Battery Tenders

Battery Tenders

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 739.7 K (USD 12.7 K)
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0026 Contract Name : Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0028 Contract Name : Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0031 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0032 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 5. Contract Id No. : 25gme0033 Contract Name : Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 759,000.00 2. P 739,760.00 3. P 95,000.00 4. P 95,000.00 5. P 195,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0026 – Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office, Sarangani Province Qty/unit Description: 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning/printing 36 Ppm (colour/b &w)- A4 18 Ppm (colour/b &w) – A3 1,150 Sheets Standard Paper Capacity 150 Sheet Bypass 1200x1200 Dpi Print Resolution Paper Size: A6-sra3; Banner 297mmx1200mm Paper Weight: 52-300 Gsm 100 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder Mobile Printing: Airprint (ios), Mopria (android), Nfc Authentication And Printing (android) Scan T Email, Ftp. Box, Dpws, Webdav, Hdd, Usb, Smb, Twain Scan First Copy/print Time: 5.6 Sec With Electronic Stapler 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning Printing 28 Ppm (colour/b & W) -simplex 18 Ppm (colour/b & W) -duplex 600 X 600 Dpi Copy Resolution Paper Size: A5-a3; Custom Sizes 14 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder 256 Gradations: Airprint (ios), Mopria (android), Nfc With Electronic Stapler With Electronic Stapler 2. 25gme0028 – Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10 Pcs Tire 265/65 R17, Tubeless (8pr, 117/114s) 5 Pcs Tire 245/70 R16, Tubeless (8pr, 117/114 S) 5 Pcs Tire 265/60 R18, Tubeless (8pr, 117/114s) 8 Pcs Tire 265/65 R18 At, Tubeless (8pr, 207) 5 Pcs Tire 185 R14c, Tubeless (8pr, 102/100 R) 7 Pcs Tire 8.5 X 20 W/ Tube & Flap (h12-50) 10 Pcs Battery 12v – 13p (original) 3. 25gme0031 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 4. 25gme0032 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 5. 25gme0033 – Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1 Tb Ssd Nvme M.2 Display & Graphics: 18" Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1,2, 3, 4, 5. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05 – 12, 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: Project No. 1 -2 Php 1000.00 Project No. 3-5 Php 500.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 12, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On February 12, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: February 05 – 11, 2025.

City Of Koronadal Water District Tender

Others...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 195 K (USD 3.3 K)
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0026 Contract Name : Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0028 Contract Name : Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0031 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0032 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 5. Contract Id No. : 25gme0033 Contract Name : Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 759,000.00 2. P 739,760.00 3. P 95,000.00 4. P 95,000.00 5. P 195,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0026 – Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office, Sarangani Province Qty/unit Description: 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning/printing 36 Ppm (colour/b &w)- A4 18 Ppm (colour/b &w) – A3 1,150 Sheets Standard Paper Capacity 150 Sheet Bypass 1200x1200 Dpi Print Resolution Paper Size: A6-sra3; Banner 297mmx1200mm Paper Weight: 52-300 Gsm 100 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder Mobile Printing: Airprint (ios), Mopria (android), Nfc Authentication And Printing (android) Scan T Email, Ftp. Box, Dpws, Webdav, Hdd, Usb, Smb, Twain Scan First Copy/print Time: 5.6 Sec With Electronic Stapler 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning Printing 28 Ppm (colour/b & W) -simplex 18 Ppm (colour/b & W) -duplex 600 X 600 Dpi Copy Resolution Paper Size: A5-a3; Custom Sizes 14 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder 256 Gradations: Airprint (ios), Mopria (android), Nfc With Electronic Stapler With Electronic Stapler 2. 25gme0028 – Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10 Pcs Tire 265/65 R17, Tubeless (8pr, 117/114s) 5 Pcs Tire 245/70 R16, Tubeless (8pr, 117/114 S) 5 Pcs Tire 265/60 R18, Tubeless (8pr, 117/114s) 8 Pcs Tire 265/65 R18 At, Tubeless (8pr, 207) 5 Pcs Tire 185 R14c, Tubeless (8pr, 102/100 R) 7 Pcs Tire 8.5 X 20 W/ Tube & Flap (h12-50) 10 Pcs Battery 12v – 13p (original) 3. 25gme0031 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 4. 25gme0032 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 5. 25gme0033 – Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1 Tb Ssd Nvme M.2 Display & Graphics: 18" Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1,2, 3, 4, 5. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05 – 12, 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: Project No. 1 -2 Php 1000.00 Project No. 3-5 Php 500.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 12, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On February 12, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: February 05 – 11, 2025.

