Battery Tenders

Battery Tenders

Mindanao State University Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Mindanao State University Reference Nos. 015-25/01-02-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : Company Name January 15, 2025 __________________________ Quotation No. : 046-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quoation/offer Is Allowed, Suppliers Who Submitted More Than One Quoation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Uppon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Supplie Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 50 Archfile (long), Blue, Landscape Pcs 2 50 Archfile (long), Blue, Portrait Pcs 3 100 Bactigel, 70% Alcohol, Hypoallergenic, 500ml, Pump Type Bot. 4 20 Box With Cover (balikbayan Box) Pcs 5 200 Retracktable Ball Pen, 0.5mm, Needle Point (black) Pc. 6 200 Retracktable Ball Pen, 0.5mm, Needle Point (blue) Pc. 7 100 Retracktable Ball Pen, 0.5mm, Needle Point (red) Pc. 8 50 Battery Aa, Alkaline, 2pc./pack Pack 9 50 Clip Backfold, 25mm, 12pcs/box Box 10 50 Clip, Backfold, 32mm, 12s/box Box 11 3 Continuous Carbonized 2ply (short) Box 12 200 Correction Tape 8m X 5mm Pc. 13 50 Data File Box, Made Of Chipboard W/ Close Ends Pc. 14 1 Envelope, Brown, A4, 500's Box 15 1 Envelope, Brown, Long, 500's Box 16 2 Envelope, Expanding, Kraftboard, Legal Box 17 1 Envelope, Coin 8 1/2 Kraft Box 18 5 Fingertip Moistener Pcs 19 200 Folder, Kraft, A4 Pc. 20 500 Folder, Legal Pc. 21 300 Folder, Pressboard (green), Legal (expandable) Pc. 22 50 Folder, Pressboard (orange), Legal (expandable) Pc. 23 25 Glue, 250g. Bot. 24 2 Glue (for Library Use/bookbinding) Gal 25 50 Marking Pen, Whiteboard, Black, Fine Pc. 26 50 Marking Pen, Whiteboard, Blue, Fine Pc. 27 50 Marker, Permanent, Black , Fine Pc. 28 50 Marker, Permanent, Blue , Fine Pc. 29 10 Mouse Pad Pc. Page 1 Of 2 30 50 Note Pad, Stick On 3" X 3", 100 Sheets Per Pad Pad 31 50 Note Pad, Stick On 3" X 4", 100 Sheets Per Pad Pad 32 50 Note Pad, Stick On 3" X 5", 100 Sheets Per Pad Pad 33 5 Pamo Thread, White, #15 Roll 34 100 Paper Bond, Substance 20, Short Boxes 35 200 Paper Bond, Substance 20, A4 Boxes 36 200 Paper Bond, Substance 20, Long Boxes 37 100 Paper, Mimeographing, Subs. 18, Short Ream 38 5 Paper, Newsprint Long Colored (long) Apple Green Ream 39 50 Paper Clip, Vinyl W/ Plastic Coat 32mm Box 40 5 Paper, Blue (short) Ream 41 5 Paper, Yellow (short) Ream 42 10 Photopaper A4 Packs 43 5 Puncher Hd Pc. 44 20 Push Pin, Flat Head, 100pcs/box Box 45 5 Pvc Plastic Cover, Legal Packs 46 50 Record Book, 300 Pages Pc. 47 50 Record Book, 500 Pages Pad 48 10 Paste, Water Well Paste 7 Oz (200g.) Bot 49 5 Pencil Sharpener, Rotary Sharpener, Desk Type Pc. 50 20 Photo Paper, 200gsm, Size:210mmx297mm, 10 Sheets/pack Pack 51 20 Plus Multi-purpose Scissors Fit Curve Patel White 6 Inches Sc155 Pcs 52 50 Ring Binder Plastic Spiral Loops 28mm Pcs 53 50 Ring Binder Plastic Spiral Loops 20mm Pcs 54 15 Hd Cutter (big) Pcs 55 10 Rubber Band, 70mm Min Lay Flat, #18 Box 56 200 Sign Pen, Black, Liquid Gel, 0.5 Needle Tip Pc. 57 200 Sign Pen, Blue, Liquid Gel, 0.5 Needle Tip Pc. 58 10 Stamp Pad, Felt, Bed Dimension, 4.5' X 3' Pc. 59 10 Stamp Pad Ink, Blue Or Violet, 50ml Pc. 60 10 Stamp Pad Ink, Black Or Violet, 50ml Pc. 61 50 Staple Remover, Plier Type Pc. 62 15 Stapler No. 10 With Remover Pc. 63 10 Stapler No. 23/10 (10mm) 10's Boxes 64 10 Sticker Paper (white) Packs 65 10 Tape, Double Sided, 2 Inches Roll 66 10 Tape, Duct, 2 Inches Roll 67 30 Tape Masking, 48mm, 50 Meters Length Roll 68 50 Tape, Packaging, 48mm, 50 Meters Length Roll 69 20 Water Well Paste (200g) Jar ***nothing Follows*** Supplies For The 1st Quarter 2025 For Colleges And Offices (procurement) Total Abc ₱622,741.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Page 2 Of 2 Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Jma
Closing Date20 Jan 2025
Tender AmountPHP 622.7 K (USD 10.6 K)

FA REYES MEMORIAL ELEMENTARY SCHOOL CABANATUAN CITY, NUEVA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq-farmescabcity-01-2025 F.a.reyes Memorial Elementary School Through Its Bids And Awards Committee (bac), Hereby Posts A Request For Quotation (rfq) Of The Hereunder Detailed Project. The School Bac Secretariat Will Complete Its Solicitation Of Proposals/canvassing From Legitimate Suppliers Not Later Than January 17, 2025, At 9:00 A.m. Title Of Project Procurement Of School Security Services (january – December 2025) Brief Description/ Specifications Item No. Item Description Qty Unit Unit Cost Total Amt 1 Security Guard Service (1 Guard) 1 Lot 180,000.00 180,000.00 Xxx Grand Total 180,000.00 1. Scope Of Services Security Agency A. The Security Agency Must Be Duly Licensed, Registered, And A Member Of Padpao With Proper Operating Permits And Other Statutory Requirements. It Must Have Been Engaged In The Business For At Least Three (3) Years. B. The Proof Of Paid Remittances For The Following (concerned) Government Agencies: Sss, Philhealth And Pagibig Will Be In The Form Of A Certification Issued By The Said Agencies. C. The Security Agency Will Provide One (1) Security Guards On A Morning Shift Schedule 1. 