation Process the Government Reserves The Right To Provide Written Responses To Questions Asked During The One-on-one Sessions At A Later Date. Each One-on-one Session Will Be Limited To 45 Minutes. equal Access To Information if New Information Regarding This Planned Acquisition Is Released During The One-on-one Sessions Or In Answer To Written Submissions, Then The Same Information Will Be Provided To All Potential Offerors, Including Those Who Do Not Attend The Sessions. The Government Will Take Care To Avoid Releasing Contractor Proprietary Information And Requests That Contractors Identify Any Proprietary Information In Their Submissions. we Look Forward To Receiving Your Feedback And Input On The Ais@p Matoc. Please Submit Your Written Requests For One-on-one Sessions Or Email Your Comments And Suggestions To The Below Contacts By The Dates Indicated Above. contact Information ais@p Group Mailbox: usarmy.apg.peo-iews.mbx.aisap@army.mil contracting Officer: kristen Weiman kristen.l.weiman.civ@army.mil contract Specialist: thomas Lueddeke thomas.j.lueddeke.civ@army.mil thank You For Your Interest In The Ais@p Matoc. Your Participation And Input Are Valuable To Us, And We Look Forward To Continuing The Dialogue With Industry.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Benguet State University - BSU Tender

Publishing and Printing
Philippines
Details: Description 1. The Benguet State University (bsu), Through The General Appropriate Act (gaa) Cy 2025 Intends To Apply The Approved Budget For The Contract (abc) Corresponding To The Total Cost Of Each Item To Be Bid Out, As Follows: 1 Unit Digital Duplicator With The Minimum Specifications: 1. Print Speed: 60 Sheets Per Minute; First Print Speed: 40 Seconds; 2. Copy Speed: 90 Cpm; First Copy Time: 42seconds; Copy/print Resolution: 300x300 Dpi; Enlargement Ratios: 115%, 122%, 141%; Reduction Ratios: 93%; 87%; 82%; 71%; 3. Print, Multifunction, Scan; Input Capacity (sheets) 500; Paper Size: 90x140mm; 4. With Complete Accessories, Toner, Cabinet And 3kva Avr Php. 146,000.00 8 Unit Copier (color Multifunction Printer) With Lan + Wireless Lan Capability, Ardf Functions With The Minimum Specifications: 1. Warm Up Time: 20 Seconds Or Less; Full Color Capability; Copy/print: 22ppm; Power Source: 220v, 50/60hz 2. First Output Copy: B/w: 5.9 Seconds, Color: 8.1 Seconds; 3. Memory: 6gb; Storage: 256gb 4. Copier: Multiple Copy Up To 999 Copies; Resolution 600 Dpi; Zoom: From 25% To 400% In 1% Steps. 5. Printer: Standard: 1,200 X 2,400 Dpi, High Quality: 1,200 X 2,400 Dpi, High Resolution: 1,800 X 600 Dpi; Mobile Printing Capability. 6. Scanner: Resolution: 600 X 600 Dpi. 7. Paper Size: A3, A4, A5, A6, B4, B5, B6; Paper Input Capacity: Standard: 500 Sheets, Maximum: 1,600 Sheets; Paper Output Capacity: Standard: 250 Sheets. 8. Accessories: 3 Tray Modules; With Lifetime Free Service Machine Maintenance, Warranty And Software Included With One (1) Sets Of Toners/inks And One (1)-extra Black Toner, Cabinet And 3kva Avr Php. 1,712,000.00 Total Amount: Php. 1,858,000.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Benguet State University Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Benguet State University And Inspect The Bidding Documents At The Address Given Below During Working Hours 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Listed Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through The Landbank Link (https://www.lbp-eservices.com/egps/portal/index.jsp). Item Applicable Fee 1. Digital Duplicator Php.500.00 2. Copier Php. 2,000.00 6. The Benguet State University Will Hold A Pre-bid Conference On February 06, 2025, 2:00 Pm (pst) At Bsu Rogelio Dulay Colting (rdc) Hall, 2nd Floor, Admin. Bldg., Bsu, La Trinidad, Benguet And/or Through Video Conferencing Or Webcasting Via Google Meet (iih-nrds-cpo), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 18, 2025, 1:30 Pm (pst). