Ups Tenders

Ups Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Request For Information (rfi)/sources Sought sources Sought Description this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. 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.) please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described In The Attached Sow. Please Provide Your Uei Number. the Department Of Veterans Affairs (va), Visn 16 Network Contracting Office, Is Seeking Sources That Can Provide The Following: durable/ Home Medical Equipment/accessories (dme/hme) Services To Provide All Necessary Labor, Facilities, Pick-up And Delivery, Set-up, Disassembly, Storage, Repairs, And Inventory Management Of Va Owned Equipment. Multiple Resource Use Specific To Repair Of Mobility Devices (e.g. Manual Wheelchairs, Power Chairs, And Scooters): the Facility Is Located At: southeast Louisiana Veterans Healthcare System 2400 Canal Street new Orleans, La 70119 scope Of Work: Contractor Shall Provide Delivery And Pick-up, Receiving, Storage, Set-up, Assembly, Take-down, Disassembly, Installation, Instructions, Sanitizing, Repair, And Maintenance Of Va Owned Dme/hme To Eligible Veterans/caregivers As Required By The Va repair Of Mobility Devices (e.g., Manual Wheelchairs, Power Wheelchairs And Scooters). Services Provided Shall Be All Inclusive Of Deliveries And Transportation To Include Set-up/delivery Of Equipment And Related Accessories, Safety Inspections, And In-service Training (non-clinical) For Veterans On Equipment Functionality.â  In Accordance With Sound Industry Practice, And The Terms And Conditions Of The Contract, Contractor Shall Be Responsible For The Proper Care, Maintenance, And Use Of Government-owned Dme/hme In Its Possession Or Control From The Time Of Receipt Until Properly Relieved Of Responsibility.â  The Removal Of Government-owned Dme/hme To Storage, Or Its Contemplated Transfer, Does Not Relieve Contractor's Responsibility. deliveries And/or Pick-ups Shall Be Made At Such Times And In Such Quantities As Specified By The Contracting Officer, Contracting Officer Representative (cor) And/or The Purchasing Agent. contractor Shall Furnish Durable Medical/ Home Medical Equipment (dme/hme) And/or Accessories Necessary To Provide Dme/hme Services To Eligible Veterans Under The Jurisdiction Of The Primary Service Area Of The Slvhcs, In The Veteran S/caregiver S Homes Or Other Designated Points In Accordance With Standards Established By The Joint Commission For Home Care Through Reissue Of Equipment And/or Accessories For Which Contractor Has Provided Pick-up, Repair, Cleaning, And Storage. durable Medical Equipment And/or Accessories Necessary To Provide Dme/hme Shall Only Be Provided (setup) Based On An Assessment Of The Veteran And An Order (prescription) By A Vamc Health Care Provider. Each Dme/hme Task Order Shall Be Individually Requested Through A Prosthetic Purchase Order On An Individual Veteran Basis. contractors Must Meet The Joint Commission Standards Or Equivalent Body (which Meets Or Exceeds Tjc Accreditation) For Services Provided Under The Contract. Throughout The Contract, Contractor Shall Be Able To Consistently Perform Services At Or Above The Standards Set By The Joint Commission. The Joint Commission Standards Can Be Found At Http://www.jointcommission.org/. if Contractor Is Surveyed During The Contract Term By Any Accreditation Body, They Shall Notify The Cor Or Designee In Writing Of Survey Dates And Outcomes. If Any Accreditation Is Revoked Or Local, State, Or Federal Citations Received During The Performance Period Covered By The Contract Contractor Shall Notify The Cor Or Designee Within Three (3) Business Days Of The Citation. for This Performance Work Statement (pws), The Normal Delivery Or Service Area Is Considered To Cover The Counties/parishes Serviced By The Southeast Louisiana Veterans Healthcare System (slvhcs) And Its Affiliated Community Based Outpatient Clinics (cbocs). if You Are Interested, And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: responses To This Notice Shall Be Submitted Via Email To Kimberly Anderson At Kimberly.anderson6@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5, 2025 At 3:00 Pm Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Responses. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Responses To This Notice Shall Not Be Considered A Response To A Solicitation. Determination By The Government Not To Compete The Proposed Procurement Is Solely Within The Discretion Of The Government If It Is Determined That It Is In Their Best Interest To Do So.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Security and Emergency Services
United States