06:00 Am – 06:00 Pm (morning Shift) D. The Security Agency Will Provide Consistent And Quality Service Through Qualified, Licensed, Bonded, Uniformed, Highly Trained And Armed Security Guards, Who Shall Guard And Protect The Properties And Premises Of Fa Reyes Memorial Elementary School Daily And Guard Shall Be Posted At The Main School Gate And Ensure That No Trespassing Or Other Illegal Activities Are Conducted Within The School’s Premises. E. The Security Agency Shall Secure Ingress And Egress Within The School Premises Of All Persons Or Vehicles, And Things/materials Brought In And Out Of Said Premises Including The Conduct Of Reasonable Check On Persons And Properties As Normally Done In Public Or Private Establishments And Places For Purposes Of Ensuring Safety And Security Against Unauthorized Persons, Vehicles, And/or Things Or Materials. F. The Security Agency Shall Immediately Make The Necessary Reports Of Any Incident To School Management And/or To Other Concerned Authorities For Purposes Of Police And Other Official Investigations. G. The Security Guards Assigned Shall Be Provided With Proper Agency Uniforms And Visible Identification Badges. They Must Also Be Duly Licensed. Security Personnel H. The Assigned Security Guards Must Have Previous Experience Of At Least 3-years And With Adequate Knowledge In Communicating In English And/or Filipino. He/she Must Be Reliable, Honest, And Courteous. I. The Security Guards Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Reputable Philippine National Police (pnp)/national Bureau Of Investigation (nbi) Accredited Testing Agency. J. The Security Guards Must Be Ready To Perform Other Tasks As May Be Required By The School Management, Related To Security, Safety And Protection Such As Registering Visitors, Inspection Of Bags Or Cargo (in & Out), Inspection Of Vehicles, Escorting Vips And Other Functions. Agency Shall Be Required To Submit A Copy Of The Security Personnel’s 201 Files Including Current Nbi And Police Clearances To Show That Said Personnel Do Not Have Any Record Of Any Criminal Offense. Total Approved Budget For Contract One Hundred Eighty Thousand Pesos Only Contract Duration Up To The Applicable Warranty Period Offered Terms Of Reference I. Specific Deliverables 1. The Prospective Supplier Should Offer A Detailed Proposal/ Quotation Based On The Preceding Table. Ii. Institutional Requirements 1. The Agency Having The Winning Proposal/quotation Shall Coordinate With The School Bac Secretariat. It Shall Likewise Warrant That It Shall Conform Strictly To The Terms And Conditions Of These Terms Of Reference. Iii. Renumeration And Terms Of Payment The Supplier Shall Be Paid On A Monthly Billing Basis Following The Usual Liquidation Procedure Of The Deped Division Of Cabanatuan City. The Payment Schedule Shall Be On The 15th Day Of The Preceding Month Of Duty. Iv. General Conditions 1. All Quotations Must Be In Hard Copy, Typewritten In The Company’s Letterhead, Signed By The Legal/official Signatory/representative Of The Interested Party/service Provider And Submitted To The Designated School Canvasser Or Delivered In A Sealed Envelope To The Bac Secretariat With The Following Address: Fa Reyes Memorial Elementary School Bids And Awards Committee Secretariat C/o The Principal’s Office Brgy. Barrera Highway Cabanatuan City, Nueva Ecija 2. An Electronic Version Of The Quotations/proposals May Be Submitted Thru Email By The Prospective Suppliers/service Providers Provided That The Signed Hard Copies Will Be Furnished Upon Request By The Bac Secretariat. 3. As A Requirement For By Ra 9184 Under Annex “h” Appendix A Of Section 52.1b, Following Attachments Must Accompany The Quotation/proposal: A. Mayor’s Or Business Permit (valid, Up-to-date) B. Clear Philgeps Registration Certificate Photocopy (up-to-date) 4. Include In The Attachment A Copy Of The Security Personnel’s 201 Files Including Current Nbi And Police Clearances To Show That Said Personnel Do Not Have Any Record Of Any Criminal Offense’s 5. Payment Shall Be Prepared Through The School Finance Unit Of Cabanatuan East Central School Upon Receipt Of The Supplier’s Statement Of Account, Subject To Deduction Of Applicable Taxes. 6. All Quotations Shall Be Considered As Fixed Prices And Not Subject To Price Escalation During Contract Implementation. For Further Inquiries, Please Coordinate With: Bac Secretariat Chairman Landline: (044) 464- 0268 Mobile: 09278636277 Email: Norveelette.cajucom@deped.gov.ph 107065fare@deped.gov.ph Cabanatuan East Central School Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. F.a. Reyes Memorial Elementary School Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Ric Bernabe Head Teacher I Chairman, Bids And Awards Committee January 13, 2025 Annex “a” Additonal Set Of Technical Parameters Security Services 1. Stability A. Years Of Experience – At Least Three (3) Years B. Liquidity Of Agency - Net Financial Contracting Capacity (nfcc) At Least Equal To Abc C. Organizational Set-up 2. Resources A. No. Of Licensed Firearms – None B. No. And Kind Of Communication Devices – None C. No. Of Licensed Guards – One (1) Licensed Guards 3. Security Plan A. Detailed Measures To Be Undertaken To Ensure That Entry And Exits Of Personnel Are Monitored, Loss Of Equipment, And Valuables Are Minimized, And Threat To Property, Personnel, Students, And Guests Are Secured 4. Other Factors A. Recruitment And Selection Criteria - Neuro/psychiatric And Drug Tests With Proof Of Certificate From Government Accredited Granting Office - Holder Of Valid Security Guard License; - Male, Not Less Than 25 Years Old But Not More Than 55 Years Old; - At Least High School Graduate; - Good Physical And Mental Condition As Attested By A Certificate Issued By A Reputable Testing Institution; - Of Good Moral Character And Free From Any Civil Convictions Or Litigation Involving Theft, Battery, Slander, Public Misconduct, Assault, Or Similar Proceedings. B. Completeness Of Uniform And Other Paraphernalia - Daily Standard Guard Uniform: White Long Sleeves Or Short Sleeves Collar, With Or Without Necktie, Blue Pants, Black Shoes. - Alternate Uniform: Plain White Round Neck Shirt, Blue Pants, Black Shoes. - Flashlight, First Aid Kit, Raincoat
Closing Date17 Jan 2025
Tender AmountPHP 180 K (USD 3 K)

AGRICULTURAL RESEARCH SERVICE USA Tender

Laboratory Equipment and Services