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 18, 2025, 2:00 Pm At The Bsu Rogelio Dulay Colting (rdc) Hall, 2nd Floor, Admin. Bldg., Bsu, La Trinidad, Benguet And/or Google Meet (iih-nrds-cpo). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Benguet State University Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Procurement Management Office (pmo) 1st Floor Administration Building, Benguet State University, La Trinidad, Benguet Email: Procurement@bsu.edu.ph Tel. Fax/no. 661-1839/ Cp No. 09506032749 12. You May Visit The Following Websites: For Downloading Bidding Document: University Website: Bsu.edu.ph Or Philgeps Posting
Closing Date18 Feb 2025
Tender AmountPHP 1.8 Million (USD 32.1 K)

Benguet State University - BSU Tender

Education And Training Services
Philippines
Details: Description Item No. Qty Unit Item Abc 1 1 Copy 2 Steps To A5: Ap World History: Modern (student Edition)9781265317423 1630 2 1 Copy 5 Steps To A5: Ap World History: Modern 9781265316464 1140 3 1 Copy A Textbook Of Environmental Studies (with Experiments)9789350145265 3635 4 1 Copy Agricultural Economics & Extension 9789394490505 5865 5 1 Copy Aquatic Ecology, Biodiversity & Disaster 9789388387743 3955 6 1 Copy Aquatic Ecosystem & Its Management 9789394137615 6405 7 1 Copy Atkins' Physical Chemistry 9780198814740 6010 8 1 Copy Biological Approaches To Regenerative Soil Systems 9780367554712 14335 9 1 Copy Biotechnology Of Plant Tissues 9798887150871 6735 10 1 Copy Bringing The English Curriculum To Life 9781032596563 2730 11 1 Copy Chemistry & Toxicology Of Pollution 9781119377603 12300 12 1 Copy Disciplines Entrepreneurship 9781394222513 3315 13 1 Copy Coding With Ai For Dummies 9781394249138 2580 14 1 Copy Complete English All-in-one For Esl Learners 9781260455243 2625 15 1 Copy Conducting Original Researchfor Your Library: 9781440880216 3255 16 1 Copy Corporate Sustainability: Managing Responsible Business In Globalised World 9781009114929 5345 17 1 Copy Deterministic & Stochastic Modeling In Computational Electromagnetics 9781119989240 11620 18 1 Copy Early Learning In The Digital Age 9781526446831 2875 19 1 Copy Ecology Of Aquatic Environment 9788196063900 6405 20 2 Copy Effects Of Air Pollution On Plant Growth 9781666868258 6675 21 1 Copy Electric Power Distribution Engineering 9780367654955 14280 22 1 Copy Electrical Principles 9780170458412 8305 23 1 Copy Electromechanical Coupling Theory, Methodology & Applications For High-performance Microwave Equipment 9781119904397 11890 24 1 Copy Emerging Trends In Geoinformatics 9781666888843 6040 25 1 Copy Energy Systems 9781119869467 8255 26 1 Copy English Language Proficiency Testing In Asia 9780815368717 3155 27 1 Copy Entrepreneurship Opportunities In Agriculture 9789383992706 2255 28 1 Copy Environmental Geology 9781266132261 4965 29 1 Copy Environmental Hazards 9780815365419 6505 30 1 Copy Essentials Of Advanced Circuit Analysis9781119847229 12555 31 1 Copy Essentials Of Chemical Biology 9781119437970 9960 32 1 Copy Finite Mathematics & Applied Calculus 9780357723630 10455 33 1 Copy Food Microbiology & Biotechnology 9781771888387 15295 34 1 Copy Fundamentals Of Agricultural Extension Education And Rural Development 9789394490611 5865 35 1 Copy Fundamentals Of Environmental Sampling & Analysis 9781119778561 14620 36 1 Copy Fundamentals Of Soil Science (lab Manual On Soil Analysis)9789383992751 1995 37 1 Copy Global Climate Change & Agricultural Production 9781799600619 7000 38 1 Copy Graph Database & Graph Computing For Power System Analysis 9781119903864 11620 39 1 Copy Health Effects Of Pesticides 9780367175184 9780 40 1 Copy Human Resource Management In Sports & Recreation 9781718210028 9090 41 1 Copy Illustrated