Municipality Of Itogon, Benguet Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 52.9 K)
Details: Description Lot 1 - Groceries - Abc : Php1,619,738.50 Item No. Quantity Unit Of Issue Item Description 1 643 Kg All Purpose Flour (1kg) 2 12 Kg Baking Powder (1kg) 3 240 Packs Burger Bun (6pcs/pack) 4 519 Packs Burger Patties (6pcs/container-228g) 5 87 Packs Cheese (22 Slices/pack) 6 46 Packs Chicken Nuggets Star Shape (200g/pack) 7 20 Kg Chicken Quarter Leg (/kg) 8 133 Packs Chicken Whole / Pack 9 8 Packs Cocoa Powder (500g) 10 185 Cans Condensed Creamer (390g) 11 51 Gallon Cooking Oil (4 L/gallon) 12 53 Packs Corn Starch (1kg/pack) 13 6 Packs Dry Yeast (800g) 14 99 Trays Egg (m-30pcs/tray) 15 149 Cans Evaporated Milk (370ml) 16 364 Packs Fishball (1kg/pack) 17 105 Packs French Fries (450g) 18 20 Packs Fresh Gata (200ml) 19 143 Kg Glutinous Rice (1kg) 20 366 Packs Hotdog - Cheese Flavor (250g/pack) 21 360 Packs Hotdog - Regular (250g/pack) 22 73 Packs Jumbo Siopao (10pcs/pack) 23 18 Gallon Ketchup (4 L/gallon 24 368 Packs Kikiam (500g/pack) 25 152 Packs Longganisa Skinless (450g/pack) 26 324 Packs Longganisa Smoked (225g/pack) 27 7 Kg Margarine Classic (1kg) 28 18 Gallon Mayonaise (3.5 L/gallon) 29 20 Kg Pork Meat (/kg) 30 10 Kg Pork Meat Grind (1kg) 31 25 Packs Pork Siomai Japanese (30pcs/pack) 32 371 Packs Pork Siomai Yellow (30pcs/pack) 33 212 Packs Pork Tocino (450g/pack) 34 100 Kg Raw Peanut /kg (for Peanut Butter Making) 35 180 Packs Shanghai (15pcs/pack) 36 519 Sacks Special Commercial Rice (25kg/sack) 37 35 Sack Sugar - Washed (25kg/sack) 38 35 Kg Sugar Brown (1kg) 39 11 Sacks Sugar White- Refined (25kg/sack) 40 238 Packs Sweet Ham (220g/pack) 41 7 Packs Whip Cream Powder (500g) 42 30 Sets (100 Pcs) 12 Oz Buko Cup Set, Printed White Plastic Cup With Lid And Sealer 43 1 Set 144 Pcs High Quality Puto Molder Multicolor Baking Tools For Puto Kutchinta Assorted Medium 44 1 Pcs 22cm Sifter For Baking Premium Quality Fine Mesh Stainless Steel Strainers With Wide Resting Ear Design - Strainer Wire Mesh - Fine Mesh Strainers 45 1 Set 236pcs Cake Kit With Decoration Icing Nozzle Set Pastry Bag Spatula Muffins Cupcake Molds Baking Supplies 46 4 Unit 32cm Non-stick Frying Pan 304 Stainless Steel Frying Pan Double Layer Full Mesh Pot Cooker 47 10 Sets 50pcs 8oz/ 232ml/ Small Plastic Peanut Butter Jar 48 2 Unit "makapal Palanggana Wash Basin Stainless Steel Supported Weight 8kg Dimension (l X W X H) 63cmx63cmx16cm" 49 2 Pcs 9 Inches Round Pan 50 10 Packs "aluminum Foil 5meters/8meters Wrap Food Grade Foil Wrapper Sheet Roll" 51 4 Unit Aluminum Frying Pan "kawa" 49cmx42cmx15cm Diameter 52 1 Set Bakeware Sets 10 Piece Non-stick Bakeware Set - Carbon Steel Baking Tray Set, Suitable For Oven, Refrigerator And Freezer 53 9 Pcs Baking Pan, Non Stick, Rectangular, 27.5x18x6cm 54 5 Pcs Stainless Basin 55cm 55 1 Pcs Big Pot, Double Handle Cast Iron Size #1, Big Kawali, Frying Pan Wok 56 1 Pcs "caldero/cauldron Pot Aluminum Double Handle (d1-d5) Size (diameter 34.5cm) Sizes (lxwxh) D1=37.5x34.5x23.5cm" 57 10 Dozen Drinkingware Coffee Mug Brown Coffee Cup 9oz/ 250ml 58 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Large 624 Grams 650ml 22oz" 59 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Medium 454 Grams 473ml 16oz" 60 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Small 227 Grams 234ml 8oz" 61 12 Pcs Pie Pan 12"inch X 1 Inch Height 62 5 Set "plastic Puto Cups/ Baking Cups/ Kutsinta Cups Mold/ Sauce Dish/ Macaroons/ Pichi Pichi/ Soy Sauce Thick Plastic. Good Quality. Random Color Upon Order. 