Ups Tenders
Ups Tenders
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 Of Kauswagan, Lanao Del Norte Tender
Telecommunication Services
Philippines
Details: Description Qty Unit Item Description 1 Unit Fiber Optic Patch Panel (for Mdf) Premium Line 19” Fiber Optic Patch Panel, Main Body, Black 1 Pc Premium Line Splice Cassette Fro 12-port, Gray 2 Pcs Premium Line Fiber Optic 12 Pack Pigtail Sc-upc, Sm 9/125um, 0.9mm, Pvc, 1m 2 Pcs Premium Line 8 Port Sc, Adapter Panel, Simplex, Sm, Fully Loaded, Black 3 Pcs 1 Unit Rg-nbr6215-e (router) 8x10/100/1000 Base-t Ports, 1x100/1000 Base-x Port, 1x10gb Base-x Port, 2usb Ports And 1 Console Port; 1500 Recommended Concurrent Clients, 2.5 Gbps Maximum Throughput; Suport Ruijie Cloud App And Platform Manegement 1 Unit Rg-nbr-hdd-1t (1tb Hdd) 1 Unit Rg-nbf5200m-8fs16gt4xs (e-lighten Pon L3 Switch) Passive Optical Networking Support Core Switch + Olt 2 In 1 For Flexible Networking 10g Uplink 6kv Surge Protection Reducing The Risk Of Port Damage Free Layer 3 Cloud Management 8 Units Om-ge-sfp-10km-sm1490 (gigabit Pon Transceiver) 1x32 Split 2 Pcs Xg-sfp-aoc1m (uplink Cable) 10gbase Sfp+optical Stack Cable (included Both Side Transceiver) 1 Meter 4 Pcs Premium Line Sc/upc-sc/upc Duplex Single Mode, 9/125 Patch Cord 3 M, 3.0mm, Lsoh (pon Transceiver To Foc Patch Panel) 1 Unit 3kva Online Ups Rack Mounted (mp Rt 3ks) 1 Assembly Foc Splicing Dome Premium Line Fiber Optic Dome Type Splice Enclosure, 2 In – 2 Out, 24 Core, Black 1 Set Protection Sleeve For Optic Fiber Fusion Splice 24 Pcs Banding Band Banding Buckle 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (8 Ports) Premium Line Ftth Distribution Box, 8 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, Lsoh, 1m 8 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 8 Pcs 8 Units Rg-spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Pc Premium Line Sc/upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (uplink From Ftth To Splitter) 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (16 Ports) Premium Line Ftth Distribution Box, 16 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, 0.9mm Lsoh, 1m 16 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 16 Pcs 8 Units Spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 2 Units Spl2032-sc (32 Pon Splitter)2 Points 32 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Lot Independent Data Back Up Stand Alone Data Supply With Hardware 4 Units Nbf2100s-8gt1sc-p (8p Wired Poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-8gt1sc-p (8p Wired Non-4poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-16gt1sc-p (8p Wired Poe Onu) 16-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 8 Assembly Data Outlet (fiber Optic Wall-mounted) Premium Line Fiber Optic Sc Duplex Faceplate 86x86 1-port Ral 1013 1pc Premium Line Category 6 90º Unshielded Shutter Slim Keystone Jack, 110 Type Whitek 1 Pc Utility Box 25 Pcs Premium Line Sc-upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (data Outlet To Onu) 4000 Meters Premium Line Fiber Optic Outdoor Aerial Ftth Drop Flat Cable W/ Two Frp Strength Member, Sm 9/125 G657a2, 2 Core, Solid Steel Wire Messenger, Lsoh, Black, 2km Reel (node Box To Home) 1 Lot Internet Bandwith Supply In Different School And Offices (1 Year) Including Back Up And Management Of Network 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipment/maintenance
Closing Date3 Jan 2025
Tender AmountPHP 8 Million (USD 138 K)
Don Emilio Del Valle Memorial Hospital Tender
Software and IT Solutions
Philippines
Details: Description Item Quantity Unit Articles Estimated Price Unit Price 1 5 Unit Computer Desktop (based On Doh Standards, Not Integrated) Specification: 1. Branded - Traditional Tower Desktop 2. Processor: Intel Core I5 Or Up 3. Base Frequency: 2.9 Ghz. 4. Turbo Frequency: 4.8 Ghz. 5. Cache: 16mb Cache 6. No. Of Cores: 8 Cores 7. Lithography: 14mm 8. Threads: 16 Threads 9. Thermal Design: 69w 10. Memory: 8gb Ram Or Higher 11. Storage/hard Disk: 500gb Or Higher Hard Drive, 7200rpm, 3.5 + 256gb Solid State Drive 12. Graphics/video Processor: 4gb 13. Network Interface: Gigabit Ethernet 10/100/1000 14. Wireless Lan: Wi-fi 802.11 Ax; Bluetooth Version 5.0 15. Standard I.o Ports: Front: Two (2) Usb 3.0 Ports; Two (2) Usb 2.0 Ports; Rear: Two (2) Usb 3.0 Ports; Two (2) Usb 2.0 Ports; 16. One (1) Usb Type C Port 17. One (1) Headphone/speaker/combo Jack 18. One (1) Ethernet Rj-45 Port 19. One (1) Hdmi Port 20. One (1) Display Port 21. Pointing Devise: Usb Optical Mouse With No. Mouse Pad 22. Input Device; Usb Keyboard With Numeric Keypad 23. Security: Usb Enabled/disable (via Bios) Power- On Password (via Bios) Setup Password (via Bios) 24. Operating System: Windows 10 Professional 64- Bit Or Higher 25. Software: Ms Office 2013 Or Higher Standard Edition Full Display Screen: 1. Branded 2. 21.5" Led Monitor (vga) + Hdmi) 3. Resolution: 1920 X 1080 70,000.00 2 1 Set Computer Laptop Specification: 1. Branded 2. Operating System: Windows 10 Pro 64 Or Higher 3. Processor: Amd Ryzen 5 5600u (up To 4.2 Ghz Max Boost Clock, 16 Mb L3 Cache, 6 Cores, 12threads) / Or Equivalent 4. Processor Family: Amd Ryzen 5 Processor / Or Equivalent 5. Chipset: Amd Integrated Soc 6. Memory: 8gb Ddr4 -3200 Mhz Ram (onboard) Or Higher 7. Transfer Rates Up To 3200 Mt/s. 8. Number Of User -accessible Memory Slots: 0 9. Storage: 1 Tb M.2 Ssd 10. 