Details: Electronic Security Systems (ess) Maintenance the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million. we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response. description Of The Requirement: this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded. the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract. fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture. the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws). information Sought By The Government: company Information: company Name address point Of Contact telephone Number e-mail Address business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code. if Your Company Is Currently Registered In System For Award Management (sam). information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

City Of Dapitan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee City Of Dapitan February 05, 2025 Invitation To Bid The City Government Of Dapitan, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Apply For Eligibility And If Found Eligible To Bid For The Following Contract: Contract Id: Pr# 2025-01-31-024 Contract Name: Procurement Of Office Supplies & Devices Purpose: For Official Use At City Budget Office, This City Approved Budget For The Contract (abc): Php 183,750.00 (inclusive Of All Applicable Taxes) Part Of The Total Abc Of P403,100.00 Source Of Fund: General Fund • Prospective Bidders Should Have Expertise In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. • Bidders / Contractor’s Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents. • Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. • The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest/single Calculated Bid Shall Be Conducted. • All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting February 06 – 13, 2025 Availability And Issuance Of Bidding Documents February 06 – 18, 2025; 1:30 P.m. Deadline For The Submission Of Bids February 18, 2025; 1:30 P.m Bid Evaluation February 18, 2025; 2:00 P.m • Philippine Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The City Of Dapitan. (bacdapitan@gmail.com) • Payment For The Philippine Bidding Documents Is A Non – Refundable Amount Of Five Hundred Pesos Only (php 500.00) Payable To The Office Of The City Treasurer, Dapitan City. The City Government Of Dapitan Assumes No Responsibility Whatsoever Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The City Government Of Dapitan Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Award Of Contract, Without Thereby Incurring Any Liability To The Affected Bidder Of Bidders. Sgd.engr. Renmar Terenz E. Draper Cgdh I, Management Information Systems Office Bac Chairman Annex A: 1. 150 Rms. Long Us Bond Paper (8.5” X 13’) 2. 150 Pcs. Ballpen (black) – Good Quality 3. 150 Pcs. Ballpen (blue) – Good Quality 4. 2 Pcs. Parker Signing Pen Black 0.7 5. 1 Bx Pentel Pen Broad – Black 6. 50 Pcs. Correction Tape 36m 7. 3 Bxs. Pencil – Good Quality 8. 15 Pcs. Sticky Note (45mm X 12mm) 5 Colors 9. 15 Pcs. Sticky Note (arrow) 10. 10 Pcs. Highlighter – Yellow – Good Quality 11. 2 Pcs. Puncher ( 2 Holes) Heavy Duty 12. 5 Pcs. Stapler With Remover # 35 Heavy Duty 13. 2 Bxs. Staple Wire W/ 50-100pgs Cap. Heavy Duty Big 14. 10 Bxs. Colored Paper Fastener 50 Sets 15. 3 Rms File Folder (white) Long 16. 3 Pcs. Elmer’s Glue 130g 17. 15 Pcs. Expanding Envelope (morocco) With Garter Long 18. 5 Pcs. Clear Scotch Tape 1 Inch – Good Quality 19. 2 Rolls Duct Tape Silver Gray (2 Inches Wide) 20. 40 Pcs. Ring Binder, Plastic (1 1/2 Inch) 21. 15 Pads Board Paper. 8.5 X 13”, 200gsm, 10 Shts/pad 22. 5 Pcs. Stamp Pad 23. 5 Btls. Stamp Pad Ink, Violet 50ml 24. 5 Bxs. Staple Wire 23/15 (9/16”0 Chisel Pointed 25. 3 Rms. Pvc Cover (330 X 218mm) Long Clear, 100 Sheets 31. 10 Pcs. Record Book Big 500 Pages 32. 5 Pcs. Record Book Big 300 Pages 33. 35 Btls. Ethyl Alcohol 70% Solution – 500ml 34. 6 Gals. Ethyl Alcohol 70% Solution 35. 10 Packs Toilet Paper (9 Rolls/pack) 36. 3 Packs Battery Pack Aa 37. 2 Pcs. Door Mat 38. 2 Btls. Insecticide 600ml 39. 10 Blts. Dishwashing Liquid 1 Ltr. 40. 4 Gals. Bleaching Liquid 41. 5 Pcs. Dishwashing Paste 200g 42. 2 Cans Disinfectant Spray 400g. 43. 5 Pcs. Dish Sponge Pad 44. 6 Pair Heavy Duty Rubber Gloves (thick Household Gloves) 45. 20 Rolls Heavy Duty Thick Garbage Bag Roll (large) 46. 5 Pcs. Car Air Freshener Shaldan (lemon) 600g 47. 5 Pcs. Air Freshener For Office (peony & Berry 1000ml 48. 5 Pcs. Air Freshener For Office (lemon) 1000 Ml 50. 45 Pcs. Smart Prepaid Card @ 300 51. 3 Units Steel Cabinet 4 Drawers 52. 2 Unit Monitor 24 Inches 53. 1 Pc. Ups 650va 54. 3 Units Office Swivel Chair
Closing Date18 Feb 2025