100pcs Per Order Medium #5-6cm" 63 1 Pcs S/s Soup Laddle With Wooden Handle 6oz 64 2 Pcs Special J.kawa 42"-44" 65 4 Pcs Stainless Bowl 55cm 66 1 Set Stainless Steel Measuring Cup Stackable Kitchen Measuring Tool 67 2 Unit Stainless Wok Pan And Non-stick (38cm, 1.6 Kg) 68 2 Set Steel Mixing Bowl Set Of 3 With Capacity Markings Indicator Lot 2: Equipment: Abc - Php1,130,920.00 Item No. Quantity Unit Of Issue Item Description 1 - 19 Unit 11kg Lpg Gas Tank With Content 2 - 1 Unit 2in1 Burger Griller With Deep Fryer (with Free Cooking Kits) 3 - 3 Unit "3 Layer Electric Steamer 9.0l Capacity 1.1l Water Tank Capacity Rapid Steam System Pp Body And Pc Tray See Through Water Window All Removable Parts Are Dishwasher Safe 60-minutes Times Heating And Power Lights Secure Non-slip Feet" 4 - 3 Unit "3.5 Cu.ft. Showcase Chiller 7-level Temperature Control, Double Glass Door Blower Fan, Led Light, Price Tag Shelves 3 Adjustable Coated Wire Shelves Clean Back Design, Fan-cooled System Recessed Handle, Internal & External Lamps Switch, Front Levelling Feet 100w Input Power " 5 - 15 Unit 3in1 Burger Griller With Deep Fryer And Steamer 6 - 1 Pcs 41cm Steamer - 3 Layer Aluminum 7 - 1 Unit "55l Electric Oven Tempered Glass Door Accessories: Bake Tray, Baking Rack, Tray/rack Handle, Rotisserie Stick And Rotisserie Fork Inner Dimension 420x340x290mm" 8 - 1 Unit "5l Electric Stand Mixer Net Weight (kg): 6.6 Kg Gross Weight (packed): 8.25 Kg Net Weight (wxhxd): 420x395x255 Mm (16.54x15.55x10.04in)" 9- 1 Unit 6.8 Cu.ft. Solid Top Chest Freezer/chiller 10 - 3 Unit 6ft. Folding Table 11 - 1 Unit "7 Speed Electric High Grade Super Hand Mixer Pancake/cupcake Batter Dispenser Whisk Chrome Beater Balloon Whisk He-133 *model: He-133 *body Material: Plastic *blade Material: Stainless Steel *rated Wattage: 260 Watts *rated Voltage: 220-240 Volts *gear Position: 7 Speed *rated Frequency: 50/60hz *controls Type: Knob Control *item Dimension Lxwxh: 18 X 6.5 X 12.1 Centimeters" 12 - 1 Unit "90 Liters Capacity Oven 250c Temperature Control 60 Min. Timer With Bell Ring With Convection And Rotisserie Function Inner Light/indicator Lamp Heater Selector Switch Tempered Glass Door Stainless Steel Heating Elements 5 Stages Of Switch Heating And Function Selector Accessories: Bake Tray 52.6 X 36.2 Cm 685x454x426mm Inner Dimension: 515x415x330mm Baking Racks, Tray/rack Handle, Rotisserie Stick And Rotisserie Forks" 13 - 2 Unit "blender 1.5-liter Glass Jar 2 Speed Control With Pulse Function Stainless Steel Blade Overheat Projector On Motor With Safety Lock Powerful Motor For Superior Blender" 14 - 1 Unit "boiler Coffee Maker And Tea Maker Perculator 7.0 Liter Double-layer Stainless Steel Wall Boil Dry Protection Switch Stainless Steel Lid With Lock Internal Water Gauge 1100 Watts" 15 - 1 Unit Cast Iron C40 Single Burner 16 - 1 Unit "chest Freezer 7.0 Cu.ft. Hd Inverter Solid Top *hd Inverter Compressor *dual Function Technology (freezer Or Chiller) *electric Control *galvanized Interior *led Light *roller Feet *recessed Handle With Key Lock *dimension (hxwxd) 85x91x55 Cm" 17 - 1 Unit Commercial Pressure Cooker High Quality 304 Stainless Steel Large Capacity Pressure Cooker 32cm 15 Liters 18 - 2 Unit Digital Weighing Scale 30kg 19 - 1 Unit "donut Maker 16 Hole Machine