25 Gb Dropbox Storage For 12 Months 11. Graphics: Integrated: Amd Radeon Graphics; 12. Software: Ms Office 2013 Or Higher Standard Edition Full 13. Audio: Audio By B&o; Dual Speakers; Hp Audio Boost 14. Power: 65 W Smart Ac Power Adapter; 15. Battery Type: 3 -cell, 43wh Li-ion Polymer 175 G 16. Wireless Connectivity: Realtek Wi-fi Certified 6 2x2) D Q G % Ox5.2 Combo (supporting Gigabit Data Rate 60,000.00 3 5 Unit Computer Printer Specification: 1. Branded 2. Printer Type: All In One Printers 3. Double Sided Printing: Yes 4. Print Method: Inkjet 5. Printer Features: Auto Duplex Printing, Borderless Printing, Integrated Ink Tank System 6. Ports/ Interface: Usb 2.0 7. Print Colour: Colour 8. Printer Connectivity Type: Air Print, Usb, Wifi 9. Paper Input - Paper Tray #1 - Portrait: A4, Letter, Legal, Mexico Legal, India Legal, Folio, Executive, B5, A5, B6, A6, C5 Envelope, Com-10, Dl Envelope, Monarch, Photo (4" X 6")/(10 X 15 Cm), Photo 2l (5" X 7")/(13 X 18 Cm), Index Card (5" X 8")/(13 X 20 Cm) 10. Automatic Document Feeder: Yes 11. Adf Capacity: 10-20 Sheets 12. Power Source: Ac 220 - 240v 50/60hz 13 6 Xs S Ru W Hg 26 :, 1 ' 2 : Lqg7 Sp1/8.1/10 Server 2008/2008 R2/2012/2012 R2/2016 18,000.00 4 1 Unit Scanner Machine Specification: 3-pass Duplex Adf Scanner Type: A4 Flatbed Colour Image Scanner Optical Resolution: 1200 X 1200 Dpi Output Resolution: 501,200 Dpi (in 1 Dpi Increments) Max Document Size: 216 X 297mm Connectivity: Usb 3.0 Supported Os And Applications: Windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012, Mac Os X 10.6.8 Or Later With Free Bundled Applications 34,000.00 5 5 Unit Uninterruptible Power Supply Specification: 1. Branded 2. 1kva Uninterruptible Power Supply (ups) 3. 1000 Va Capacity W/ Built -in Avr 4. Available 4 Outlets At 220 Volts Output 5. Provides Lighting, Transient, Overload 7 Short Circuit Protection 6. 100v -220v At 50 -60 Hz Operation *warranty For All Device And Ict Equiptment: One (1) Year On Parts And Labor From Authorized Service Centers With Global Repair Coverage. *warrants That The Devices/product Purchased, Including Hardware Components And Accompanying Accessories, Shall Be Free From Defects In Material And Workmanship From The Date Of Purchase. * Provides With Prompt And Efficient Support To Address Any Inquiries Or Concerns Related To The Devices/products. * In The Event That The Device/product Develop A Covered Defect During The Warranty Period, And Service Requires The Devices/products To Be Shipped, The Supplier Will Cover The Cost Of Shipping Both Ways For Valid Warranty Claims Within The Warranty Period. Or Replaced The Product/device If Unrepairable Within The Covered Warranty Period. 8,000.00
Closing Date5 Feb 2025
Tender AmountPHP 574 K (USD 9.8 K)
Infanta quezon Water District Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-007-s25 Request For Quotation (rfq) For “supply And Delivery Of All-in-one Computer & Printer” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of One Hundred One Thousand Pesos (₱ 101,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted By The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., February 10, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “supply And Delivery Of All-in-one Computer And Printer” Or You May Send Your Bid/proposal Through Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order. The Supplier/contractor Should Inform The Purchaser Three (3) Days Before Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Material's Overall Functionality And The Supplier's Capability To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of All-in-one Computer & Printer” Shall Be Delivered And Completed Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order By The Supplier. Item No. Description/specifications Qty. Unit 1 All-in-one Computer 1 Unit Processor: Intel Core I5, 13th Gen Memory: 256 Gb Ssd + 1tb Hdd Graphics: Intel Uhd Graphics Psu Display Screen: 24” 1920x1080 Resolution Hd Camera Gigabit Lan + Wlan + Bluetooth 5.0 *standard I/o Ports: Usb 3.0 Gen. Usb 2.0 Headphone/speaker, Mic, Vga Port/ Display Port, Hdmi Port Peripherals/accessories: Keyboard & Mouse Os/software: Licensed Windows 10 Or 11, Licensed Microsoft Office For Home & Student, Internet Security W/ Anti-virus Ups, 650 Va 2 Printer (all-in-one Ink Tank Printer) 1 Unit Print, Scan, Copy Compact Integrated Tank Design Print Speed Up To 14ipm For Black And 8.0ipm For Colour Auto-duplex Printing Adf Capacity Ethernet & Wi-fi Direct Borderless Printing Space-saving Design, Spill Free Refilling Superb Quality And Cost-savings Large Paper Capacity High Speed Printing Heat-free Technology Precision Core Printhead 400 X 1 Nozzles Black, 128 X 1 Per Color (cyan, Magenta, Yellow) 4800 X 1200 Dpi Colour Lcd Screen Paper Size: Legal (8.5 X 14”) , 8.5 X 13”, Letter, A4, B5, A5, A6, Hagaki (100 X 148mm), 16k (125 X 270mm) Indian-legal (215 X 345 Mm), B6, 5x7”, 4x6”, Envelopes #10, Dl, C Ac 220-240 V/50-60 Hz ***nothing Follows*** Requirements: Please Indicate The Brand, And Model And Attach Brochures/ And/or Literature Of The Offered Product.