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 12405b25q0039 Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code Is 334516 (analytical Laboratory Instrument Manufacturing). usda, Ars, Sea sea U.s. Horticultural Research Lab 2001 S Rock Road fort Pierce Fl 34945 is Looking For Led Microscope That Fits Into The Associated Specifications. the Government Anticipates Award Of A Firm Fixed Price Contract. each Offer Must Show A Breakdown Giving Price Of Each Element, Provide Descriptive Literature Or Information Showing That The Offered Service Meets All Parts Of The Specifications. vendors Responding To This Announcement Shall Submit Their Quote In Accordance With Far 52.212-1. Submission Of Quote Shall Include The Following: (1) Technical Specifications And (2) Price (to Include Shipping). electronic Submissions Are Preferred. Please Email All Quotes To Cecilia.mcnamee@usda.gov. All Solicitations Must Be Sent Using The Email Subject Title As The Solicitation Number. No Late Quotes Will Be Accepted. the Basis For Award Is Lowest Price Technically Acceptable. "lpta" Means The Expected Outcome Of The Acquisition That Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. Pursuant To Far 52.212-2, The Criteria For Evaluation Are: (1) Technical Specifications, (2) Price (to Include Shipping), And Must Also Have Satisfactory Past Performance. inspecton And Acceptance Terms: Supplies Will Be Inspected By Requiring Office's Technical Representative And Accepted At Destination. the Following Federal Acquisition Regulation (far) And The Department Of Agriculture Acquisition Regulation (agar) Provisions And Clauses Apply To This Acquisition: Far 52.202-1 Definitions; Far 52.203-5 Covenant Against Contingent Fees; Far 52.203-6 Restriction On Subcontractor Sales To The Government; Far 52.203-7 Anti-kickback Procedures; Far 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights; Far 52.204-7 Central Contractor Registration; Far 52.204-10 Reporting executive Compensation And First-tier Subcontract Awards; Far 52.204-16 Commercial And Government Entity Code Reporting; Far 204-17 Ownership Or Control Of Offeror; Far 52.204-18 Commercial And Government Entity Code Reporting; Agar 452.204-70 Inquiries; Far 204-19 Incorporation By Reference Of Representations And Certifications; Far 52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended Or Proposed For Debarment; Far 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations; Agar 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants; Far 52.212-1 Instructions To Offers-commercial Items; Far 52.212-2 Evaluation- Commercial Items (filled In As Follows: Technical Specifications And Price); Far 52.212-4 Contract Terms And Conditions-commercial Items; Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Of Executive Orders-commercial Items; Far 52.216-24 Limitation Of Government Liability; Far 216.25 Contract Definitization; Far 52.219-6 Notice Of Total Small Business Set-aside; Far 52.219-28 Post Award Small Business Program Re-representation; Agar 452.219-70 Size Standard And Naics Code Information; Far 52.222-3 Convict Labor; Far 52.222-17 Non-displacement Of Qualified Workers; Far 52.222-21 Prohibition Of Segregated Facilities; Far 52.222-26, Equal Opportunity Employment; Far 52.222-36 Affirmative Action For Workers With Disabilities; Far 52.222-50 Combating Trafficking In Persons; Far 52.223-18 Encouraging Contractor Policy To Ban Text Messaging While Driving; Far 52.225-13 Restrictions On Certain Foreign Purchases; Far 52.225-25 Prohibitions On Contracting With Entities Engaging In Certain Activities Or Transactions relating To Iran-reps And Certs; Far 52.232-1 Payments; Far 52.232-33 Payment By Electronic Funds Transfer-central Contractor Registration; Far 52.232-39 Unforceability Of Unauthorized Obligations; Far 52.233-2 Service Of Protest; Far 52.233-3 Protest After Award; Far 52.233-4 Applicable Law For Breach Of Contract; Far 52.244- 6 Subcontractors For Commercial Items; Far 52.252-1 Solicitations Provisions Incorporated By Reference; Far 52.252-2 Clauses Incorporated By Reference. to Be Eligible For An Award, All Contractors Must Be Registered In The System For Award Management (sam). A Contractor Can Contact Sam By Calling 1-866-606-8220 Or E-mail At Www.sam.gov. No Exceptions. A Duns (dun And Bradstreet) Number Is Required In Order To Register. All Invoices Shall Be Submitted And Paid Electronically. quotes Must Be Received No Later Than January 28, 2025 At 4:00pm Central Time. attach. 1 specification Document quantity: 1 leica Dm 1000 Led Microscope And Flexacam C3 Camera Specifications: long-life Led Illumination That Provides Near Daylight, Bright Illumination With Constant Color Temperature And Emits Less Heat And Is Energy Efficient. the Led Bulb Has A Long Product Life Of Approximately 100,000 Hours; Assuming Six Hours Of Use Per Day, The Bulb’s Service Life Is 50 Years. Low Power Consumption Of The Led Enables Even Battery Operation. the Unique, Patented, Height-adjustable Focus Knobs, Easy-to-change Stage Controls, And The Full Range Of Ergonomic Equipment Customize The Leica Dm1000 Led For Individual Users. focus Knobs For Dm1000 condenser Lens Cl Pol condenser Clp/ph 0.85 S1 ergostage With Ceramic Plate For Dm1000 slide Holder One Hand Slide Change xy-stage Control Standard eyepiece Hc Plan S 10x/22 Br. M tube Bdtp 25 100/50/0 With Fixed Port obj. N Plan 10x/0.25 obj. N Plan 20x/0.40 obj. N Plan 40x/0.75 polarizer In Mount, 32mm analyzer L Ict/p filter Holder F. 2 Filter 32mm lambda Plate In Holder analyzer Mount Tl L1/25, 60mm For Dm1000 flexacam C3 Camera h: 4,000; V: 3,000 (12 Mp) pixel Dimensions 1.55 μm × 1.55 μm rolling Shutter 100 μs – 120 Ms Exposure Range 4k / 60 Fps In Hdmi Mode Frames/sec optical Filter: 650 Nm Ir Cut Off Filter las X / Stand-alone Operating System c-mount Hc 0.55x hp E27k G5 27" Uhd standalone Kit For Flexacam C3
Closing Date28 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Others
Philippines