Tender AmountPHP 183.7 K (USD 3.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 2 Of 2 this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 532420 (size Standard Of $40 Million). Responses To This Sources-sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources-sought, A Solicitation Announcement May Be Published. Responses To This Sources-sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources That Can Provide Equipment Lease And Maintenance For Mailing, Shipment Tracking, Proof Of Delivery, And Receiving Services For Mailroom And Warehouse For The Va Loma Linda Health Care System (vallhcs). the Contractor Shall Provide And Be Responsible For The Shipment And Delivery (if Applicable) To Va Loma Linda Health Care System At 11201 Benton Street, Loma Linda, Ca 92357. scope Of Work lease Of Mail Metering Machines And Package Tracking Equipment/software. the Jerry L Pettis Va Medical Center, Loma Linda, California Is Seeking Prospective Contractors Who May Be Interested In Competing For The Leasing Of A Digital Mailing System With New Shaped Based Rating System To Replace Aging Digital Mailing System For Assigning Postage To A Variety Of Mail Processed By The Support Services Mail Room. Additionally, Both Campuses Require Package Tracking Equipment And Software. 1. Background: the Intent Of This Proposal Is To Lease With A Base Year And Four Option Years, For The New Mailing System Equipment And Associated Service Contract, Including All Required Hardware, Software, Maintenance And Services Necessary To Manage Mail Operations For The Loma Linda Va Mail Rooms That Meet All Usps, Federal And Va Mail Processing Requirements Including Intelligent Mail Package Barcode (impb) Compliant. c. Periods Of Performance: base Period: April 1, 2025 Through March 31, 2026 option Year 1: April 1, 2026 Through March 31, 2027 option Year 2: April 1, 2027 Through March 31, 2028 option Year 3: April 1, 2028 Through March 31, 2029 option Year 4: April 1, 2029 Through March 31, 2030 2. Mail Meter Equipment Features a. Features Of Digital Mailing System Seeking To Lease: b. Increase The Efficiency And Proper Assignment Of Postage Charges To A Variety Of Mail In Differing Sizes And Weights To A High Volume Of Mail That Is Processed Through The Mailroom On A Daily Basis. c. Ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. d. One Usps Shape Based Compliant Mail Metering Systems To Address Our Daily Mail Volume Needs. Schedule 48 Pricing Implemented. The Ability To Weigh The Mail Piece And Determine Its Shape In Line While Processing Is Required (wow). The Topeka Mail Room Meter Capacity Shall Be Up To 50,000 Pieces Of Mail Every Month. e. The Meter/equipment Will Require The Following Features For Each Campus (total Footprint Not To Exceed 112 Inches): mailing System That Can Process Outgoing Mail And Flats With A Mixed Mail Feeder. stand-alone Meter With Federal Funding Capability. stand-alone Impb Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer, And >70-pound Scale. schedule 48 Rates Are Required. multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments. electronic Return Receipt (err) As Processed Through The Mail Machine Which Includes Certified Barcode Scanning. automatic And Manually Selectable Date Advance. minimum Processing Speed - 125 Letters Per Minute. power Stacking. interfaced Scale Automatically Setting Meter For Correct Postage. ssl Encrypted Communication. an Additional Separate, Integrated/interfaced 70 Lb. Scale For Larger Items. departmental/categories Accounting With Report Printer. open/closed Flap Sealing. fifteen-inch Touch Screen Display. automatic Gum Label Dispenser. 4-color Text Messaging System With Ability For Local Personnel To Customize Message And Quick Response (qr) Barcode/graphics Printing. ability To Export, Both Locally And Digitally, Encrypted Customized Reports. weigh On The Way (wow)/in-line Weighing To Include Shape-based Rating. online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount. provide Operational Stand/table. must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus). usps Approved Information Based Indicia (ibi) System Capability (printed Indicia And Mail System Must Be Capable Of Providing Usps Commercial Base Pricing On Priority And Express Mail). must Be Fips And Ato Compliant equipment ix9conveyor Ix-9 Conveyor Stacker 2 Ix9dwm Pkg Ix-9 Dynamic Weighing Module 2 Ix9c Ix-9c 300 Lpm Base Puffy Postcard Feeder W/wireways 2 Ixwp30 Ix 30lb Weighing Platforms 2 Ixdu300 300 Department Upgrade 2 Ds85i-inte3hcf 3 Station Expert: 2 Auto Fdrs + 1 Hcdf, Cis Scanner, Multi License 1 Idstc51 Zebra Tc52 Scanner W/camera 10 Idstcwallchar Tc52/57 Power Supply/wall Charger 10 Idstc- 5156cable Tc52/57 Charging Cable - Power Supply Not Included. 10 Idstc-5156boot Tc52/57 Protective Boot 10 Idstc-5156batt Tc52/57 4300 Mah Battery 10 Idstcstylus3pk Tc52/57 Stylus 3 Pack 4 Idsws-n Wireless Barcode Scanner 3 Idstc- 5slotcrad Tc51/56 5-port Charging Cradle. 3 Intra Enterprise Software Subscription By Sc Logic. g. Installation, Training, And On-going Support/maintenance As Needed Throughout The Term Of The Lease Including But Not Limited To: vendors Must Provide Complete Installation, Configuration, Setup, And Testing Of All Equipment And Software, Including Integration With And Configuration For Data Streams And Document Types Processed At Valom. all Postage Rate Updates Provided At Least 10 Calendar Days Before The Rate Change Takes Effect. periodic Preventive Maintenance Necessary To Avoid Unexpected Down Times Performed At Least Quarterly And More Frequently If Necessary. Contractor To Provide Parts And Labor (including Print Heads). response From An On-site Repair Technician Within 4 Hours Of Placing A Service Call. Contractor To Provide Parts And Labor (including Print Heads). ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. (i.e., During Potential Downtime, Contractor Is To Provide A Replacement Unit Within 24 Hours). training For Staff Including Initial Training And Any Ongoing Training Determined To Be Necessary By The Contracting Officer S Technical Representative (cotr) At No Additional Cost (not To Exceed 5 Formal On-site Trainings For The Remainder Of The Contract). meter Will Be Re-located By The Vendor Selected, Including To A Different Facility, When Needed As Determined By The Cotr At No Additional Cost To The Facility. 3. Parcel Tracking Equipment Features a. The Parcel Tracking Software Will Require The Following Features For Each Campus: parcel Tracking Software counter Signature Pad low To Mid Volume 4 In. Label Printer cordless Scanner single Bay Cradle/battery Charger For Handheld Scanner (2 Each) basic Operator Training Up To 4 Hrs. (2 Operators) pc W/ Flat Panel Monitor b. Technical Support. The Vendor Will Supply Telephone Technical Support During Normal Business Hours Mon. Fri. 8am 8pm Pm To Include The Following: assistance With Disaster Recovery Including Viruses & Hard Disk Failure. end User Web Ex And Diagnostic Assistance Sessions. inversion Updates/ Installation And Debugging With Scanners, Mobile Computers And Printers. system Configuration Concerns & Questions. assistance With Hardware System Upgrades And Recommendations For Integration. changes To Software Configuration, Import Recipient List, Change User Definable Fields, New Users, Software Backup Recommendations. direct Access To Software Development Staff, Discounted On-site Technical Support. methods To Modify Report Templates To Support Management Decision Making. c. Repairs. Vendor Will Repair Or Up To 2 Mobile Units Per Year And Will Ship A Spare Unit Within 1-2 Days (shipped Via Ups/fedex) Providing Calls Have Been Received Before 2 Pm Cst. The Original Unit Will Be Repaired & Returned Providing It Is Deemed Repairable By Vendor At No Additional Cost. Repairs Cover Normal Wear & Tear As Well As Repairs To Displays, Touch Screens, Plastics, Keypad Exit Windows Internal And Other External Components Damaged Through Accidental Breakage. Consumables Such As Batteries & Stylus Are Not Covered. item Information: Brand Name Or Equal item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ equipment Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound, And Proof Of Delivery Services For Both Mailroom And Warehouse. 0002 12.00 Mo _________________ software Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound And Proof Of Delivery Services For Both Mailroom And Warehouse. Intra Enterprise Software Subscription By Sc Logic. __________________ 0002 12.00 Mo ___________________ servicing And Maintenance Of Equipment __________________ grand Total __________________ the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Product That Fulfills The Required Specifications. if You Are Interested And Capable Of Providing The Sought-out Supplies, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (2) Is Your Company Considered Small Under The Naics Code (532420) Identified Under This Rfi? (3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? (4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (7) If Possible, Please Provide General Pricing For Your Products/solutions For Market Research Purposes. (8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Anette.doan@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than 01/10/2025, At 11:00 A.m. Pacific Standard Time (pst). If A Solicitation Is Issued It Shall Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Department Of Health Regional Office Ii Tender

Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-056 Location Of The Project – Tuguegarao City Request For Quotation Date:01/30/25 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am February 04, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Unit 1 29,088.00 Computer Scanner 2 Roll 2 14,000.00 Magicard D Ymcko Dye Film, 300 Images (300 Shots Color Ribbon For Magicard D Series) - Compatible To Id Printer Magicard D Duo 3 Set 3 7,200.00 Magicard Enduro 3e/rio Pro Cleaning Kit (enduro, Enduro+or Enduro 3e, Rio Pro Cleaning Kit (10 Cards, 1 Pen) - Compatible To Id Printer Magicard D Duo 4 Unit 4 14,000.00 Back Up Ups, Av 5 Set 2 40,000.00 Computer Desktop Set Ink Refill, Compatible To Brother Printer 6 Bottle 15 9,750.00 Black 7 Bottle 10 6,000.00 Cyan 8 Bottle 10 6,000.00 Yellow 9 Bottle 10 6,000.00 Magenta Ink Refil, Compatible For Epson L2350 10 Bottle 10 6,500.00 Black 11 Bottle 10 6,000.00 Cyan 12 Bottle 10 6,000.00 Yellow 13 Bottle 10 6,000.00 Magenta Ink Cartridge, Compatible For Hp Office Jet Pro 7740 Wide Format All In One 14 Cartridge 10 8,000.00 Black (cartridge No. Hp 955 Setup H) 15 Cartridge 10 8,000.00 Cyan (cartridge No. Hp 955 Setup H) 16 Cartridge 10 8,000.00 Yellow (cartridge No. Hp 955 Setup H) 17 Cartridge 10 8,000.00 Magenta (cartridge No. Hp 955 Setup H) Support To Operation Of Rled: Procurement Of Computer Supplies For The 1st Quarter Of 2025 "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." Page 1 Of 2 After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0171 Page 2 Of 2 /kevin