Closing Date10 Feb 2025
Tender AmountPHP 101 K (USD 1.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Oklahoma City Va Medical Center Located In Oklahoma City, Ok.
project Description:
upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With Va Oehrm Site Infrastructure Requirements (provided By Vha). This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal And Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Hazardous Material Abatement. Project Buildings Locations Include Buildings 1,5,19,21, Site, Lawton And Friendship House.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 20, 2025, At 3:00 Pm Ct. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
aline Cruthers
contract Specialist
aline.cruthers@va.gov
secondary Point Of Contact:
jessica Hicks
contracting Officer
jessica.hicks1@va.gov
Closing Date20 Feb 2025
Tender AmountRefer Documents
City Of Laoag Tender
Software and IT Solutions
Philippines
Details: Description Qty. Unit Of Issue Item Description 38 Sets Desktop Computer Processor: 4 Core 8 Threads, 3.6ghz Base Clock, 4.3ghz Turbo Boost Clock Or Higher Motherboard: 1. Support For Dual-channel Ddr4/ddr5 Ram Or Better 2. Up To Four Sata Ports Ram: 16gb Ddr4-3200mhz Ram Or Higher Storage: 480gb Sata Ssd Or Better Graphics: Integrated Graphics Or Better Networking: Gigabit Ethernet Or Higher Expansion Slots: One Pcie 3.0 X16 Slot, Two Pcie 3.0 X1 Slots Or Higher Power Supply: 500 Watts Or Higher Case: Mid-tower Atx Case Accessories: 1. 22” Monitor Or Higher 2. Keyboard 3. Usb Mouse 4. Uninterruptible Power Supply 650va Or Higher Printer: 300 Dpi Or Higher Inkjet Printer (all-in-one) 3 Set Desktop Computer Processor: 4 Core 8 Threads, 3.6ghz Base Clock, 4.3ghz Turbo Boost Clock Or Higher Motherboard: 1. Support For Dual-channel Ddr4/ddr5 Ram Or Better 2. Up To Four Sata Ports Ram: 16gb Ddr4-3200mhz Ram Or Higher Storage: 480gb Sata Ssd Or Better Graphics: Integrated Graphics Or Better Networking: Gigabit Ethernet Or Higher Expansion Slots: One Pcie 3.0 X16 Slot, Two Pcie 3.0 X1 Slots Or Higher Power Supply: 500 Watts Or Higher Case: Mid-tower Atx Case Accessories: 1. 22” Monitor Or Higher 2. Keyboard 3. Usb Mouse 4. Uninterruptible Power Supply 650va Or Higher Printer: 400 Dpi Or Higher Inkjet Printer (printer Inkjet) 1 Set Desktop Computer Processor: 4 Core 8 Threads, 3.6ghz Base Clock, 4.3ghz Turbo Boost Clock Or Higher Motherboard: 1. Support For Dual-channel Ddr4/ddr5 Ram Or Better 2. Up To Four Sata Ports Ram: 16gb Ddr4-3200mhz Ram Or Higher Storage: 480gb Sata Ssd Or Better Graphics: Integrated Graphics Or Better Networking: Gigabit Ethernet Or Higher Expansion Slots: One Pcie 3.0 X16 Slot, Two Pcie 3.0 X1 Slots Or Higher Power Supply: 500 Watts Or Higher Case: Mid-tower Atx Case Accessories: 1. 22” Monitor Or Higher 2. Keyboard 3. Usb Mouse 4. Uninterruptible Power Supply 650va Or Higher Printer: 1000 Dpi Or Higher Inkjet Printer (wide Format All-in-one Printer) 1 Set Desktop Computer Processor:12th Gen 8 Cores 20 Thread Or Better Motherboard: 1. Support For Dual-channel Ddr4/ddr5 Ram Or Better 2. Up To Six Sata Ports, 3. Up To Six Usb 3.0 Ports Memory: 16gb Ddr4-3200mhz Ram Or Higher Storage: 1tb Nvme Ssd Or Higher (2pcs) Graphics: Integrated Graphics Or Better Networking: Gigabit Ethernet Or Higher Expansion Slots: One Pcie 4.0 X16 Slot, Two Or More Pcie 4.0 X 1 Slots Power Supply: 650 Watts Psu Or Higher Accessories: 1. 22” Monitor Or Higher 2. Keyboard 3. Usb Mouse 4. Uninterruptible Power Supply 650va Or Higher Printer: 300 Dpi Or Higher Inkjet Printer 8 Sets Laptop Computer Cpu: 8 Cores 11 Threads Or Better Integrated Gpu Or Better Ram: 8gb Or Higher Storage: 512gb Ssd Battery: 3 Cell, 52 Whr Or Better 1 Set Laptop Computer Cpu; 14th Gen 8 Cores, 28 Threads Or Better Gpu : 4068 Cores , 8gb Gddr6, 1605-2175 (boost)mhz Ram : 16gb Ddr5 Or Higher Storage : 512gb M.2 Pcle Nvme Ssd Or Higher Battery: 90 Wh Or Higher 3 Units Projector Resolution: Wxga Or Higher 5,000 Lumens Or Higher Contrast Ratio: 15,000:1 Or Better Wired Ethernet Up To 1gbps Or Higher Dmi Vga Usb Connectors Keystone Correction Built-in Speaker 1 Unit Server Ups Main Input Voltage : 230v Main Output Voltage 1/24/2025 220v/240v Rated Power In W : 1980w Rated Power In Va: 2200va Tower Type 1 Unit Plotter Multi Function Plotter With Scanner Paper Size: A1 Or Higher 1 Unit Scanner Automatic Document Feeder Size:a4 Speed: 35ppm Or Higher Resolution: 150 Dpi Or Higher Capacity: 100 Sheets 1 Unit Id Machine Ink: Colored & Mono Print Side: Single & Dual Sided Printing Resolution : 300dpi Or Higher Border : Edge To Edge Speed : 17 Secs/ Card Or Better 1 Unit Hdd Docking Station 4 Unit Hdd 6tb 1 Unit Hdd 2tb 1 Unit Printer (all-in-one) Print Speed: Up To 10 Ppm (black), 5 Ppm (color) Scan Resolution: Up To 600 X 1200 Dpi Or Higher Copy Resolution: Up To 600 X 600 Dpi Maximum Scan Area: 216 X 297 Mm Or Higher 1 Unit Camera Battery Ag Vbr89g 1 Unit Camera Battery Lp-e17 1 Unit Inter-active Board Specifications: Display Size : 50- Inch Full Hd With Touchscreen, Backlit Led Input Voltage : Ac 110v - 240v Cpu : 4 Cores , 8 Threads, Arm Instruction Set Or Better Gpu: 4 Shader Cores Ram ; 2gb Or Higher Rom : Nand Flash 16gb Or Higher Os : Android 11 Or Higher Ethernet : 100 Mbits Or Higher External Storage : Sd And/or Tf Compatible Hdd : Built In Audio Input : Left And Right Support For Cvbs Video Output