Details: Description The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱297,000.00 Delivery Period: 30 Calendar Days Delivery Site: Pagadian City Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 50 Btl "alcohol (70% Ethyl Alcohol) 500ml -spray -antiseptic With Moisturizer " 160.00 2 10 Tube "ballpen -good Quality -25pcs Per Tube -retractable Ballpen " 200.00 3 600 Pc "ballpen -black -good Quality -0.5 -can Write Continuously -smooth Ink " 13.00 4 360 Pc "ballpen -blue -good Quality -0.5 -can Write Continuously -smooth Ink " 16.00 5 60 Pair "battery " 80.00 6 10 Doz "binder Clips 1-1/2"" " 40.00 7 10 Box "book Paper -8.5"" X 11"" (short) -s. 20 " 1,200.00 8 30 Box "book Paper -8.5"" X 13"" (long) -s. 20 " 1,300.00 9 20 Box "book Paper -a4 White -s. 20 " 1,200.00 10 50 Pc "clipboard -big Size -durable Clip With Cover Leather/plastic/wood -type Foldable Clipboard " 100.00 11 50 Pc "correction Tape " 25.00 12 30 Pc "desk Organizer -3 Layer Mesh Document File Tray " 350.00 13 50 Roll "double Adhesive Tape " 15.00 14 100 Pc "envelope Expanding Brown With Rubber " 20.00 15 320 Pc "envelope -brown -long Size " 3.00 16 50 Pc "envelope -plastic With Handle -transparent -legal Size With Zipper " 138.00 17 2 Box "envelope -mailing -500s/box (4-1/8"" X 9-1/2"") " 400.00 18 20 Btl "epson Ink 003 Black " 400.00 19 20 Btl "epson Ink 003 Cyan " 400.00 20 20 Btl "epson Ink 003 Magenta " 400.00 21 20 Btl "epson Ink 003 Yellow " 400.00 22 5 Pack "folder -plain -white Long -100pcs Per Ream " 700.00 23 10 Doz "folder -plastic With Slider -long Size " 60.00 24 10 Btl "glue " 140.00 25 100 Pc "highlighter Pen -assorted Color " 17.00 26 25 Bot "ink Refill -brother Btd60 Bk, Black " 450.00 27 20 Btl "ink Refill -printer Brother Bt5000c, Cyan " 550.00 28 20 Btl "ink Refill -printer Brother Bt5000m, Magenta " 550.00 29 20 Btl "ink Refill -printer Brother Bt5000y, Yellow " 550.00 30 50 Roll "masking Tape -1 Inch " 20.00 31 50 Roll "masking Tape -2 Inches " 40.00 32 25 Roll "packing Tape -2 Inches " 75.00 33 20 Box "paper Clip -nickel Plated -approximately 80pcs/box -50mm " 30.00 34 10 Box "paper Clip -nickel Plated -approximately 80pcs/box -33mm " 20.00 35 10 Box "paper Fastener -plastic " 143.00 36 5 Pc "paper Puncher -heavy Duty " 131.00 37 10 Doz "pencil -no. 2 -lead With Eraser " 132.00 38 10 Pc "permanent Broad Tip Marker -pentel Pen Black " 50.00 39 10 Pc "permanent Broad Tip Marker -pentel Pen Blue " 50.00 40 30 Pc "record Book -300 Pages " 130.00 41 10 Pc "scissors -heavy Duty -at Least 7 Inches " 85.00 42 5 Pc "sharpener -rotary Pencil -sharpener Hand Crank " 250.00 43 40 Pc "sign Pen -black -liquid/gel Ink -0.5mm Needle Tip Specifications: -type: Roller Ballpen -ink: Water-based -tip: Stainless Steel Pipe -ball Diameter: 0.5mm -width Of Stroke: 0.30mm " 125.00 44 50 Piece "sign Pen -black -liquid/gel Ink -0.7mm Needle Tip Specifications: -type: Roller Ballpen -ink: Water-based -tip: Stainless Steel Pipe -width Of Stroke: Medium -writing Width: 0.35mm -tip Size: 0.70mm " 100.00 45 20 Pc "sign Pen -blue -liquid/gel Ink -0.5mm Needle Tip Specifications: -type: Roller Ballpen -ink: Water-based -tip: Stainless Steel Pipe -ball Diameter: 0.5mm -width Of Stroke: 0.30mm " 125.00 46 20 Pc "sign Pen -blue -liquid/gel Ink -0.7mm Needle Tip Specifications: -type: Roller Ballpen -ink: Water-based -tip: Stainless Steel Pipe -width Of Stroke: Medium -writing Width: 0.35mm -tip Size: 0.70mm " 100.00 47 20 Box "stapler -stapler No. 35 " 40.00 48 10 Pack "sticky Notes -with ""sign Here"" -5 Sheets Per Color " 50.00 49 50 Pack "sticky Notes - -3"" X 3"" -100 Sheets " 20.00 50 50 Pack "sticky Notes - -3"" X 4"" -100 Sheets " 20.00 51 50 Pack "sticky Notes - -index Post -300 Sheets " 40.00 52 50 Pc "table Top Stapler #35 " 750.00 53 5 Pc "storage Box -high Impact Resistant With Wheels For Easy Mobility -measurements: At Least L60 X W45 X H38cm -capacity: At Least 70l -color: Clear Or White " 150.00 54 100 Roll "transparent Tape -1 Inch " 20.00 55 10 Pc "trash Bin -with Cover -volume Capacity At Least 32l -flip Cover " 350.00 56 2 Pc "whiteboard -size: 60cm X 90cm " 1,000.00 Purpose: To Be Used In The Implementation Of Rsbsa In The Region For Fy 2025. Deadline For Submission: January 30, 2025 / 09:00am Opening Of Quotations: January 30, 2025 / 9:30am
Closing Date30 Jan 2025
Tender AmountPHP 297 K (USD 5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Request For Information (rfi) / Sources Sought Notice Is Issued Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes 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/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 333415 (size Standard Of 1,250 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Pharmacy Grade Refrigerators Equivalent To The Brand Helmer Scientific. this Procurement Shall Be A Brand Name Or Equal. Contractors Must Provide Brand Name Or Equal That Meet Or Exceed The Physical, Functional, And Performance Of Listed Salient Characteristics Below. Contractors Shall Show Clear, Compelling, And Convincing Evidence That All Equal To Items Meet All Required Salient Characteristics Including Brand Name And Model Numbers Iaw Far 52.211-6 Brand Name Or Equal. no Remanufactures Or Gray Market Items Will Be Acceptable. Vendor Shall Be An Original Equipment Manufacturer (oem), Authorized Dealer, Authorized Distributor Or Authorized Reseller Verified By An Authorization Letter Or Other Documents From The Oem. clin item Description qty uom 0001 helmer Scientific Iseries Pharmacy Refrigerator Part# Ipr256-gx Or Equal 5 ea salient Characteristics pharmacy Refrigerator Must Have The Following Physical Salient Characteristics: refrigerators Must Be Medical Grade With A Certificate Of Regulatory Compliance. must Have A Touchscreen With User Interface That Is Password Protected And Provides Advanced Monitoring And Information To Ensure Protection Of Stored Product. must Have Audible And Visual Alarms That Include: Power Failure, High And Low Temperature Alarms, Door Ajar, Condenser Temperature, And Low Battery Alerts. must Have Adjustable Audio Alarms With The Ability To Raise Or Lower Volume. must Contain Access Control That Can Provide Data Capture Of Unit Access And Documents How And When Access Occurred. must Have Adjustable Powder-coated Shelves That Are Bacteria-resistant. must Contain Ventilated Shelves And Ventilated Drawers That Can Hold Up To 100 Lbs. at A Minimum, Must Maintain Temperatures Between +2â°c To +10â°c. must Be Certified To Nsf/ansi 456 Vaccine Storage Standard. must Be At Least/minimum Of 25.2 Cubic Feet Capacity. must Have Locking Casters To Allow Ease Of Movement For Cleaning. must Have A Minimum Of One Glass Door With Ada Compliant Full-length Handle. the List Of Pharmacy Refrigerator Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Incomplete Responses To The Questions Below Will Not Be Accepted. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Salient Characteristics Requirements. For Instances Where Your Company Cannot Meet The Salient Characteristics Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Salient Characteristics Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Salient Characteristics Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) 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. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Salient Characteristics? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Melissa.ramirez8@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Friday, January 10th, 2025, By 10:00 Am Pacific Local Time. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Southern Leyte State University Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description 2 Unit Air-conditioning Unit (preferred American Homes W/ Installation) 135,800.00 2.5 Hp Split-type Wall Mounted Inverter With Temperature Control And Timer Excess Pipe 15meters 1 Unit Air-conditioning Unit (preferred American Homes W/ Installation) 39,900.00 2.5 Hp Window-type Inverter With Temperature Control And Timer 1 Unit Ph Meter W/ Calibration Cert. 49,500.00 230v (tablet Type) Includes Benchtop Docking Station With Electrode Holder Wall Mount Cradle, Usb Cable Hi11310 Glass Body Refillable Ph Electrode With Temperature Sensor Buffer Sachets Solution 5 Vdc Power Adapter 1 Unit Laboratory Refrigerator 32,495.00 Refrigerator With Freezer 415 L Volume Total(liter) 98 L Volume For Freezer(liter) 317 L Volume For Fridge(liter) No Frost Cooling Type With Deodorizer 1 Unit Fire Extinguisher 4,950.00 Abc Dry 20lbs 1 Unit Fire Extinguisher 15,000.00 Hcfc 123 20lbs 1 Unit Laboratory Digital Weighing Scale 27,000.00 Weighing Switching Function Included Operating Temperature Range: -10 To +40℃ Display Unit: Lcd Power Supply: D Dry Cell X 4 Pieces (included For Test) Size: 266 X 303 X 109mm Weighing Tray Size: 247 X 212mm Body Weight: 3.0kg Dustproof, Waterproof Protection: Ip69k Weighing (kg): 3/6 " Minimum Display (g): 1/2" " Powerful Waterproof Type" " Model Number: Fw500c-6" Package Size:330×430×190 Mm 3.6 Kg 1 Unit Microwave Oven 9,430.00 Capacity - 42l Dimension - 544 X 308 X 432 Main Technology Even Heating Additional Benefit Even Defrosting Capacity – 42 Liters Power Output 1200 W Microwave 1350 W Basic Specification Electricity Power 230v/50hz Easy Clean Coating (antibacterial) Turntable Size (mm) Φ360 Out Case Noble Silver Color Out Case Color Noble Silver Trim Of Door /keypad Controller Type Glass Touch Display White Led Door Open Type - Side Swing Function Clock Time Setting Child Lock Quick Start More/less Tastesaver Cooking/defrost Functions Reheat Soften Melt Proof & Warm Inverter Defrost Arabic Menu Weight(kg) Net 12.5 Packed 14.5 Dimension(w X H X D) 544 X 308 X 432 Packed 608 X 331 X 477 5 Unit Laboratory Gown 1,925.00 White ¾ Sleeve (sizes Xxl – Xl – L) 48 Unit T5 Led Tube Light 16,896.00 16w - Length 900mm 2 Unit Timer Switch 11,700.00 Timer Switch Mechanical Type- 10amps / 220v / Item No. : Sul181h / Sul181 D Operating Voltage : Ac 110v/220/240v 50-60hz Power Consumption : 2.5va Contace Capacity : Ac 220v 16a Contact Resistance : ≤50mω Inaulation Resistance : ≥100mω Operating Temperature : -10℃~+55℃ Accuracy : ≤2s/day 25℃ Contact Capacity Lamp Load:1000w Resistive Load:16a/250vac(cosφ=1) Inductive Load:3a/250vac(cosφ=0.6) Working Reserve Time : 150 Hours After Recharging 24 Hours Full Timing Range : 24h Storage Battery : 150h Minimum Setting Unit : 30 Minutes 100 Unit Pp Plastic Bags (clear) 400.00 9x12 Inches / Thickness 0.002 1 Unit Duplex Wire White #14 3,780.00 42 Unit Switch Dual Wall Mount 9,450.00 Switches 2gang 2way Switch Large Button Dimensions: 74mm(w) X 120mm(h) Mounting Center: 83.5mm Voltage: 250v Mode Of Application: Flush Type White 12 Unit Utility Box Surface Type 696.00 Iec Standards Poly Carbonate Plastic Color: White Philippine Standard Size For Electrical Outlets/switches 3 Unit Electrical Tape 174.00 0.16mm X 19mm X 4m 5 Unit Cable Tie Black 1,900.00 12 Inches 100pcs/pack 3 Meters Pdx Wire White #14 195.00 100 Meters Hose Pe 1/2 100meters 3,300.00 2 Unit Teflon Tape 3/4 96.00 3 Unit Pe T Pipe 1/2 357.00 3 Unit Pe Coupling 1/2 282.00 100 Unit Wood Screw 3/4 200.00 1 Lot Chemicals 97,248.00 1 Ptc Agar Agar (pronadisa) 1 Ammonium Nitrate 1 Benzyl Adenine (bap) 1 Boric Acid (ar, Hi Media Grm 575) 1 Ph Buffer Solution (ph 4) 1 Ph Buffer Solution (ph 7) 1 Calcium Chloride 1 Calcium Nitrate, Merck (1 Kg) 1 Cobalt Chloride 1 Copper Sulfate (ar, Hi Media Grm 1045) 1 Ferrous Sulfate 1 Gibberellic Acid – Laboratory Grade 1 Glycine 1 Iba – Laboratory Grade 1 Indole Acetic Acid (aa) – Laboratory Grade 1 Kinetin (1gram) 1 Magnesium Sulfate (ar, Ajax 302) 1 Manganese Sulfate 1 Myo-inositol 1 Naphthalene Acetic Acid (naa) – Laboratory Grade 1 Nicotinic Acid 1 Potassium Hydroxide (koh) 1 Potassium Iodide 1 Potassium Nitrate, Merck 1 Potassium Phosphate 1 Pyridoxine Hcl 1 Sodium Edta 1 Sodium Hydroxide 1 Sodium Molybdate 1 Thiamine Hcl 1 Tween 20 1 Zinc Sulfate 1 Iodine Crystals 1 Ki Powder 1 Etoh Alcohol 95% 1 Lot Other Consumables 8,170.00 2 Scalpel Blades #8 (boxes) 2 Scalpel Blades #10 (boxes) 5 Bleach 1000ml (bottle) 10 Cleaning And Disinfectant Liquid Bottle 500ml 5 Detergent Powder 1kg 20 Hand Bar Antibacterial White Soap 55g 3 Disposable Laboratory Gloves White (m - L – Xl) (assorted) 3 Hand Sprayer 1 Liter Capacity 5 Tissue Paper Roll 10 Rolls Per Pack 10 Wipes (boxes) 111.76 Mm X 213.36 Mm Wipes, 280 Wipes Per Box 5 Ordinary Rubber Band Round 100grams 6cm (boxes) Total 470,844.00