Double Sided Heating Doughnut Makers Breakfast Machine Hot Cake Waffle Maker Power: 1400w Voltage: 220-240v Plug Type: Eu Plug Power Source: Electric Color: Stainless Steel + Black Heating: Heating On Both Sides Materials: Non-stick Coated" 20 - 2 Unit Electric Oven 23l Heo23r 4 Function 23 Liters 21 - 11 Unit Electric Oven, 90 Liters Capacity, 120 Min Timer W/ Bell Ring 100-250c Temp Control 22 - 29 Unit Fc-06 Adf Chest Freezer 6 Cu.ft., Dual Function-freezer Or Chiller 8-level Frontal Temperature 23 - 1 Unit "food Dehydrator Voltage: 220v Frequency: 10 Layers 50hz Power: 800w Net Weight: 11kg Size: 380 X 400 X 465 Mm Stainless Steel Trays Outer Body Temperature: 30-90 Degress" 24 - 1 Unit Food Steamer Hfs-55 / 3 Level Food Steamer Food Steamer 10.0l Hfs55 25 - 2 Unit "four Layer Glass Box Organizer Display Four Layers, Each With A Height Of 15.25 Cm, A Length Of 61 Cm And A Width Of 23 Cm " 26- 5 Unit "heavy Duty Double Burner Stove G1000max 2 Twin Jet 120mm Black Cast Iron Burner Brass Burner Cap Automatic Piezo Ignition System Gas Power: 5.2 Kw #304 Stainless Steel Body Cast Iron Trivet Unit Dimension: 69.4(w) X 36(d) X 14.5(h) Cm Box Dimension: 75(w) X 46(d) X 17(h) Cm Net Weight: 6.1 Kg Gross Weight: 7.5 Kg" 27 - 10 Unit "heavy Duty Electric Stand Mixer 8-speed Multiple Function Stand Mixer 5-liter Stainless Bowl 600 Watts High-powered Motor Soft Start That Minimizes Splatter With Aluminum Dough Hooks And Beater Guard With Stainless Steel Wire Whisk" 28 - 1 Unit Heavy Duty Ice Crusher Machine 29 - 1 Unit "heavy Duty Rice Cooker 5.6l Irc-560n Teflex Non-stick Coating Pot Stainless Steel Body Cool Touch Handle Pilot Light Indicator 5.6 Liter Capacity Cooks Up To 30 Cups Of Rice Measurements: L48 X W39 X H30.5cm Model: Irc-560n 1950w" 30 - 1 Unit Heavy Duty Single Burner Cast Iron Autmatic Ignition Gas Stove 31 - 1 Unit "heavy Duty Steamer Makapal Matibay Aluminum 3 Layer Steamer Bottom Layer Is The Base 2nd And 3rd Layer Are The Steamer" 32 - 1 Unit "heavy Duty Wet And Dry Grinding Machine Pang Giling (corn, Rice, Coffee, Soyabeans, Peanut) 1.5hp, 220v" 33 - 1 Unit "ice Box Cooler Insulated W/ Free Ice Scoop 45l Material Plastic Volume Capacity 45l" 34 - 1 Unit "microwave Oven 20l Model: P70b20ap-st Voltage: 220v Capacity: 20l Power Source: 230-240v / 50hz/ 700-1200w" 35 - 1 Unit "peanut Butter Machine/ Sesame Sauce Grinder/ Pulping Machine/ Nuts Almond Milk Machine Model: Hr-160y Brand: Meatpro Power: 1.5kw Hz: 60hz Rotation Speed: 1450r/min Voltage: 220v Capacity: 35pkg/h Emery Wheel Diameter: 160mm" 36 - 1 Pcs "square Beach Umbrella 70” Classic Style Durable And Stylish Good Quality Perfect For Outdoor Use Light Weight. Easy To Carry Anywhere Perfect Protection From Sunlight And Rain Easy Set-up" 37 - 1 Unit "standard Double Gas Stove With Free Regulator Stainless Top And Front Double Detachable Top Burner 560mm X 380mm X 125mm" 38 - 2 Unit "steamer 3 Layers Aluminum Measurement: 36cm Diameter, 13cm Height Per Layer" 39 - 1 Unit "vacuum Sealer Machine With Seal Bags And Starter Kit Four Sealing Modes Longer Food Preservation Theory: Temperature Controller Usage: Household Power Type: None Display Size: 2.0-3.9 Inches Color: Silver Materials: Stainless Steel + Abs Shell Seal Length: Max. 30cm Vacuum Pressure:-85 Kpa" 40 - 25 Unit Weighing Scale (20kg) 41 - 3 Unit Weighing Scale 60kg Capacity Lot 3: Agricultural: Abc - Php313,940.00 Item No. Quantity