Closing Date21 Feb 2025
Tender AmountPHP 4.7 Million (USD 81.6 K)
MUNICIPALITY OF CAGWAIT, SURIGAO DEL SUR Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 2 Unit Cpu, Amd Ryzen 3 3200g Processor, A520m-k V2 Motherboard, Kingston8gb Ddr4 Memory, 256gb Ssd + 1tb Hdd Storage Amd Radeon Graphics, Trendsonic Casing With 700w Psu, Including Mouse With Mouse Pad And Keyboard 1 Unit Computer Avr, 500w, 220v 1 Piece Camera Memory Card, 256gb 1 Unit Computer Printer, L120, Eco Tank System 3 Unit Computer Printer With Scanner And Wifi, Can Print And Scan Long Size, Epson L5290 2 Unit Computer Printer With Scanner And Wifi, Can Print And Scan Long Size, Mfc-920dw 1 Unit Computer Printer With Scanner And Wifi, Dcp-t520w 34 Btl. Computer Ink Epson (black) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (yellow) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (cyan) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (magenta) 664, 70ml, At Least 2 Year Expiry 45 Btl. Computer Ink Epson (black) 003, 65ml, At Least 2 Years Expiry 27 Btl. Computer Ink Epson (cyan) 003, 65ml, At Least 2 Years Expiry 26 Btl. Computer Ink Epson (magenta) 003, 65ml, At Least 2 Years Expiry 26 Btl. Computer Ink Epson (yellow) 003, 65ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (black) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (cyan) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (magenta) 001, 70 Ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (yellow) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Bk673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson C673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Mk673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Y673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Lm673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Lc673, 70ml, At Least 2 Years Expiry 12 Btl. Computer Ink, Brother Btd60 Black, 108ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Magenta 48.8ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Yellow, 48.8ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Cyan, 48.8ml, At Least 2 Years Expiry 2 Unit Computer Laptop, Hp Pavilion X 360 2n1, Processor: Intel Core I3-1215u, Ram: 8gb Ddr4-3200 Mhz Ram (onboard), Storage: 512 Gb Pci, Display Size 14" Fhd Ips, Windows 11 Home, With Bag 1 Unit Computer Laptop, Lenovo Yoga 7i, 2-in-1 Gen 9, Specs: I7, 13th Gen, Intel Iris Xe, 16gb, 1tb Ssd, Oled Display, With Bag, Mouse And Mouse Pad 1 Unit Computer Laptop, Acer Nitro V, Size 15.6", Color: Obsidian Black, Category Gaming/ Model Avn15-41-r7zb Opi, Processor: Amd Ryzen 5 6600h Hexa-core Processor, (up To 3 Mb L2 Cache, Up To 16 Mb L3 Cache, 3.3 Ghz With Boost Up To 4.5 Ghz)/ Memory X 1 8gb Of Ddr5 System Memory, Upgradable To 32gb Using Two Sodimm Modules, Memory Slots (available) 2, Memory Frequency 4800mhz, Ddr5 Storage 512gb Nvme Ssd, M.2 Slots (available) 2, Operating Windows 11, With Mouse, Mouse Pad And Bag 2 Unit Scanner, Workforce Ds-c330 Portable Sheet-fed Document Scanner, Handle Long Documents With Maxium Scan Size Of 215.9mm X 3,048 Mm, Versatile Scanning-vertical Path Scan Like: Up To A4, Receipts, Post Card, Business Card. Straight Path Scan Like: B4-a3, Long Paper, Passbook, Passport, Card, Envelope, Duplex Scanning At Speeds Of Up To 30ppm / 60ipm, Ultra Compact 2 Unit Desktop Computer, Amd Ryzen 5 4600g Processor, A520m-k V2 Motherboard, Kingston8gb Ddr4 Memory, 512gb M.2 Ssd Storage Amd Radeon Graphics, Trendsonic Casing With 700w Psu, Acer: 21.5" Fhd Ips Screen, Keyboard, Mouse, Pad, Speaker, Avr 2 Piece Epson To4d1 Maintenance Box For Epson L6190 1 Unit Ups, 650va, 390 Watts, 4 Socket 2 Piece Usb Flash Drive, 256gb 4 Piece Hard Drive, External, 2tb 1 Piece Usb+type C Dual Port 128gb 2 Piece Wifi Dongle 5.0 Bluetooth Receiver For Pc 1 Pair Desktop Speakers, Computer Wired, Multi-media Monitor Speaker Min Of 6w, In Pair
Closing Date6 Feb 2025
Tender AmountPHP 574.1 K (USD 9.8 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125.