Closing Date17 Jan 2025
Tender AmountPHP 470.8 K (USD 8 K)

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Description: Amc/amsc: 1g 1 Suitable For Competitive Acquisition. (see Notes 1 And 2) g The Government Has Unlimited Rights To The Technical Rights To The Technical Data, And The Data Package Is Complete. Valid Amcs: 1 And 2. drawings – item Name: Circuit Card Assembly rp001: Dla Packaging Requirements For Procurement rd002, Covered Defense Information Applies ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The dla Master List Of Technical And Quality Requirements Found On The Web at: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq009: Inspection And Acceptance At Origin rq011: Removal Of Government Identification From Non-accepted Supplies rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State or The Department Of Commerce. Export Includes Disclosure Of Technical data To Foreign Persons And Nationals Whether Located In The United states Or Abroad. This Requirement Applies Equally To Foreign National employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control technical Data To Dla Contractors That Have An Approved Us/canada Joint certification Program (jcp) Certification, Have Completed The introduction To Proper Handling Of Dod Export-controlled Technical Data training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been approved By The Dla Controlling Authority To Access The export-controlled Data. Instructions For Obtaining Access To The export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed for Use Are Required To Have An Approved Jcp Certification And Have been Approved By The Dla Controlling Authority To Access export-controlled Data Managed By Dla. Dla Will Not Delay Award In order For An Offeror Or Its Supplier To Apply For And Receive Approval by The Dla Controlling Authority To Access The Export-controlled Data. rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For manufacturers And Non-manufacturers rt001: Measuring And Test Equipment part Name Assigned By Controlling Agency: Circuit Card Assembly, Phase shifter Driver Electro-static Sensitive Device mil-std-130n(1) Dated 16 Nov 2012. identification Marking Of U.s. Military Property mercury Or Mercury Containing Compounds Shall not Be Intentionally Added To<(>,<)> Or Come In Direct contact With<(>,<)> Any Hardware Or Supplies Furnished under This Contract. Exception: Functional Mercury used In Batteries, Fluorescent Lights, Required instruments; Sensors Or Controls; Weapon Systems; and Chemical Analysis Reagents Specified By Navsea. portable Fluorescent Lamps And Portable Instruments containing Mercury Shall Be Shock Proof And Contain a Second Boundary Of Containment Of The Mercury Or mercury Compound. (iaw Navsea 5100-003d). reference Control Part Number 7624570 Cage 53711 sampling: the Sampling Method Shall Be In Accordance With Mil-std-1916 Or Asq h1331, Table 1 Or A Comparable Zero Based Sampling Plan Unless Otherwise specified By The Contract. If The Applicable Drawing, Specification, standard, Or Quality Assurance Provision (qap) Specifies Critical, Major and/or Minor Attributes, They Shall Be Assigned Verificaiton Levels Of vii, Iv And Ii Or Aqls Of 0.1, 1.0 And 4.0 Respectively. Unspecified attributes Shall Be Considered As Major Unless Sampling Plans Are specified In Applicable Documents. For Mil-std-1916, The Manufacturer may Use The Attribute Or Variable Inspection Method At Their Option Or per The Contract. Mil-std-105/asq Z1.4 May Be Used To Set Sample Lot size, But Acceptance Would Be Zero Non-conformances In The Sample Lot unless Otherwise Specified In The Contract. overall Length: 5.740 Inches Nominal Overall Width: 1.619 Inches Nominal major Components: Connector Assy, Electrical (7624566-2/53711) 1; printed Wiring Board, Phase Shifter Driver, 1; No Keying Pins Special features: No Keying Pin; Model With Keying Pin Is 7624570-1. End Item identification: As-4108/spy Phased Array Antenna critical Application Item iaw Basic Drawing Nr 53711 7624570 revision Nr D Dtd 06/21/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624570 revision Nr F Dtd 02/06/2009 part Piece Number: iaw Reference Drawing Nr 10001 2900594 revision Nr Ae Dtd 12/01/2014 part Piece Number: iaw Reference Drawing Nr 10001 3256939 revision Nr P Dtd 02/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624560 revision Nr A Dtd 06/19/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624561 revision Nr B Dtd 01/30/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624562 revision Nr C Dtd 05/08/2019 part Piece Number: iaw Reference Drawing Nr 53711 7624563 revision Nr L Dtd 03/10/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624565 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 7624566 revision Nr G Dtd 02/21/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624567 revision Nr A Dtd 01/15/2007 part Piece Number: iaw Reference Drawing Nr 53711 7624569 revision Nr C Dtd 08/19/2009 part Piece Number: iaw Reference Drawing Nr 53711 7624573 revision Nr D Dtd 10/17/2023 part Piece Number: iaw Reference Drawing Nr 53711 7624574 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624575 revision Nr C Dtd 06/25/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624576 revision Nr D Dtd 11/07/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624578 revision Nr A Dtd 05/15/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624581 revision Nr Dtd 05/13/2004 part Piece Number: iaw Reference Drawing Nr 53711 7624583 revision Nr A Dtd 07/11/2016 part Piece Number: iaw Reference Drawing Nr 53711 7624590 revision Nr A Dtd 02/13/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624591 revision Nr B Dtd 05/23/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624592 revision Nr A Dtd 06/30/2008 part Piece Number: iaw Reference Drawing Nr 53711 7624593 revision Nr C Dtd 05/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624596 revision Nr