Unit Of Issue Item Description 1 - 7 Sack 14-14-14 Fertilizer (50kg/sack) 2 - 1 Unit "2 In 1 Electrical And Manual Knapsack Sprayer Net Weight (kg): 5.25 Capacity Of Tank: 16l Working Pressure (mpa): 0.15-0.4 Pump: Diaphragm Pump Stroke: 1.4mm Voltage: 12 Nozzle: 1.4mm Battery: 12v / 8ah" 3 - 215 Meters Black Nylon Net (per Meter) 4 - 3 Rolls Gi Wire Gauge #14 5 - 1 Unit Grab Hoe, Heavy Duty, 23cm, Metal Handle 6 - 3 Unit "grass Cutter Gx35; Aircooled; 4 Cycle; Verticle Piston Vlave; Gasoline Engine; 31ml Maximum Output: 1.0/6500; Fuel Used: Gasoline Engine Fuel Tank Capacity (l): 76" 7 - 140 Kg Greenhouse Plastic, .04mil Thickness, Standard Size, Per Kilo 8 - 345 Kg Greenhouse Plastic, .05mil Thickness, Standard Size, Per Kilo 9 - 1 Unit Hand Tiller / Cultivator 7.5 Hp, Gasoline Engine Industrial Rotary Tiller Machine Cultivator Power Weeder With Complete Accessories 10 - 2 Unit Hand Tiller / Cultivator 7hp, Diesel Engine Industrila Rotary Tiller Machine Cultivator Machine 11 - 2 Rolls Rainbow Garden Hose / Water Hose 1/2" X 90m 12 - 8 Rolls Rainbow Garden Hose / Water Hose 3/4" X 60m 13 - 4 Unit Rake With Handle 14 - 1 Unit "rubber Garden Hose 1"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 50 Meters / Roll" 15 - 2 Unit "rubber Garden Hose 1/2"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 90 Meters / Roll" 16 - 2 Sacks Urea 50kg/sack Lot 4: Tarpaulin : Abc -ph9,360.00 Item No. Quantity Unit Of Issue Item Description 1 - 104 Pcs Tarpaulin (2ftx3ft)

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 95 K (USD 1.6 K)
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0026 Contract Name : Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0028 Contract Name : Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0031 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0032 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 5. Contract Id No. : 25gme0033 Contract Name : Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 759,000.00 2. P 739,760.00 3. P 95,000.00 4. P 95,000.00 5. P 195,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0026 – Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office, Sarangani Province Qty/unit Description: 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning/printing 36 Ppm (colour/b &w)- A4 18 Ppm (colour/b &w) – A3 1,150 Sheets Standard Paper Capacity 150 Sheet Bypass 1200x1200 Dpi Print Resolution Paper Size: A6-sra3; Banner 297mmx1200mm Paper Weight: 52-300 Gsm 100 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder Mobile Printing: Airprint (ios), Mopria (android), Nfc Authentication And Printing (android) Scan T Email, Ftp. Box, Dpws, Webdav, Hdd, Usb, Smb, Twain Scan First Copy/print Time: 5.6 Sec With Electronic Stapler 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning Printing 28 Ppm (colour/b & W) -simplex 18 Ppm (colour/b & W) -duplex 600 X 600 Dpi Copy Resolution Paper Size: A5-a3; Custom Sizes 14 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder 256 Gradations: Airprint (ios), Mopria (android), Nfc With Electronic Stapler With Electronic Stapler 2. 25gme0028 – Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10 Pcs Tire 265/65 R17, Tubeless (8pr, 117/114s) 5 Pcs Tire 245/70 R16, Tubeless (8pr, 117/114 S) 5 Pcs Tire 265/60 R18, Tubeless (8pr, 117/114s) 8 Pcs Tire 265/65 R18 At, Tubeless (8pr, 207) 5 Pcs Tire 185 R14c, Tubeless (8pr, 102/100 R) 7 Pcs Tire 8.5 X 20 W/ Tube & Flap (h12-50) 10 Pcs Battery 12v – 13p (original) 3. 