project Description:
the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda.
procurement Information:
the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As Either A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By February 13, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd., Suite 490
independence, Oh 44131
primary Point Of Contact:
thomas Council
contract Specialist
thomas.council@va.gov
Closing Date13 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
United States
Details: Page 3 Of 3
this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 532490 - Other Commercial And Industrial Machinery And Equipment Rental And Leasing Psc R604
support- Administrative: Mailing/distribution Naic Size Standard Of $40m For The Martinsburg Vamc.
responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Sam, Or Gsa Ebuy.
requested Information
if You Are Interested And Capable, And Can Provide The Required Service, Please Provide The Requested Information For Questions 1-9 As Indicated Below:
responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Info Listed In 1-9 Place Of Manufacturer, And Sam Uei Number:
is Mail Meter Solution Open Market Or Gsa Pricing?
provide Vendor S Business Size Status And Representations For Naic 532490 And
psc Code R604?
does Vendor Have Capability, Product, And Interest For Mail Meter Rental Sow Below? Yes/no
is Vendor Authorized By Usps To Lease Meter? Y/n
is The Vendor S Mail Meter Solution Fedramp Approved? Y/n
is The Vendor S Mail Meter Solution Va Trm Approved? Y/n
is The Vendor S Mail Meter Solution Va Saas Approved? Y/n
provide Specification Sheet, Model Number, Manufacturer Name, Fedramp, Va Trm, Va Saas, Usps Lessor Authorization, Product Brochure Of Mail Meter That Meets Requirement Below.
sow
general Information
the Digital Mail Metering System Provided For Use At Martinsburg Vamc Must Process At Least 160 Letters Per Minute (lpm), Handle Mail Up To 8 Inch Thick, With A 70 Lb. Dynamic Weight Scale Which Measures Mail And Determines, Sets And Prints The Appropriate Postage. The Meter Must Have A Scanner And Labeler For Certified Mail.
leased Services Shall Include All Mail Processing Equipment, Web-based Browser Software, Scalable Cloud-based Software Solution For Data Hosting (with Web-portal Access), Mailroom Processing Accessories, Handheld Scanners All Supported By Maintenance And Support Services To Keep All Systems Fully Operational.
leased Services Shall Also Include Services Of Destination Delivery Of New Equipment, Install, Configuration, User Training, Repair, Maintenance, Complete Functionality Testing, Xxx Days Quantity Of Operating Supplies, Maintain Software Upgrades And Patches For The Life Of The Contract, Monthly Reports To Cor, Under Manufacturer Warranty For The Life Of The Contract, And Removal Of Equipment At The End The Contract.
martinsburg Vamc Will Lease Only New, Unused, Non-remanufactured Mail System Equipment And Accessories. The Facility Will Not Accept Any Used Equipment, Replacement Parts, Associated Accessories, Or Supplies.
the Mail System Shall Include Password Protected Security Features To Prevent Unauthorized Use. The Software Application Connecting All The Mailing Systems For Reporting Purposes Must Be Fips Compliant And Support Active Directory Sign On Authentication.
existing Equipment Shall Be Forwards And Backwards Compatible With New Equipment Introduced Into The Mail Center.
postage Meters Must Have The Ability To Stamp And Postmark Mailings, Charging Postage Costs To The Meter Balance. Meters Should Be Able To Provide Exact Shipping Costs, Deducted From The Meter And Have The Ability To Utilize Postage Discount Rates Assigned By The Usps.
postage Meters Shall Be Compatible Will All Major Shippers And Have The Ability To Work With, And Process Mail Formats Associated To Usps Domestic Mail Manual (dmm) Products, Services And Shipping Partner Rules And Regulations.
software Shall Have The Ability To Electronically Capture, Store And Make Accessible Mail Management Data For Va Use. Data Captured And Stored Shall Be Identifiable And Referenced By Serial Number Of Each Individual Piece Of Equipment Generating Such Data. Data Shall Include United States And International Volumes (no. Pieces) And Expenditures For Usps Letters/flats/packages In All Mail Classes; And Commercially Provided Expedited Services In All Shipping Classes.
upon Contract Termination, Media (i.e. Hard Drives, Flash Drives, Memory Devices) Must Be Removed From The Equipment, Secured And Managed With Return Authorization Approved By The Cor.
4.1. Postage Meter And System Requirements.
mail Systems Shall Accurately Scan, Weigh, Rate, Meter, And Account For All Outbound Mail And Parcels. All Equipment Supplied Shall Have Postage Meters With Remote Capability Which Permit Postage Replenishment, Usage And Balance Reporting And Software Upgrades.
mail Systems Must Support The Requirements As Defined In The Government Publishing Office (gpo) Code Of Federal Regulations 41 Cfr 102 192 Mail Management. All Physical And Virtual Postage Meters Must Meet The Department Of Treasury S Requirement For Using Depositaries To Hold Public Money, Chapter 4100 Section 4130.
the Mail Systems Shall Accommodate Network Connectivity For Downloading Postage, Software Upgrades, Updating Rate Changes, Data Collection, Reporting, Accounting Information And Maintenance. It Is The Vendor S Responsibility To Meet Va Security Requirements Of All Vendors Supplied Equipment And Software.
the Vendor Must Have A Software Solution To Access Va Carrier Negotiated Rates/ Usps Commercial Plus Pricing (cpp)/gsa Schedule 48 Rates And Ups And Fedex Ngds Rates. This Includes Usps Cmop Rates For Pharmacy.
stand-alone Intelligent Mail Package Barcode Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer And Scale(s).