B Dtd 06/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624597 revision Nr A Dtd 06/13/2006 part Piece Number: iaw Reference Drawing Nr 53711 7624598 revision Nr C Dtd 05/14/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624599 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624600 revision Nr C Dtd 01/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624602 revision Nr C Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624603 revision Nr C Dtd 07/01/2010 part Piece Number: iaw Reference Drawing Nr 53711 7624604 revision Nr A Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624605 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 8306492 revision Nr B Dtd 08/21/2020 part Piece Number: iaw Reference Drawing Nr 10001 Ws10288 revision Nr Ab Dtd 04/05/2001 part Piece Number: iaw Reference Drawing Nr 10001 Ws10298 revision Nr Dtd 06/29/1983 part Piece Number: please Review The Nsn Listed Above And Provide Any Sources That May Be Able To Manufacture These Items. The Approved Sources For This Nsn Are Currently Listed Above. All Information May Be Submitted Directly To The Contract Specialist Listed Above. This Information Must Be Provided By The Response Date Indicated Above. in Order To Be Considered An Interested Party, Vendors Must Complete And Return The Attached Market Survey To The Contract Specialist Listed Above By The Required Response Date. note: This Project Contains Drawings/specifications. You May Access The Tdp Directly From Cfolders And Searching For The Above Cited Solicitation Number. you May Access Them Only Through The Following Link: Https://pcf1.bsm.dla.mil/cfolders. the Drawings Cannot Be Accessed Through Dibbs. thank You In Advance For Your Assistance.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Rizal Medical Center Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Rfq No. 2025-057 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 28 January 2025. Name Of Project: Delivery, Testing, And Commissioning Of Infant Weighing Scale With Extra-large Weighing Tray Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Thousand Pesos (php220,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 Weighing Scale With Extra-large Tray To Secure Restless Infants And Weighing Older Infants While Sitting For Additional Safety. Technical Specifications: Capacity: At Least 44 Lbs/ 20kgs Weighing Scale With High Side Walls To Secure Moving Baby. With Measuring Rod Range 35-80cm Dimensions (wxhxd): Within 600-650mm X 120-140mm X 250-300mm Weight Of Unit < 5 Kgs With Different Functions: Tare, Reset, Auto-hold, Lbs/kg Switch Over, Automatic Switch Off. Power Supply: Power Adapter / Rechargeable Batteries Unit 2 110,000.00 220,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Valid License To Operate Issued By Philippines Food And Drug Administration. D) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Medical Device Notification/ Certificate Of Medical Device Registration. E) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. F) Compliance With Applicable Product Standards: Iso/ce Certification Or Its Equivalent 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: A. Three (3) Years On Parts And Service Warranty. 5. Product Description/ Brochure. 6. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month. • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 220 K (USD 3.7 K)

Municipality Of Coron, Palawan Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Municipal Government Of Coron, Palawan, Through The 2024 Annual Municipal Budget Intends To Apply The Sum Of Three Million Five Hundred Fifty Thousand Pesos (php3,550,000.00) Only Being The Abc To Payments Under The Contract For Supply, Delivery And Installation Of One (1) Lot Medical Equipment For Municipal Health Office. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bidopening. Item No. Unit Item Description Quantity 1 Unit 3d 4d Portable Ultrasound Machine With At Least: Inclusion: Linear Probe, Convex Probe, Trans-vaginal Probe, Cart, Avr And Uninterruptible Power Supply 1 2 Unit 9 In 1 Multi Parameter Machine, Md 9 Mohs Diagnostic With At Least: Inclusion: 1 Meter, 1 Bp Cuff, 4 Aa Batteries, Pc Carrying Bag, Blood Lipid Test Strips (25 Tests), Blood Glucose Strips (50 Test), Uric Acid Test Strips (50 Test) 1 3 Unit Supply And Installation Of Lead Sheet For X-ray Room With At Least: Inclusion: 350 Pieces Sqm Of Lead Sheet Leight- 5.10 Meters Width- 4 Meters Height- 8 Feet Warranty- 1 Year Warranty Of Parts And Services 1 2. The Municipal Government Of Coron, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Forty- Five (45) Calendar Days From The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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 Proprietorship, 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 Municipal Government Of Coron And Inspect The Bidding Documents At The Address Given Below During Monday To Friday 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 08, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Municipal Government Of Coron, Palawan Will Hold A Pre-bid Conference On January 15, 2025 At 10:00 Am At The 3rd Floor Municipal Annex Building, Poblacion, Coron, Palawan 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The 3rd Floor Municipal Building, Barangay Poblacion 2, Coron, Palawan, On Or Before January 29, 2025 At 10:00 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 January 29, 2025 At 10:00 Am At The 3rd Floor Municipal Annex Building, Barangay Poblacion 2, Coron, Palawan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of Coron, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Alan R. Guintapan Municipal Health Officer Municipal Health Office, Coron, 5316 Palawan Mobile No. 0906 064 4344 Landline No. 0485531799 Email: Lgucoron.bac@gmail.com
Closing Date30 Jan 2025
Tender AmountPHP 3.5 Million (USD 60.5 K)