Dictionary Of Mechanical Engineering 9781984688262 6555 42 1 Copy Integrated Disease Management Principles & Practices 9789395319188 6000 43 1 Copy Introduction To Comparative Politics 9798891611382 5000 44 1 Copy Introduction To Cultural Studies 9781639876808 5500 45 1 Copy Introduction To Numerical Analysis 9789392333828 4410 46 1 Copy Introduction To The New Statistics 7500 47 1 Copy Joint Communications & Sensing: From Fundamentals To Advanced Techniques 9781119982913 11070 48 1 Copy Limnology & Ecological Preservation 9781774694527 6605 49 1 Copy Literature And Primary Sources 9781440880414 4150 50 1 Copy Marketing Plans: Profitable Strategies In The Digital Age 9781097177103 4305 51 1 Copy Mastering Agricultural Extension Education 9789358871289 2505 52 1 Copy Microsoft 365 Business For Admins9781119539131 2070 53 1 Copy Modern Techniques For Crop Management 9788119103003 5905 54 1 Copy Natural Resource Management 9789388387606 4155 55 1 Copy Non Profit Leadership & Management 9781394198863 8170 56 1 Copy Organic Chemistry 9780357451861 12255 57 1 Copy Phytoremediation:green Solution To Pollution 9781774698679 7600 58 1 Copy Plate Tectonics: Essential Concepts 9781639876877 4905 59 1 Copy Power Systems Fundamental Concepts & The Tradition To Sustainability 9781394199501 10320 60 1 Copy Principles Of Plant Science: Environmental Factors & Technology In Growing Plants 9781682519509 8305 61 1 Copy Reliability Prediction For Microelectronics 9781394210930 11185 62 1 Copy Responsible Leadership 9780367653781 3205 63 1 Copy Schaum's Outlines: Beginning Chemistry 9781265492892 1605 64 1 Copy Science And Technology Of Organic Farming 9780367567569 4625 65 1 Copy Seed Production Of Field Crops 9789394490789 5505 66 1 Copy Stopping Climate Change 9781032571416 4780 67 1 Copy Teaching & Learning Stem: A Practical Guide 9781394196340 4040 68 1 Copy The Communicative Engineering 9781394202591 4815 69 1 Copy The Linguistics Of Social Media 9781032330945 4805 70 1 Copy The Physical Universe 9781266278518 6990 71 1 Copy The Sage Handbook Of Social Media Research Methods 9781529720969 13805 72 1 Copy The Ultimate Guide To Leson Planning: Practical Planning For Everyday Teaching 9781032473895 2385 73 1 Copy Thermodynamics: An Engineering Approach 9781266152115 7295 74 1 Copy Writing Empirical Research Reports9781032136806 6655 75 1 Copy X86 Software Reverse-engineering, Cracking, & Counter-measures 9781394199884 4980 Xxxxxxxxxxxxxxxxxxxx
Closing Date18 Feb 2025
Tender AmountPHP 497.2 K (USD 8.5 K)

Cooperative Development Authority Tender

Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Details: Description Purpose: For The Official Use Of Cda Head Office - Ictd 1. Security Information And Event Management Solution Specifications 1.1. Cloud-based Machine Data Analytics Software As A Service (saas) Focusing On Security, Operations, And Business Intelligence Use Cases. 1.2. A Cloud-native Security Operations Center (soc) Tool That Automatically Analyzes And Correlates Threat Alert Data. 1.3. Uses Modernized Approach In Soc Feature. 1.4. Threat Hunting And Response As A Service: 1.4.1. Force Multiplier; 1.4.2. Advanced Hunting; 1.4.3. Collective Defense; 1.4.4. Rapid Response; And 1.4.5. Correlation-based Detection. 1.5. Automated Prioritization And Alert Triage That Uses Adaptive Signal Clustering (asc) Engine. 1.6. Alert Analytics Generating Signals From Logs. 1.7. Automate Manual Work For Soc Team. 1.8. Compatible With Cda It Infrastructure. 