25gme0031 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 4. 25gme0032 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 5. 25gme0033 – Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1 Tb Ssd Nvme M.2 Display & Graphics: 18" Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1,2, 3, 4, 5. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05 – 12, 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: Project No. 1 -2 Php 1000.00 Project No. 3-5 Php 500.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 12, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On February 12, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: February 05 – 11, 2025.

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 95 K (USD 1.6 K)
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0026 Contract Name : Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0028 Contract Name : Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0031 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0032 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 5. Contract Id No. : 25gme0033 Contract Name : Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 759,000.00 2. P 739,760.00 3. P 95,000.00 4. P 95,000.00 5. P 195,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0026 – Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office, Sarangani Province Qty/unit Description: 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning/printing 36 Ppm (colour/b &w)- A4 18 Ppm (colour/b &w) – A3 1,150 Sheets Standard Paper Capacity 150 Sheet Bypass 1200x1200 Dpi Print Resolution Paper Size: A6-sra3; Banner 297mmx1200mm Paper Weight: 52-300 Gsm 100 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder Mobile Printing: Airprint (ios), Mopria (android), Nfc Authentication And Printing (android) Scan T Email, Ftp. Box, Dpws, Webdav, Hdd, Usb, Smb, Twain Scan First Copy/print Time: 5.6 Sec With Electronic Stapler 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning Printing 28 Ppm (colour/b & W) -simplex 18 Ppm (colour/b & W) -duplex 600 X 600 Dpi Copy Resolution Paper Size: A5-a3; Custom Sizes 14 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder 256 Gradations: Airprint (ios), Mopria (android), Nfc With Electronic Stapler With Electronic Stapler 2. 25gme0028 – Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10 Pcs Tire 265/65 R17, Tubeless (8pr, 117/114s) 5 Pcs Tire 245/70 R16, Tubeless (8pr, 117/114 S) 5 Pcs Tire 265/60 R18, Tubeless (8pr, 117/114s) 8 Pcs Tire 265/65 R18 At, Tubeless (8pr, 207) 5 Pcs Tire 185 R14c, Tubeless (8pr, 102/100 R) 7 Pcs Tire 8.5 X 20 W/ Tube & Flap (h12-50) 10 Pcs Battery 12v – 13p (original) 3. 25gme0031 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 4. 25gme0032 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 5. 25gme0033 – Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1 Tb Ssd Nvme M.2 Display & Graphics: 18" Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1,2, 3, 4, 5. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05 – 12, 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: Project No. 1 -2 Php 1000.00 Project No. 3-5 Php 500.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 12, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On February 12, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: February 05 – 11, 2025.