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 310,183.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am 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 January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, Open Shelves 4x6 Ft 2 Set Sofa, Seating Capacity 2 Velvet: 100 % Polyester Frame Material Manufactured Wood Leg Material Manufactured Wood Seat Fill Material Foam Seat Construction Mdf Back Fill Material Foam Tufted Cushions Square Arm 1 Set Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) 4 Set Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) 1 Set Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System 1 Unit Book Shelves, Plywood Construction Cladded W/ High Pressured Laminate W/ Box 3880mm L X 400mm W X 1800mm H 2 Piece Small Table With Chairs, Kindergarden Table Heavy Duty Metal Legs 60cm X 120 Cm X 55 Cm Ht Php 2,500.00 Blue Color Rectangular Table 24x48 Php 2000 Chairs 34cm D X 35 Cm L X 28 Cm Ht X 52 Cm Total Ht. Php 400 .00 (4 Chairs) 1 Set White Board, Aluminum Frame, 4 X 8 Ft. Wall Mounted 1 Piece Table, Lockable Pu Casters Dia 65mm -18mm Thickness E1grade Mdf With Marble Color Pvc Veneer -powder Coated Aluminum Frame -class 3 Gas Lift Height Adjustable Range: 77-106cm -max Loading Capacity: 60kg -tabletop With I Pad Holders 2 Unit Floor Mats, Dimension: 1mx1mx24mm Material: Rubber Colors: Blue, Red, Orange, Yellow, Green, Brown, Grey, Black, Maroon 20 Piece Phonics Phones, Pack Of 16: Perfect For Classrooms. You Get 16 Whisper Phones For Classroom Reading. 4 From Each Color. Comes In Red, Purple, Green, & Pink. Our Phonic Phone Is A Great Addition To Your Phonic Manipulative Materials, Speech Therapy Toys For Kids Package Dimensions: 8.9 X 8.9 X 4.1 Inches Item Weight: 8.8 Ounces 1 Set Communication Boards, Book And Cards Specification: Binder Features Two Interior Storage Pockets For Loose Materials, Color Black, And It Measures 9x7.5 Convenient To Travel And Put In Your Child's Backpack Or Carry In Hand. Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut Safe For Little Hands From Scratching And Poking. 3 Set Augmentative Communication Systems, Pocket Go-talk 5-level Communication Device Five Message Buttons At 2.2cm X 3.8cm (7/8” X 1 1/2”) Five Recording Levels 4.16 Minutes Total Recording Time (10 Seconds Per Message) Dial Controlled Volume Button Excellent Sound Quality Two Aa Batteries Included Low Power Consumption Record And Level Lock Capable 7.6cm X 13.6cm X 3.8cm 212 Grams (7.5 Oz) 4 Unit Call Lights, With Many Colors: Red, Blue, Green Or Mix Different Color For Different Service Type It Can Work With 30 Transmitter In Max. With Separate Output Power Supply: Dc5v The Prompting Sound Can Be Turned On/off Dimension: 78*78*60mm Color: White 2 Unit Dry Erase Sleeves, Premium Materials: Dry Erase Pockets Are Durable And Durable, Which Can Withstand Lots Of Student Wear And Tear. Fantastic Idea: You Print Of The Alphabet And Kids Can Use A Dry Erase Marker To Trace The Letters. Oversize: The Width And Length Is 10 Inch * 13 Inch. The Large Size Makes It Easy To Slip Papers In And Out. Saving Money: Dry Erase Sleeves Save Money On Having To Re-purchase Workbooks For Each Child, And You Would Not Have To Print Much Paper No Residue: They Write And Wipe Off Well After The Kids Use Them. Moreover, Dry Erase Pockets Sleeves Are Definitely Long Lasting. 5 Set Wind Up Toys, Powered By A Metal Spring That Is Tightened By Turning It, Classical Funny Simple Games, Non-toxic And Odor-free. Perfect Gift For Kids Party Favors, Goodie Bags, Classroom Rewards, Stocking Stuffers, Easter Egg Stuffers. Clockwork Toy, Each Character Does A Different Trick Such As Swimming In Water, Flipping, Sliding, Spinning, Walking, Shaking Head Or Tail And Many More To Be Discovered. Wind-up Toys Measure About 2 Inch, Including Dinosaur, Egg, Cat, Bird, Caterpillar, Beetle And Car Etc. Package Content: 16 No Duplicate Wind Up Toys (contents And Color May Vary). Every One Of Them Has A Windup Mechanism. 1 Set Wordless Picture Books, Language: ‎ English Hardcover: ‎ 32 Pages Reading Age: ‎ 4 - 6 Years Item Weight: ‎ 1.28 Pounds Dimensions: ‎ 10.25 X 0.5 X 12 Inches 5 Piece File Folders, File 2 Rings 2" Thick Or 3" Thick From Cover To Cover Front, Inside And Back Cover Are All Same Cover Size: Long 14"l X 11"w X 3" Thick Color(s): Black, Blue, Green, Red 10 Piece Articulation Cards, 7 Illustrated Card Decks (448 Cards, 3¼" X 4¼") – Each Deck Of 32 Picture-word Card Pairs Targets A Specific Speech Sound - P, B, T, D, M, J, Includes Storage Tins In A Metal Tote, Master Word Lists, 50 Smiley Face Tokens, And Game Ideas Card Set 1, Card Set 2 And Card Set 3 3 Set Audio Voice Recorder, Dimensions (w X H X D) 38.3 X 114.1 X 19.3 Mm Weight 74gg Colour Black Recording Format: Dss Digital Speech Standard Digital Speech Standardmp3 Standard Playing: 35 Hr Built-in Microphone Yes Pc Connectivity Yes Expandable Memory Yes Features Frequency Response: 50 - 20000hz Connections: Usb Display: Yes Battery Type: Alkaline Aaa 2 Unit Basic Vocabulary Board, Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities! 2 Set Kidney-shape Table With Learner's Chair, Key Features Includes Four Stacking Chairs And One 36" X 72" Kidney-shaped Activity Table The 16" Seat Height Is Recommended For Fourth Through Sixth Grade Table Tabletop Material: 1 1/8" Thick Particleboard W/ Melamine Finish Edge Band Material: 3mm Pvc Leg Material: Powder-coated Tubular Steel Height: 21" - 30" Adjustable In 1" Increments Width: 36" Length: 72" Assembly Required Warranty: 10 Years Lead Time: Supply Chain Issues Are Effecting Lead Times. Need It Quickly? Please Call (877) 839-3330 To Confirm Shipping Timelines. Shipping Method: Ground Weight: 102.00 Pounds Table Height Adjusts From 21" - 30" Available In Several Color Combinations Chairs Suggested Grade Level: 4th - 6th Seat Material: Polypropylene Frame Material: 18-gauge Tubular Steel Frame Finish: Chrome Seat Height: 16" Fully Assembled Warranty: 10 Years 1 Set Abc = 310,183.00
Closing Date28 Jan 2025
Tender AmountPHP 310.1 K (USD 5.2 K)
4691-4700 of 4751 archived Tenders