2. Scope Of Work And Services 2.1. The Contractor Shall Provide A One (1) Year Subscription Of An Adaptive Cloud Siem And Support Services Within Thirty (30) Calendar Days From The Receipt Of Notice To Proceed (ntp); 2.2. The Contractor Shall Provide Assistance In Deploying And Integrating The Cda It Infrastructure To Siem; 2.3. The Contractor Shall Provide Training In Managing, Deployment, And Operation Of The Siem To Ictd Personnel; 2.4. The Contractor Shall Provide/render Technical Support Services Twenty-four Hours A Day, Seven Days A Week (24x7). Technical Support Can Be Delivered In The Form Of Telephone Calls, Electronic Mail, Online, And/or On-site Support; 2.5. The Contractor Must Turn Over And Provide The Full Functionality And Management Of The Service Account For Security Purposes; 2.6. The Contractor Shall Provide One (1) Subscription Account; 2.7. The Contractor Shall Provide A Post-migration Report Within 15 Working Days; 2.8. The Contractor Shal Provide Service And Support Coverage For One (1) Year From The Successful Delivery And Acceptance. 3. Warranties Of The Contractor 3.1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Tor; 3.2. The Contractor Warrants, Represents, And Undertakes The Reliability Of The Services And That Its Manpower Complements Are Hardworking, Qualified/reliable, And Dedicated To Do The Service Required To The Satisfaction Of The Cda. It Shall Employ Well-behaved And Honest Employees With Id Displayed Conspicuously While Working Within The Compound. It Shall Not Employ Cda Employees To Work In Any Category Whatsoever; 3.3. The Contractor, In The Performance Of Its Services, Shall Secure, And Maintain At Its Own Expense All Registration, Licenses, Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And Commissions; 3.4.the Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Therein; 3.5.the Contractor Shall Provide Services, Including Technical Support, Which Shall Be Covered By A Performance Security Bond Equivalent To 10% Of The Total Contract Price. The Said Amount Shall Be Released After The Lapse Of The Subscription Period. Provided That All Conditions Imposed Under The Contract Have Been Fully Met; 3.6.the Subscription Period Shall Commence When The Cda Issues The Certificate Of Acceptance. 4. Confidentiality Of Data 4.1. All Project Personnel Of Contractor Shall Be Required To Sign A Non-disclosure Agreement (nda); 4.2. The Contractor Agrees To Hold The Proprietary Information In Strict Confidence; And 4.3.the Contractor Agrees Not To Reproduce, Translate Or Disclose The Proprietary Information To 3rd Parties Without The Prior Written Approval Of The Cda. 5. Terms Of Payment 5.1. The Contractor Shall Be Paid Upon Provision Of Subscription Account Of This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%); 5.2. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules, And Regulations: 5.2.1.sales Invoice/billings; 5.2.2.certificate Of Acceptance Issued By Cda Ictd Chief; 5.2.3.non-disclosure Agreement; And 5.2.4.no Advance Payment Shall Be Made As Provided For In Section 88 Of Pd 1445. 5.3. A Certificate Of Acceptance Shall Be Issued By The Chief Of Information And Communication Technology Division (ictd) Once The Contractor Fully Meets All The Requirements. 6. Pre-termination Of Contract 6.1.the Contract For The Subscription Of An Adaptive Security And Event Management (siem) Service May Be Pre-terminated By The Cda For Any Violation Of The Terms Of The Contract. In Case Of Pre-termination, The Contractor Shall Be Informed By The Cda Thirty (30) Days Before Such Pre-termination; 6.2. In Case Of Pre-termination, The Contractor Shall Be Liable To Additional Liquidated Damage Equivalent To One Percent (1%) Of The Contract Price As Provided By The Government Accounting Manual (gam) And Forfeiture Of The Performance Security; And 6.3. The Cda Shall Have The Right To Blacklist The Contractor In Case Of Pre-termination. 7. Training 7.1. Administration Management Console Technical Training For 5 Designated It Personnel; 7.2. All Trainings Should Be Done Virtually Using Zoom Or Google Meet; And 7.3. Must Provide A Certificate Of Training To The Attendees. 