Closing Date4 Feb 2025
Tender AmountPHP 188.5 K (USD 3.2 K)

Amt Lindow Mark Tender

Others
Germany
Details: In the town of Lindow (Mark), an old siren (three-phase siren) is to be replaced by a UPS-capable electronic siren. The siren is to achieve a 360° sound distribution with a sound level of 109 dB(a)/30 m. It must be able to be operated as a Tetra-capable siren system and be Mowas-ready compatible. The tender is for the delivery and installation of the siren, including all ancillary work. The measure is a subsidized project. The details can be found in the LV/price sheet.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

Municipality Opole Lubelskie Tender

Software and IT Solutions
Poland
Details: Title: „rozwój Cyberbezpieczeństwa Oraz Uzupełnienie Infrastruktury Sprzętowej W Gminie Opole Lubelskie” description: 2. Przedmiot Zamówienia Podzielony Jest Na Poniższe Części: - Część Nr 1 – „dostawa Sprzętu I Oprogramowania Informatycznego” - Część Nr 2 – „dostawa Urządzeń Drukujących” 3. Przedmiot Zamówienia W Zakresie Części 1 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 4. Przedmiot Zamówienia W Zakresie Części 2 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 5. Zamówienie Obejmuje: 1) Część 1 – Dostawa Sprzętu I Oprogramowania Informatycznego, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Serwerowni - Zakup Serwera Z Systemem Operacyjnym (2 Szt.) B) Wyposażenie Serwerowni - Zakup Macierzy Dyskowej (1 Szt.) C) Wyposażenie Serwerowni - Zakup Urządzenia Nas (1 Szt.) D) Wyposażenie Serwerowni - Zakup Licencji Oprogramowania Backup (1 Szt.) E) Wyposażenie Serwerowni - Zakup Ups (2 Szt.) Dostawa Powyższego Sprzętu Informatycznego Obejmuje Jego Dostawę, Instalację I Konfigurację. 2) Część 2 – Dostawa Urządzeń Drukujących, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Stanowiska Kancelaryjnego - Zakup Drukarek Kodów Kreskowych (5 Szt.) B) Wyposażenie Stanowiska Do Digitalizacji - Zakup Plotera Ze Skanerem (1 Szt.) Dostawa Powyższego Sprzętu Obejmuje Jego Dostawę, Instalację I Konfigurację. 6. Szczegółowy Opis Przedmiotu Zamówienia Wraz Z Określeniem Minimalnych Wymagań Został Przedstawiony W Załączniku Nr 1 Do Swz – Szczegółowy Opis Przedmiotu Zamówienia (sopz). 8. Zamawiający Informuje, Że Tam, Gdzie Zamawiający Opisał Przedmiot Zamówienia Przez Odniesienie Do Norm, Europejskich Ocen Technicznych, Aprobat, Specyfikacji Technicznych I Systemów Referencji Technicznych, Dopuszcza Się Rozwiązania Równoważne Opisywanym. Zamawiający Informuje, Że Tam, Gdzie W Swz Oraz Jej Załącznikach Opisał Przedmiot Zamówienia Przez Wskazanie Znaków Towarowych, Patentów Lub Pochodzenia, Źródła Lub Szczególnego Procesu, Który Charakteryzuje Produkty Dostarczane Przez Konkretnego Wykonawcę, Co Mogłoby Doprowadzić Do Uprzywilejowania Lub Wyeliminowania Niektórych Wykonawców Lub Produktów, Zamawiający Dopuszcza Rozwiązanie Równoważne Opisywanym Pod Warunkiem, Że Będą One O Nie Gorszych Właściwościach I Jakości. Wykonawca, Który Powołuje Się Na Rozwiązania Równoważne Opisywanym Przez Zamawiającego, Jest Obowiązany Udowodnić W Swojej Ofercie, Że Proponowane Rozwiązania W Równoważnym Stopniu Spełniają Wymagania Określone W Opisie Przedmiotu Zamówienia. 9. Zamawiający Dopuszcza Możliwość Składnia Ofert Częściowych. Wykonawca Może Złożyć Ofertę Na Dowolną Ilość Części Zamówienia. Każda Oferta Będzie Oceniana Odrębnie Dla Każdej Części Zamówienia, Dla Której Została Złożona. 10. Zamawiający Nie Dopuszcza Składania Ofert Wariantowych. 11. Zamawiający Nie Przewiduje Zawarcia Umowy Ramowej. 12. Zamawiający Nie Przewiduje Wyboru Oferty Najkorzystniejszej Z Zastosowaniem Aukcji Elektronicznej Oraz Udzielenia Zamówień Powtarzających Się. 13. Zamawiający Nie Przewiduje Możliwości Udzielania Zamówień, O Których Mowa W Art. 214 Ust. 1 Pkt 7) I Pkt 8) Ustawy. 14. Zamawiający Nie Wymaga I Nie Dopuszcza Złożenia Ofert W Postaci Katalogów Elektronicznych Lub Dołączenia Do Ofert Katalogów Elektronicznych. 15. Zamawiający Nie Zastrzega Możliwości Ubieganie Się O Wykonie Zamówienia Wyłącznie Przez Wykonawców, O Których Mowa W Art. 94 Ustawy. 16. Zamawiający Nie Przewiduje Wymagań W Zakresie Zatrudnienia Na Podstawie Stosunku Pracy, W Okolicznościach O Których Mowa W Art. 95 Ustawy. 17. Zamawiający Nie Określa Dodatkowych Wymagań Związanych Z Zatrudnianiem Osób, O Których Mowa W Art. 96 Ust. 2 Pkt. 2) Ustawy. Ix. Informacje O Środkach Komunikacji Informacje O Wymaganiach Technicznych I Organizacyjnych Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej 1. Postępowanie Prowadzone Jest W Języku Polskim. 