2 X 70-pound Scales For The Mailroom, 2 X 50-pound Scales For Pharmacy.
web-based Departmental/categories Accounting
must Have The Ability To Capture All Usage Through Shipping Workstations And Current Mail Machines And Combine In The Cloud Into A Single Report.
online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount.
multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments.
must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus).
authorized Usps Approved Intelligent Mail System Capability (printed And Mail System Must Be Capable Of Providing Usps Commercial Plus Pricing On Priority And Express Mail).
the Vendor Shall Be Responsible For Updating Approved Software By Ups.
4.2. Mailing And Shipping Software Requirements
they Should Take All Necessary Measures To Ensure Uninterrupted Flow Of The Software Requirements And Ensure That The Software Is Consistently Updated And Maintained. The Vendor Is Responsible For Meeting All Mailing And Shipping Software Requirements, Including But Not Limited To:
must Meet All Requirements Of Software-as-a-service (saas)
software Application Must Have Fedramp Authorization To Protect Va Pii Information.
3rd Party Fips 140-2 Or 140-3 Certified Solution For Any Data Containing Phi/pii Or Va Sensitive Information, Where Applicable.
requires Fedramp Va Trm, Va Saas Approval A Cloud Based Software Solution For Data Hosting Which Will Include Personally Identifiable Information As Defined In The Controlled Unclassified Information (cui) Registry At Http://www.archives.gov/cui/registry/category-list.html , It Is Mandatory That The Software For Shipping, Inbound Tracking And Reporting Have A Fedramp Ato Issued By The Va. The Solution Requires That Va Names And Address Which Are Pii Be Transmitted Outside The Va Network Therefor The Component For Shipping Must Have An Ato From The Va.
all Equipment And Software Rented Must Be Authorized Usps Intelligent Mail Indicia/compatible (imi) Compliant.
imi Compliance Refers To Acquiring A Postage Meter Capable Of Sending And Receiving Data From The Usps Securely And Efficiently. As Digitally Based Mailing Systems Rely On Communication Between The Usps And The Meter Itself, Being Imi Compliant Means Having A Postage Meter That Meets These Updated Communication Standards.
provide Software Name.
software Shall Be Delivered And Maintained At The Vendors Most Current Version.
software And Application(s) Shall Support Seamless Processing Of All Carriers Through Automatic Rate Shopping.
software Shall Automatically Determine The Most Economical Delivery Method For Letters, Flats, And Parcels By Examining Criteria Such As Applied Business Rules, Delivery Time, Priority, And Transportation Method. Upon Identifying The Most Economical Delivery Method, The System Shall Produce The Carrier Compliant Label.
software Shall Have The Ability To Capture And Download Postage, Track, And Determine How Much Postage Has Been Downloaded; Determine Postage Remaining On The Meter, And Report Daily/monthly/yearly Spending From The Meter.
software Shall Be Web-based Allowing Local And Remote Access To Mail Machines. Mail Machines Shall Have Locally Stored Data Which Includes United States And International Volumes And Expenditures For Usps Letters/flats/packages In All Mail Classes; And Commercially Provided Expedited Services In All Shipping Classes.
integration To Pharmacy Scriptpro Software Via A Sftp File Transfer. When The Pharmacy Staff Scan The Scriptpro Barcode It Will Automatically Populate The Shipping Information From The Scriptpro File And Allow The User To Create A Carrier Label. The Pharmacy Must Have The Ability To Ship Using The Usps Cmop Rates Which Are The Usps Discounted Rates For Va Pharmacy Mail.
4.3. Mail System Accessory Requirements-
handheld Scanners
handheld Scanners And Parcel Tracking Software Shall Process All Types Of Mail With Barcoded Technology That Allows Traceability Of Items Which Are Sent And Received At Mailroom Or Facility.
scanners Shall Be Downloadable To A Receipt/delivery Program Which Can Be Standalone Or Integrated Technology That Allows Storage Of Information, Printability, And Allows For Ease Of Data Downloads And Research.
receiving Program Should Have Editable Fields That Can Be Created For Ease Of Sorting By The Following Methods: Tracking Number, Facility/va Purchase Order Number, Item Number, Address (sender/receiver), Date, Or Other Identifying Methods As Required By The Facility.
tracking Features Include:
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
mail Openers/extractors
shall Cut, Open, Extract Letters Or Packs Of Different Dimension Or Thickness.
openers Shall Have Adjustable Cutters And Options For Single Or Multiple Envelope Cuts.
mailroom Requirements Range From Processing A Few Letters Per Minute/hour To Several Thousands Of Letters Per Hour.
mailrooms Will Define Their Individual Overall Requirements.
folders/inserters
shall Provide Low To High Volume Document And Envelope Feeders With Multi-sheet Collation And Fold Modes To Meet Specification Requirements.
must Process At Least 4000 Sheets Per Hour In Stacks Of At Least 500 Sheets Of 20# Paper Thousands Of Letters Per Hour.
must Be Able To Fold Up To 8 Pages For Insertion Into A #10 Envelope Or 10 Pages Into A 6 X 9.5 Envelope
5ft X 2.5ft Not Including The Stand.
mailrooms Will Define Their Individual Overall Requirements.
sorters
must Be Able To Sort Several Hundreds To Thousands Of Pieces Per Day, Leverage Postal Discounts, Report Mailing Cost Statistics, And Count The Number Of Pieces In A Postal Tray.
stackers
low To High Volume Envelope Handlers Must Clear Stamped Mail From The Mail Machine.
based On Mailroom Requirements Stackers May Be Minimum Volume Holding Trays To Stackers Which Are Power Driven To Move Stamped Mail Form The Mail Machine Area.
mailroom Requirements Range From Processing A Few Letters Per Minute/hour To Several Thousands Of Letters Per Hour.
digital Scale
must Electronically Weigh Postal And Parcel Items For Shipping.
scales Must Be Usb Capable For Downloading Weight To A Computer Or Other Connected Devices.
mailroom Processing Scales Able To Handle Weight Ranges From 0-70 Lbs.
printers
shall Provide Options For Various Mailroom Requirements To Meet Mail Addressing, Barcoding And Postage Printing.
each Mailroom Will Specify Their Pages/minute, Size, Thickness, Resolution And Type Of Media Such As: Extra-thick Card Stock, Polyester, Magnetic Media, Transparency Films Pages Should Conform With Industry Standards.
the Vendor Include Up To 2 Sets Of Self Service Lockers To Fit Multiple Sized Mail Packages To Maintain Chain Of Custody Location Tbd And Delivery Tbd.