8. Deliveyr Period And Completion 8.1. Delivery Of One (1) Year Subscription Account, Migration And Submission Of Post-migration Report, And User Management Training - 60 Working Days. 9. Qualification Of Bidder "9.1. A Company With Expertise In Deploying On-premise Or Cloud Siem; And 9.3. Philgeps Registered" 10. Billing And Payment 10.1. 100% - Upon Completion Of The Delivery And Configuration Of Siem And Upon Completion Of Users Account Management Training. 11. Delivery Period 11.1. The Configuration/setup Must Be Completed Within Seven (7) Days Prior To March 14, 2025, Which Marks The Expiration Of Our Current Subscription, Subject To The Issuance Of The Notice To Proceed.
Closing Date30 Jan 2025
Tender AmountPHP 850 K (USD 14.4 K)

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Details: 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 Number2125405y6174k90001 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 What Is The Lowest Cost. all Quotes Must Include Drawings Detailing The Dimensions And Design Of The Structure. All Quotes Must Also Include A Complete List Of Materials And A Work Plan For The Project As Outlined In The Statement Of Work. Within 10 Days Of The Award The Contractor Will Have To Supply Certified Drawings To Be Approved By The Yard Safety Office. all Quotes Shall Be Emailed To Sk1 Shawn Loving Via Shawn.m.loving@uscg.mil And Shall Be Received No Later Than January 3rd 2025 At 1:00 Pm (eastern). All Emailed Quotes Shall Have 2125405y6174k90001 In The Subject Of The Email. if A Site Visit Is Highly Encouraged, A Site Visit Will Take Place On December 30th At 10:00 Am Est. Please Email James Johnston And Carl Weiland Via Carl.h.weiland@uscg.mil And Carl.h.weiland@uscg.mil By December 27th 2024 At 10:00 Am Est To Be Added To The Base Access List. vendor Information: entity Name entity Unique Entity Id entity Address entity Poc entity Phone Number poc Email Address vendor Shall Provide: line 1: description: Construct Scaffolding unit Of Issue: 1 Jb line Total: estimated Performance Date: line 2: description: Shrink Wrap Enclosure unit Of Issue: 1 Jb line Total: estimated Performance Date: line 3: description: Remove Shrink Wrap unit Of Issue: 1 Jb line Total: estimated Performance Date: line 4: description: Remove Scaffolding unit Of Issue: 1 Jb line Total: estimated Performance Date: line 4: description: Optional Month To Month Extension Pricing unit Of Issue: 1 Jb line Total: estimated Performance Date: *services Are Required To Be Started By February 2nd Unless Otherwise Stated By The Contracting Officer Or The Contracting Officer’s Representative* place Of Performance: U.s. Coast Guard Yard Attn: Uscgc Harold Miller 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). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). 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 Within5 Calendar Days. (end Of Clause)
Closing Date3 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: Request For Information (rfi) subject: Payload Operations And Sustainment Of The Existing Battlefield Airborne Communication Node Operations And Sustainment Program this Rfi Is Solely To Inform The Government’s Market Research For A Payload Operations And Sustainment Contract For The Battlefield Airborne Communication Node (bacn) Operations And Sustainment Program. Currently The Bacn Program Consists Of Two Primary Contracts: (1) The Bacn Operations And Sustainment Support (boss) Indefinite Delivery Indefinite Quantity (idiq) Contract And (2) The Bacn Platform Maintenance Contract. the Current Bacn Idiq Contract Was Awarded To Northrop Grumman Mission Systems (ngms) In January 2021. This Contract Provides Support For The Fielded Bacn Payloads And Ground Systems, Including Their Operations, Maintenance, And