2. Komunikacja Pomiędzy Zamawiającym A Wykonawcami, W Szczególności Składanie Oświadczeń, Wniosków, Zawiadomień Oraz Przekazywanie Informacji (innych Niż Oferta Wykonawcy), Odbywa Się Przy Użyciu Środków Komunikacji Elektronicznej, Tj. Platformy Zamówień Publicznych Zetopzp: Ttps://pzp.opolelubelskie.pl/, Poczty Elektronicznej:sekretariat@opolelubelskie.pl, Którą Należy Traktować Wyłącznie Jako Tzw. ,,awaryjną’’, W Przypadku Problemów Technicznych.   3. Wykonawca Zamierzający Wziąć Udział W Niniejszym Postępowaniu O Udzielenie Zamówienia Publicznego, Musi Posiadać Konto Na Platformie Zamówień Publicznych Zetopzp.  4. Wymagania Techniczne I Organizacyjne Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej, Zostały Opisane W Regulaminie Korzystania Z Platformy Zakupowej Zetopzp W Zakładce ,,pomoc’’. Sposób Sporządzenia, Wysyłania I Odbierania Korespondencji Elektronicznej Musi Być Zgodny Z Wymaganiami Określonymi W Rozporządzeniu Wydanym Na Podstawie Art. 70 Pzp. 5. Wykonawca, Przystępując Do Niniejszego Postępowania O Udzielenie Zamówienia, Akceptuje Warunki Korzystania Z Platformy Zakupowej, Tj. Zetopzp, Określone W Regulaminie Zamieszczonym Na Stronie Internetowej Https://pzp.opolelubelskie.pl/ Oraz Zobowiązuje Się, Korzystając Z Platformy, Przestrzegać Postanowień Regulaminu Korzystania Z Platformy Zakupowej Zetopzp. 6. Maksymalny Rozmiar Plików Przesyłanych Za Pośrednictwem Poczty Elektronicznej/platformy Zakupowej* Wynosi 100 Mb. 7. Za Datę Przekazania Oferty, Wniosków, Zawiadomień, Dokumentów Lub Oświadczeń Elektronicznych, Podmiotowych Środków Dowodowych Lub Cyfrowego Odwzorowania Podmiotowych Środków Dowodowych Oraz Innych Informacji Sporządzonych Pierwotnie W Postaci Papierowej, Przyjmuje Się Datę Złożenia Oferty Na Platformie Zakupowej Zetopzp. C.d W Swz
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Municipality Opole Lubelskie Tender

Software and IT Solutions
Poland
Details: Title: „rozwój Cyberbezpieczeństwa Oraz Uzupełnienie Infrastruktury Sprzętowej W Gminie Opole Lubelskie” description: 2. Przedmiot Zamówienia Podzielony Jest Na Poniższe Części: - Część Nr 1 – „dostawa Sprzętu I Oprogramowania Informatycznego” - Część Nr 2 – „dostawa Urządzeń Drukujących” 3. Przedmiot Zamówienia W Zakresie Części 1 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 4. Przedmiot Zamówienia W Zakresie Części 2 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 5. Zamówienie Obejmuje: 1) Część 1 – Dostawa Sprzętu I Oprogramowania Informatycznego, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Serwerowni - Zakup Serwera Z Systemem Operacyjnym (2 Szt.) B) Wyposażenie Serwerowni - Zakup Macierzy Dyskowej (1 Szt.) C) Wyposażenie Serwerowni - Zakup Urządzenia Nas (1 Szt.) D) Wyposażenie Serwerowni - Zakup Licencji Oprogramowania Backup (1 Szt.) E) Wyposażenie Serwerowni - Zakup Ups (2 Szt.) Dostawa Powyższego Sprzętu Informatycznego Obejmuje Jego Dostawę, Instalację I Konfigurację. 2) Część 2 – Dostawa Urządzeń Drukujących, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Stanowiska Kancelaryjnego - Zakup Drukarek Kodów Kreskowych (5 Szt.) B) Wyposażenie Stanowiska Do Digitalizacji - Zakup Plotera Ze Skanerem (1 Szt.) Dostawa Powyższego Sprzętu Obejmuje Jego Dostawę, Instalację I Konfigurację. 6. Szczegółowy Opis Przedmiotu Zamówienia Wraz Z Określeniem Minimalnych Wymagań Został Przedstawiony W Załączniku Nr 1 Do Swz – Szczegółowy Opis Przedmiotu Zamówienia (sopz). 8. Zamawiający Informuje, Że Tam, Gdzie Zamawiający Opisał Przedmiot Zamówienia Przez Odniesienie Do Norm, Europejskich Ocen Technicznych, Aprobat, Specyfikacji Technicznych I Systemów Referencji Technicznych, Dopuszcza Się Rozwiązania Równoważne Opisywanym. Zamawiający Informuje, Że Tam, Gdzie W Swz Oraz Jej Załącznikach Opisał Przedmiot Zamówienia Przez Wskazanie Znaków Towarowych, Patentów Lub Pochodzenia, Źródła Lub Szczególnego Procesu, Który Charakteryzuje Produkty Dostarczane Przez Konkretnego Wykonawcę, Co Mogłoby Doprowadzić Do Uprzywilejowania Lub Wyeliminowania Niektórych Wykonawców Lub Produktów, Zamawiający Dopuszcza Rozwiązanie Równoważne Opisywanym Pod Warunkiem, Że Będą One O Nie Gorszych Właściwościach I Jakości. Wykonawca, Który Powołuje Się Na Rozwiązania Równoważne Opisywanym Przez Zamawiającego, Jest Obowiązany Udowodnić W Swojej Ofercie, Że Proponowane Rozwiązania W Równoważnym Stopniu Spełniają Wymagania Określone W Opisie Przedmiotu Zamówienia. 9. Zamawiający Dopuszcza Możliwość Składnia Ofert Częściowych. Wykonawca Może Złożyć Ofertę Na Dowolną Ilość Części Zamówienia. Każda Oferta Będzie Oceniana Odrębnie Dla Każdej Części Zamówienia, Dla Której Została Złożona. 10. Zamawiający Nie Dopuszcza Składania Ofert Wariantowych. 11. Zamawiający Nie Przewiduje Zawarcia Umowy Ramowej. 