4.5. Maintenance Support Requirements Plan
the Vendor Qualified Technician Shall Perform All Mail System Maintenance Includes (both Preventive And Reparative). This Inclusive Priced Maintenance Includes All Parts And Labor For The Life The Contract. The Vendor Shall Respond To All Maintenance Requests Within 24-hours Of Notification. Any Portion Of The Mail System That Cannot Be Repaired Shall Be Replaced Within 2 Days. Only Qualified Personnel, Materials, Spare Parts, Tool, Hardware/software, And Network Components Necessary To Perform The Service Shall Be Provided By The Vendor.
the Vendor Shall Repair The Mail System Within 24-hours Working Hours After The Request For The Service Call During The Hours Of 7:00 A.m. To 3:30 P.m. Est Monday Through Friday (excluding Federal Holidays).
the Vendor Shall Regularly And Systematically Examine, Clean, Lubricate, Test, Adjust The Equipment, And As Conditions Warrant, Repair Or Replace Equipment Included Under The Contract. The Vendor Shall Ensure That The Mail System Operates As Originally Designed And Installed Throughout The Entire Awarded Contract Period.
vendor Maintenance Shall Include Preventative Maintenance At Manufacturer-recommended Intervals.
the Vendor Shall Provide Complete Remedial And Preventive Maintenance For The Components Of The Installed Solution.
the Vendor Qualified Technician Shall Provide All Replacement Component Parts As Required To Meet Original Equipment Performance At No Additional Cost To Va.
the Vendor Qualified Technician Shall Provide An Affixed Label To Equipment Which Identifies Equipment Make, Model, Device Serial Number, Mail Meter Serial Number And Equipment Service Support And Contact Information.
manuals, Handbooks Or Brochures Shall Be Provided In Hard Copy, Soft Copy Or With Electronic Access Instructions, Consistent With Standard Industry Practices For The Equipment Or Device.
the Vendor Qualified Technician Shall Maintain A Record Of All Service Calls Including The Following Minimum Level Of Information.
when A Pattern Of Excessive Repairs Or Other Frequent Operational Problems/malfunctions Occur, The Vendor Shall Replace The Malfunctioning Equipment, Accessory, Or Software Component. The Term Excessive Repairs Means Two Or More Service Calls In A Single Month, Not Including Preventative Maintenance Calls.
4.6. Delivery, Installation, Operational Readiness And Transition Requirements
the Vendor Shall Install And Make Fully Operational The Mailing Solution, Including All Accessories As Ordered. The Vendor Shall Complete Destination Delivery, Remote Test, Installation, Configuration, Testing And Operational Readiness.
the Vendor Shall Establish Internet Connectivity To The Postage Meter For Replenishment, Rate Change Updates, Etc. If Applicable, Vendor Is To Fully Test Remote Diagnostics And Troubleshooting As Part Of Operational Readiness.
the Vendor Shall Complete Delivery, Installation, Configuration, Testing And Operational Readiness Not To Exceed (nte) Thirty Calendar Days After Awarded. Shall Contact The Receiving Site Warehouse Supervisor And Cor To Schedule Delivery And Installation.
the Vendor Provide Shipping Of Mail Equipment To The Mail Facility Or Facilities At No Cost To Va. Va Will Not Reimburse Vendor For Shipping Or Freight Costs. Shall Also Be Responsible For All Costs Associated With Relocating Or Re-shipping Any Misdelivered Solution Components.
the Vendor Shall Provide One Hard Copy And An Electronic Version Of The Operator S Manual And Job Aid(s).
vendor Is Responsible For Equipment Until Fully Installed And Operational.
at The Expiration Or Termination Of The Lease, The Vendor Shall At No Cost To The Government, Remove And Pick-up Equipment From The Government Facility. Media (i.e. Hard Drives, Flash Drives, Memory Devices) Must Be Removed From The Equipment, Secured And Managed With Return Authorization Approved By The Cor.
4.7. Material And Supply Requirements
the Stock Of Supplies Shall Include Ink, Meter Tape, Sealing Solution And Any Other System Specific Supplies Necessary For The Average Use Of The Installed Mailing System Sufficient For Xxx Business Days.
the Vendor Must Provide The Supplies On Time And In Quantity And Quality. The Supplies Must Be Compatible With The Mailing System Installed And Should Not Have Any Adverse Effect On The System's Performance.
the Vendor Shall Also Provide Cor With Vendor Consumable Supply Point Of Contact, Phone Numbers And Ways To Place An Order For Supplies.
suppose The Vendor Fails To Provide The Supplies As Per The Contract Agreement; A Failed Notification Of Performance Evaluation Will Be Provided To The Contracting Officer Via Cor.