Sustainment In Both Continental United States (conus) And Outside The Continental United States (oconus) Operating Locations. Under This Contract, Ngms Also Provides The Personnel For All Operations And Maintenance Support. The Ordering Period For This Contract Ends In January 2026 And The Period Of Performance Ends In January Of 2027. the Air Force Life Cycle Management Center (aflcmc/hnab) Is Seeking Information From Interested Contractors Who Are Capable Of Providing Operations And Sustainment Support Of The Existing Bacn Weapons System. This Rfi Is Intended To Gather Information And Evaluate Industry Capabilities In Providing The Operation And Sustainment Of The Bacn System Capability. the Existing Communication System Facilities Tactical Edge Information Exchange By Addressing Communication Issues Associated With Incompatible Systems, Adverse Terrain And Distance. It Achieves These Capabilities Without Modifying Or Placing Size, Weight And Power (swap) Loads Upon End User Platforms. The System Operates As A Multifaceted Gateway Communications System, Providing The Military Commander With A Versatile Means Of Exchanging Information From Multiple Air, Ground, And Maritime Sources. This Includes Host Nation, Joint, And Coalition Forces Via Message Replay, Translation And Forwarding. the System’s Primary Objections Are As Follows (in No Particular Order): facilitate The Transport Of Data And Voice Across The Battlespace. enable Network Connectivity Among Weapon Systems, Sensors, Warfighters, Decision Makers, Platforms And Command Centers At All Echelons Of Command And Control (c2). submission Instructions: all Businesses Interested In Receiving The Statement Of Objectives (soo) Should Complete The Attached Documentation Via Email To Heidi.collins.1@us.af.mil And Martin.bamberg@us.af.mil No Later Than (nlt) 1600 Est, 6 Jan 2025. To Receive The Soo, The Interested Business Must Be A U.s Company With An Active Us Cage Code And Possess, At A Minimum, A Secret Facility Clearance. Companies Will Need To Designate Two (2) Individuals To Receive The Soo. The Designed Individuals Will Need To Sign Both Attachments To This Sources Sought. Companies Will Also Need To Simultaneously Send A Visit Request (vr), For A Period Of 90 Days After Sources Sought Notice, To Aflcmc/hnab Via Via Defense Information For Security (diss), Antonio.smith.26@us.af.mil, (781) 225-5632. Document Requests That Are Missing Required Information, Or Signature Will Be Returned Without Action. Once The Submitted Document Registration And Disclaimer Form, Individual Non-disclosure Agreements And Visit Requests Are Received And Approved, The Soo Will Be Provided Via Encrypted Email Through Department Of Defense (dod) Safe Secure Access File Exchange (safe) Website (https://safe.apps.mil/). please Submit Your Capabilities Statement, Clearly Presenting Evidence On How Your Organization Is Capable Of Providing The Stated Requirements, With Sufficiently Qualified Personnel. Include Any Relevant Experience, Expertise And Successful Past Performance In Similar Projects. Interested Contractors Should Consider Including The Following In Their Submission: a Timeline And A Rough Order Of Magnitude To Implement A Program That Meets The System Capabilities And Achieves The Mission Requirements (operations And Sustainment Support) description, Contract Numbers, Period Of Performance, And Associated Government Point Of Contract Demonstrating Experience In Operating And Sustaining A Similarly Complex Airborne And/or Ground Subsystem To Include Continuity Of Operations, Hardware And Software Operation, Maintenance, And Sustainment a Preliminary Support Concept To Enable Communications System Payload Operations That Meet Mission Performance Requirements Including Sustainment Of The Payload And Associated Ground