12. Zamawiający Nie Przewiduje Wyboru Oferty Najkorzystniejszej Z Zastosowaniem Aukcji Elektronicznej Oraz Udzielenia Zamówień Powtarzających Się. 13. Zamawiający Nie Przewiduje Możliwości Udzielania Zamówień, O Których Mowa W Art. 214 Ust. 1 Pkt 7) I Pkt 8) Ustawy. 14. Zamawiający Nie Wymaga I Nie Dopuszcza Złożenia Ofert W Postaci Katalogów Elektronicznych Lub Dołączenia Do Ofert Katalogów Elektronicznych. 15. Zamawiający Nie Zastrzega Możliwości Ubieganie Się O Wykonie Zamówienia Wyłącznie Przez Wykonawców, O Których Mowa W Art. 94 Ustawy. 16. Zamawiający Nie Przewiduje Wymagań W Zakresie Zatrudnienia Na Podstawie Stosunku Pracy, W Okolicznościach O Których Mowa W Art. 95 Ustawy. 17. Zamawiający Nie Określa Dodatkowych Wymagań Związanych Z Zatrudnianiem Osób, O Których Mowa W Art. 96 Ust. 2 Pkt. 2) Ustawy. Ix. Informacje O Środkach Komunikacji Informacje O Wymaganiach Technicznych I Organizacyjnych Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej 1. Postępowanie Prowadzone Jest W Języku Polskim. 2. Komunikacja Pomiędzy Zamawiającym A Wykonawcami, W Szczególności Składanie Oświadczeń, Wniosków, Zawiadomień Oraz Przekazywanie Informacji (innych Niż Oferta Wykonawcy), Odbywa Się Przy Użyciu Środków Komunikacji Elektronicznej, Tj. Platformy Zamówień Publicznych Zetopzp: Ttps://pzp.opolelubelskie.pl/, Poczty Elektronicznej:sekretariat@opolelubelskie.pl, Którą Należy Traktować Wyłącznie Jako Tzw. ,,awaryjną’’, W Przypadku Problemów Technicznych.   3. Wykonawca Zamierzający Wziąć Udział W Niniejszym Postępowaniu O Udzielenie Zamówienia Publicznego, Musi Posiadać Konto Na Platformie Zamówień Publicznych Zetopzp.  4. Wymagania Techniczne I Organizacyjne Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej, Zostały Opisane W Regulaminie Korzystania Z Platformy Zakupowej Zetopzp W Zakładce ,,pomoc’’. Sposób Sporządzenia, Wysyłania I Odbierania Korespondencji Elektronicznej Musi Być Zgodny Z Wymaganiami Określonymi W Rozporządzeniu Wydanym Na Podstawie Art. 70 Pzp. 5. Wykonawca, Przystępując Do Niniejszego Postępowania O Udzielenie Zamówienia, Akceptuje Warunki Korzystania Z Platformy Zakupowej, Tj. Zetopzp, Określone W Regulaminie Zamieszczonym Na Stronie Internetowej Https://pzp.opolelubelskie.pl/ Oraz Zobowiązuje Się, Korzystając Z Platformy, Przestrzegać Postanowień Regulaminu Korzystania Z Platformy Zakupowej Zetopzp. 6. Maksymalny Rozmiar Plików Przesyłanych Za Pośrednictwem Poczty Elektronicznej/platformy Zakupowej* Wynosi 100 Mb. 7. Za Datę Przekazania Oferty, Wniosków, Zawiadomień, Dokumentów Lub Oświadczeń Elektronicznych, Podmiotowych Środków Dowodowych Lub Cyfrowego Odwzorowania Podmiotowych Środków Dowodowych Oraz Innych Informacji Sporządzonych Pierwotnie W Postaci Papierowej, Przyjmuje Się Datę Złożenia Oferty Na Platformie Zakupowej Zetopzp. C.d W Swz
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Veterans Federation of the Philippines Tender

Philippines
Details: Description Procurement Of Supply And Delivery Of Brand New Computers, Printers, Scanners And I.t Acessories The Veterans Federation Of The Philippines, Through The Corporate Budget For 2025 Intends To Apply The Sum Of Seven Million Six Hundred Eighty-three Thousand Two Hundred Twenty Pesos Only (₱7,683,220.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Supply And Delivery Of Brand New Computers, Printers, Scanners And I.t. Accessories. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot: 1 Quantity: 50 Sets Item /description: Mid-range Desktop Computers Approved Budget For The Contract: ₱3,475,000.00 Price Of Bid Documents(non-refundable): ₱5,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Lot: 2 Quantity: 35 Units Item /description: Mid-range Laptop Computers Approved Budget For The Contract: ₱2,800,000.00 Price Of Bid Documents(non-refundable): ₱5,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Lot: 3 Quantity: Item /description: 28 Units 3 In 1 Printer 2 Unit Laser Monochrome Printer 1 Unit A3 Size Printer 1 Unit Printer 7 Units Document Scanner With Feeder 5 Unit Document Scanner 2 Sets Projector With Screen Approved Budget For The Contract: ₱835,039.00 Price Of Bid Documents(non-refundable): ₱1,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Lot: 4 Quantity Item /description: 5 Pcs External Storage: Ssd 1tb 10 Pcs External Storage: Ssd 2tb 4 Pcs Flash Drive 1tb 8 Sets Uninterruptible Power Supply (ups) 1 Pc Desktop Monitor 4 Pcs Keyboard Usb Type 15 Pcs Mouse Usb Type 1 Pc Computer Web Cam 18 Pcs Power Bank 16 Pcs Pocket Internet Wi-fi Globe 16 Pcs Pocket Internet Wi-fi Smart 2 Pcs Globe & Smart Broadband Internet Wi￾fi 2 Pcs Internet Router 1 Pc Internet Switch Hub 24 Ports 2 Pc Internet Lan Adapter Usb Type 1 Set Internet Lan Crimping Tools 2 Boxes Lan Cable Cat 6 250 Pcs Rj45 Lagpasan Cat6 1 Set Blower/vacuum Desktop Cleaner 1 Set Computer Screw Driver Tools 1 Set Wireless Microphone 4 Channel 2 Sets Microphone Long Stand 1 Set Wire Microphone 2 Pcs Hdmi To Vga Adapter Approved Budget For The Contract: ₱573,181.00 Price Of Bid