4.8. Training Requirements
the Vendor Shall Provide Training At User Site(s) To At Least One (1) Key Operator And Three (3) Alternates For Each Solution Installed With The Following Responsibilities But Not Limited To:
the Vendor Shall Provide And Complete Key Operator Training Within Two Business Days Of The Solution S Installation.
the Vendor Shall Schedule Training In Coordination With The Warehouse Supervisor And Cor. Training Shall Include Ad-hoc And Web-based Opportunities.
training Shall Cover, At A Minimum, The Following Operations: Proper Operation Of The Solution Component(s), Replacement And Ordering Of Supplies, Performance Of Routine Tasks Such As Daily Maintenance, Adding Postage To The Meter, Reporting Of Mail Volumes And Costs, Locating A Component S Model And Serial Numbers, Meter Serial Number, And Placing A Service Call.
for Any Software/process (minor Or Major) Updates, The Vendor Shall Provide A Complete Key Operator Training Within Two (2) Business Days. The Training Can Be Virtual (e.g., Zoom, Webex Or Microsoft Teams) Or Face-to-face.
4.9. Deliverables Rfq Response To Address/ Provide Required/acknowledge Info Below 4.9 Plan To Meet Va Requirement.
the Vendor Shall Submit List Of Equipment, Software And Accessories (name And Model) Provided At Martinsburg Vamc To The Contracting Officer Representative Upon Completion Of Installation.
monthly Service And Maintenance Calls Roll-up Report For The Preceding Month (identified By Device Serial Number). Risk And Issue Report Of Overall Vendor Provided Equipment (identified By Device Serial Number) Services And Support Report To Cor By The 15th Of Every Month For The Life Of The Contract.
5.0. Vendor Performance
cpar
6.0 Government-furnished Equipment (gfe)/government-furnished Information (gfi)
none
7.0 Equipment
description Of Supplies/services
unit
unit Price
mail Postage System (includes Scales, Scanners & Label Printers
1 Ea
folding/inserting System
1 Ea
rate Shopping/outbound Package Management Software
1 Ea
inbound Package Management Software (includes Scanners, Charging Cradles And Label Printer)
1 Ea
mail Thermal Label Printer With Scale On Top
1 Ea
fedramp Authorized Cloud Service
1 Ea
self Service Mail Lockers
1ea
signed Baa Within 10 Days Contract Award
1ea
must Complete A Vendor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr Within 10 Days Of Contract Or Option Year Renewal
1ea
security Requirements-
access To Va Information And Va Information Systems
security Incident Investigation
liquidated Damages For Data Breach
vendor Training
contract Security
business Associate Agreement (baa) Compliance:
c&a Or An Mou-isa
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 2/18/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
end Of Notice
Closing Date18 Feb 2025
Tender AmountRefer Documents
Municipality Of Manolo Fortich, Bukidnon Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item 1. The Local Government Unit Of Manolo Fortich Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Eighty-eight Thousand Forty-four Pesos And Ten Centavos (php 1,288,044.10) Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Number Unit Description Quantity Total Cost 1 Set Desktop Computer Set ● Core I5(latest Gen); ● 16gb Ram Ddr5 Or Ddr4; ● 256 Ssd M.2 + 1 Tb Hdd; ● True Rated Psu; ● 22 Inches Led Glossy Monitor; ● Mouse And Keyboard; ● Avr And Ups; ● 4gb Gpu; ● Casing With Fan; ● With Speaker 12 635,745.60 2 Unit Laptop ● Intel Core I7 (latest Gen) ● 16 Gb Ram Ddr5 ● 1 Tb Ssd ● 15.6" Screen ● Rtx Series Gpu ● Windows 11 1 80,000.00 3 Unit Laptop ● Core I5 (latest Gen), 16gb Ddr4 Or Ddr5 Memory, 512gb M.2 Nvme Ssd ● With Numpad ● With Bag, Mouse And Usb To Lan Adapter If The Unit Does Not Have A Lan Port 1 55,000.00 4 Set Laptop (cpu: M3 Chip) ● -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, ● 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, ● Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: ● Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 2 176,007.00 5 Set Laptop (cpu: M3 Chip) ● -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, ● Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: ● Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 1 88,003.50 6 Unit Printer ● A3 Printer - All In One Heavy Duty Inktank Printer With Adf-maximum Copy And Print ● Size: A3; ● Maximum Scan Area: 297.18 X 431.8 Mm (11.7 X17""); ● Reduction/enlargement: 25-400%, Auto Fit Function; ● Automatic 2-sided Printing:yes (up To A3) ● With Free Black And Colored Inks In A Bottle. 1 54,616.50 7 Unit Printer ● Print Speed Of Up To 25.0 Ipm ● Prints Up To A3+ (for Simplex) ● Automatic Duplex Printing ● Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) ● Wi-fi, Wi-fi Direct, Ethernet ● Epson Connect (epson Iprint, Epson Email Print And Remote Print Driver, Scan To Cloud) 1 54,616.50 8 Set Projector ● 4500 Lumens, 3lcd Full Hd Laser Projector, With Screen, Outdoor 1 90,380.00 9 Unit Wireless Hdmi Video Transmission System ● "brand New And Branded Transmitter And Receiver ● - 4k Uhd ● - 450 Ft (150m) Los Range ● - 0.06s Low Latency (1080p60 Signal) ● - Sdi & Hdmi Support ● - Smart Channel Scan & Selection ● - Multiple Supply Power Options ● Inclusion: 2 Extra Batteries & 1 Dual Charger" 1 53,675.00 2. The Local Government Unit Of Manolo Fortich Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days Upon Receipt Of Approved Notice To Proceed. Bidders Should Have Completed 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. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Manolo Fortich And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 - February 13, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Local Government Unit Of Manolo Fortich Will Hold A Pre-bid Conference On January 28, 2025 At 2:00 Pm At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 13, 2025 At 8:30 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 16. 9. Bid Opening Shall Be On February 13, 2025 At 9:00 Am At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Manolo Fortich 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Miriam C. Flaviano Head Bac Secretariat Local Government Of Manolo Fortich Procurement@manolofortich.gov.ph 0917-809-7461 Catherine C. Gatchalian Bids And Awards Chairman
Closing Date13 Feb 2025
Tender AmountPHP 1.2 Million (USD 22.1 K)
4701-4710 of 4796 archived Tenders