And Support Equipment a Description Of Your Company’s Ability To Satisfy The Requirements In The Draft Soo established Facility Clearance Up To Secret And Current Comsec Accounts adequate Program Personnel With U.s Citizenship And Dod Secret Security Clearances the Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources Responding To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party's Expense. This Notice Does Not Constitute A Solicitation For Bids And Proposals And Is Not To Be Construed As A Commitment By The Government. Although “proposal” And “offeror” Are Used In This Request For Information, Your Response Will Be Treated As Information Only. The Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. No Solicitation Regarding This Announcement Is Available. Please Be Aware That All Unclassified Information Submitted In Response To This Request, Whether Written, Oral, Electronic, Graphic, Or Any Other Medium, May Be Subject To Disclosure Upon Receipt Of A Proper Freedom Of Information Act Request From Any Person. The Government Will Not Pay For Any Material Provided In Response To This Rfi And Submittals Will Not Be Returned To The Sender. A Response To This Rfi Constitutes An Acknowledgement That You Are Interested And Possibly Submit A Proposal Against Any Prospective Solicitation. primary Points Of Contact: martin P. Bamberg, Daf contracting Officer afmc Aflcmc/hnak e-mail: Martin.bamberg@us.af.mil heidi Collins, Daf contract Specialist afmc Aflcmc/hnak e-mail: Heidi.collins.1@us.af.mil contracting Office Address: 5 Eglin Street, Building 1624 hanscom Afb, Massachusetts 01731
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Department Of Agrarian Reform Tender

Publishing and Printing
Philippines
Details: Description Item Item & Description Unit Qty No. 1 Heavy Duty Photocopier Unit 2 Minimum Materials/equipment/ Requirements "a. Heavy-duty Photocopier 1. General Features: • Technology: Laser, Monochrome, Hypast™ Solution Platform | Operation Panel: 4.3-inch Full-color Touch Panel Display | Engine Speed: Up To 25 Pages Per Minute (ppm) For A4; Up To 12 Ppm For A3 | Warm-up Time: Approximately 21 Seconds | Dimensions (w X D X H): 590 X 590 X 688 Mm (with Standard Document Processor) 2. Printing Features: • Resolution: 1200 X 1200 Dpi | Duplex Printing: Standard Stackless Duplex Supports Statement (5.5"" X 8.5*) To Ledger (11"" X 17""), 16 Lb Bond - 60 Lb Cover (60 - 163 Gsm) | First Print Out Time: Approximately 5.8 Seconds | Supported Operating Systems: Windows Vista 7/8/8.1/10/server 2008/server 2008 R2/server 2012 R2/server 2016; Mac Os X V10.5 Or Later 3. Copying Features: • First Copy Time: Approximately 5.8 Seconds | Zoom Range: 25% To 400% In 1% Increments | Preset Magnification Ratios: 4 Reduction And 4 Enlargement Presets | Features: Auto Magnification, Auto Paper Select, Auto Start, Auto Drawer Change, Interrupt Copy, Rotate Copy, Border Erase, Split Copy, Electronic Sort, Prevent Bleed Through, Blank Page Skip 4. Scanning Features: • Scan Resolution: 600 X 600 Dpi, 400 X 400 Dpi, 300 X 300 Dpi, 200 X 400 Dpi, 200 X 200 Dpi, 200 X 100 Dpi | File Formats: Tiff, Pdf, High Compression Pdf, Xps, Open Xps, Jpeg | Scan Functions: Scan To Folder (smb), Scan To Email (smtp And Smtp Over Ssl), Scan To Ftp (ftp Over Ssl), Scan To Usb, Wsd Scan, Wia Driver, Twain Scan " "5. Paper Handling: • Standard Paper Capacity: 500-sheet Universal Paper Cassette; 100-sheet Multi-purpose Tray | Maximum Paper Capacity: Up To 1,600 Sheets With Optional Paper Feeders | Paper Sizes Supported: Cassette: A3, A4, As, Ledger, Letter, Legal; Multi-purpose Tray: A3, A4, As, A6, Ledger, Letter, Legal, Folio, Envelopes | Duplex Printing: Standard 6. Connectivity: • Standard Interfaces: Usb 2.0 High-speed Xi; Ethernet 10base-t/100base-tx/1000base-t; Usb Host