Documents(non-refundable): ₱1,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed The Schedule Of Bidding Activities Is As Follows: Activities Schedule Pre-bid Conference Friday, 31 January 2025, 9:30 Am Deadline Of Submission Wednesday, 12 February 2025, 9:00 Am Opening/ Evaluation Of Bids Wednesday, 12 February 2025, 9:30 Am 2. The Veterans Federation Of The Philippines Now Invites Bids For The Above Procurement Project. Delivery Of Brand New Computers, Printers, Scanners And I.t. Accessorie Is Required Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within The Last Three (3) 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 Veterans Federation Of The Philippines And Inspect The Bidding Documents At The Address Given Below At Gatpuno Villegas St. Ermita Manila From Monday To Friday Between 9:00am To 3:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 21 January 2025 From The Given Address And Website(s) Below Veterans Federation Of The Philippines, Gatpuno Villegas St., Ermita Manila, After Payment Of Non-refundable Cost Of Bidding Documents Stated Above. The Procuring Entity Shall Allow The Bidder To Present In Person Or Through Email Its Proof Of Payment For The Fees. 6. The Vfp-bac Will Hold A Pre-bid Conference In Vfp Conference Room On 31 January 2025, 9:30 Am At Gatpuno Villegas St. Ermita Manila. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 12 February 2025, 9:00 Am. 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 12 February 2025, 9:30 Am At The Given Address Below At Veterans Federation Of The Philippines Conference Room, Gatpuno Villegas St., Ermita Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders Shall Be In Face To Face Attendance To Ensure Transparency Of The Proceeding. Bidders Are Advised To Coordinate With The Vfp-bac Secretariat For Further Details. 10. The Veterans Federation Of The Philippines 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 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date12 Feb 2025
Tender AmountPHP 7.6 Million (USD 132.4 K)

City Of Pagadian Tender

Publishing and Printing
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 8751-200-5-03-010/rf24-8000-3d-a (office Expenses), Pagadian City, As Described Below: Goods-2025-01-85 Purchase Of Office Supplies & Materials For The Use Of City Engineer's Office. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ Lot 1 Pr.no. 185 1 20 Reams Bookpaper Long Subs-70 350.00 7,000.00 2 20 Reams Bookpaper Short Subs-70 305.00 6,100.00 3 20 Reams Bookpaper A4 Subs-70 305.00 6,100.00 4 10 Pcs Clipboard Plastic Long 120.00 1,200.00 5 5 Pcs Clip Backfold All Metal Clamping Small 25mm 46.00 230.00 6 10 Box Clip Backfold All Metal Clamping Big 51mm 121.00 1,210.00 7 40 Pcs Correction Tape (12.0m) 50.75 2,030.00 8 10 Pcs Correction Pen , Nonmetal Tip 125.75 1,257.50 9 20 Pcs Colored/yellow Paper Valiant 45.00 900.00 10 3 Pcs Eraser, Felt For Blackboard/white Board 39.00 117.00 11 50 Pcs Envelope, Expanded Long With Garter 35.00 1,750.00 12 200 Pcs Folder Expanded Long Orange 30.00 6,000.00 13 12 Pcs Markers, Permanent Chisel Type, Black (board) 85.00 1,020.00 14 24 Pcs Marker Whiteboard, Chisel Type, Black (board) 85.00 2,040.00 15 12 Box Paper Clip Jumbo 42.00 504.00 16 12 Box Paper Clip Small 18.75 225.00 17 20 Box Paper Fastener Plastic Caoted 61.75 1,235.00 18 50 Pcs Pencil Lead With Eraser (mongol/hbw) 15.00 750.00 19 10 Pcs Scotch Tape 1" (transparent) 50.00 500.00 20 10 Pcs Scotch Tape 2" (transparent) 71.75 717.50 21 20 Pcs Sign Pen 0.5 Black Gel Pen 87.00 1,740.00 Sub-total 42,626.00 Lot 2 Pr.no. 186 1 30 Bots Computer Ink Epson L3210 Black 003 651.00 19,530.00 2 10 Bots Computer Ink Epson L3210 Yellow 003 651.00 6,510.00 3 10 Bots Computer Ink Epson L3210 Cyan 003 651.00 6,510.00 4 10 Bots Computer Ink Epson L3210 Magenta 003 651.00 6,510.00 5 15 Pcs Ups 4,950.00 74,250.00 Sub-total 113,310.00 Lot 2 Pr.no. 187 1 12 Bots Air Freshener Spray, 320ml 390.00 4,680.00 2 50 Bots Alcohol 70% Solution 500ml 120.00 6,000.00 3 6 Pack Battery Size Aa, Alkaline 4pcs/pack 280.00 1,680.00 4 6 Pack Battery Size Aaa, Alkaline 4pcs/pack 450.00 2,700.00 5 5 Gal Bleach 3785ml 224.00 1,120.00 6 12 Pcs Bathroom Deodorizer With Holder 85.00 1,020.00 7 12 Bar Detergent Bar 4pcs/bar 34.25 411.00 8 12 Pack Detergent Powder 1kl 180.00 2,160.00 9 12 Pcs Dishwashing Paste 350g 86.00 1,032.00 10 12 Can Disinfectant Spray 600ml 760.00 9,120.00 11 40 Pack Facial Tissue 2ply 130 Pulls 70.00 2,800.00 12 12 Box Furniture Cleaner 300ml 490.00 5,880.00 13 12 Bots Glass Cleaner 750ml 430.00 5,160.00 14 12 Bots Hand Liquid Soap 225ml 370.00 4,440.00 15 12 Can Insecticide Spary 600ml 760.00 9,120.00 16 100 Pcs Tissue Paper (roll) 25.00 2,500.00 Sub-total 59,823.00 Grand Total ₱ 215,759.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before February 7,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 31, 2025 To Febraury 7, 2025
Closing Date7 Feb 2025
Tender AmountPHP 215.7 K (USD 3.6 K)
4691-4700 of 4796 archived Tenders