Interface (usb Host) X2; Nfc Tag Xl 7. Additional Features: • Memory: Standard 1.5 Gb Ram; Optional 3 Gb Ram | Storage: Optional Ssd | Security Features: Network Authentication, Ipsec, Snmpv3, Ssl, Ldap Over Ssl | Environmental Standards: Energy Star® Certified" Terms And Conditions "warranty: • Coverage: The Photocopier Must Come With A Minimum Of One (1) Year Warranty Covering All Manufacturing Defects, Including Software And Hardware Issues. • Repair/replacement: Any Defective Items Discovered During The Warranty Period Must Be Repaired Or Replaced By The Supplier At No Additional Cost To The Procuring Entity. 2. Delivery And Installation Timeline: • Delivery And Installation Of The Photocopier And All Required Accessories Must Be Completed Within 30 Calendar Days From The Date Of Issuance Of The Purchase Order (po) Or Notice To Proceed (ntp). 3. Payment Terms: • Payment Will Only Be Processed Upon Successful Delivery, Installation, Inspection, And Issuance Of A Certificate Of Acceptance By The Authorized Personnel Of Dar Sorsogon. • All Payments Are Subject To Compliance With Commission On Audit (coa) Rules And Regulations. • The Supplier Must Provide The Necessary Billing Statements, Delivery Receipts, And Supporting Documents In Compliance With Coa Requirements. 4. Technical Compliance • The Supplier Must Strictly Adhere To The Technical Specifications Outlined In The Terms Of Reference. • Non-compliant Or Substandard Items Will Be Rejected And Must Be Replaced Within Seven (7) Days At No Additional Cost. " "5. Training And Support • The Supplier Shall Provide Training Sessions For Dar Personnel On The Proper Use, Care, And Basic Troubleshooting Of The Photocopier. • User Manuals, Configuration Guides, And Warranty Information Must Be Included In The Delivery Package. 6. Safety And Documentation Compliance • The Supplier Must Ensure That All Products Comply With Safety And Regulatory Standards Applicable To The Equipment. • Proper Documentation, Such As Certifications, Licenses, And Calibration Reports, Must Be Submitted As Required. 7. Liquidated Damages • In Case Of Delayed Delivery, Liquidated Damages Equivalent To 0.1% Of The Total Contract Price Per Day Of Delay Shall Be Imposed, Not Exceeding 10% Of The Total Contract Price. 8. Termination Clause • The Procuring Entity Reserves The Right To Terminate The Contract In Cases Of: (a) Non-compliance With The Delivery Timeline. | (b) Substandard Or Defective Items. | (c) Any Violation Of The Terms And Conditions Specified Herein. 9. Confidentiality • The Supplier Must Treat All Information Related To The Procurement Process And The Project As Confidential." Xxx Nothing Follows Xxx To Enhance Operational Efficiency And Ensure Accurate Documentation, Record-keeping, And Administrative Processes At The Department Of Agrarian Reform Provincial Office-sorsogon. Kindly Attached The Following Documents To Your Quotation For Evaluation: 1. Mayor's/ Business Permit 2. Philgeps Registration Number 3. Income Tax Return 4. Omnibus Sworn Statement 5. Updated Tax Clearance For Further Information, Please Contact: Crisanta Camille J. Leal Bac Secretariat, Head Darpo Sorsogon City Hall Compound, Cabid-an, Sorsogon City E-mail Add: Bacdarsorsogon@gmail.com Contact No.: 0951 222 4776
Closing Date21 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)

Ministry Of Culture Tender

Others
France
Details: The purpose of the contract is to maintain the Aruba WiFi infrastructure of the Louvre Museum, the Eugène Delacroix Museum and the Louvre Conservation Centre in Liévin (Pas-de-Calais) in operational conditions. This contract therefore covers the hardware and software maintenance, preventive, curative and evolutionary of the solution.
Closing Date30 Jan 2025
Tender AmountRefer Documents 
8801-8810 of 9266 archived Tenders