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents 
Details: Space Systems Command (ssc) International Affairs Office(ssc/ia) Los Angeles Air Force Base, Ca Launch Vehicle And Spaceport Assessment Request For Information primer: Ssc/ia Received A Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) From A Partner Nation (pn). As The Primary Poc For Space Foreign Military Sales (fms), It Is Incumbent Upon Ssc/ia To Respond To The Lor For Loa With Rough Order Of Magnitude (rom) Costs For The Defense Articles And Services Specified In The Lor. As A Result, Ssc/ia Is Conducting Market Research To Respond To The Partner Nation’s Request. please Note: Responses To Lors For P&a Are Non-promissory And Therefore There Is No Guarantee That This Request For Information (rfi) Will Result In A Request For Proposal (rfp). Ssc/ia Anticipates Similar Requests From Other Partner Nations And May Repurpose The Market Research Garnered From This Rfi To Respond To Future Lors For Loa. The Lor For Loa Response Provided To The Partner Nation Does Not Guarantee The Sale Of The Services In Question. 1. Background ssc/iais Seeking Industry Quotes For Acquisition Technical Assistance For Assessing The Requirements And Interfaces Of A Launch System And A Contractor Designed, Developed And Operated Spaceport That Includes Facilities For Launch, Launch Integration, Space Vehicle Processing And Integration, Providing Mission Assurance, And Day-of-launch Activities For The Pn’s Ongoing Military Modernization Effort. Ssc/ia Is Currently Building A Response To An Official Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) To Provide The Pn With A “total Package Approach” Cost For Their Planning Purposes. Ssc Is Seeking Specific Technical Studies Information Described In Sections 6 And 7 Of This Document. The Timeframe Associated With Acquiring The Referenced Technical Assistance Projects Potential Contract Award In 2025 With A Required 18-month Period Of Performance, As Requested By The Pn In Their Lor For Loa. Rfi Responses Shall Include Information That Allows Ssc/ia To Assess Your Ability To Help Develop A Spaceport And Provide Launch Mission Assurance For The Pn. This Includes Providing The Technical Background That Demonstrates Deep Knowledge And Experience As It Relates To The Entirety Of Launch Site Development, Build, And Mission Integration. This Should Include Experience And Knowledge Of Launch System Facilities, Processes/procedures, Safety Requirements (flight And Ground), Logistics (e.g. International Shipping), Security (physical And Cyber), Radio Frequency (rf) Communications And Tracking, And Other Pertinent Information That Describes Your Ability To Provide The Technical Assistance Requested. Finally, Any Tools To Manage Requirements, Provide Mission Assurance Analysis, Develop/manage And Execute Plans Should Be Included. 2.use Of Non-government Advisors the Government Intends To Use U.s. Government Personnel To Review The Rfi Responses. The Government Reserves The Right To Use Contractor Personnel, Including, But Not Limited To, Ssc Federally Funded Research And Development Center (ffrdc) And Systems Engineering And Technical Assistance (seta) Contractors. Contractor Support Will Be Bound By An Appropriate Non-disclosure Agreement (nda) To Protect Proprietary And Sensitive Information. Additional Ndas Will Not Be Required As Responses To This Rfi Will Be Considered An Implicit Acknowledgment And Acceptance That Non-government Advisors Will Be Assisting The Government In The Review Process. 3.guidelines For All Submissions the Rfi Is Market Research And Will Not Result In An Award The Cost Of Preparing The Rfi Responses Is Not An Allowable Direct Charge To Any Government Contract. all Interested Vendors Are Requested To Provide: statement Of The Vendor’s Capability To Provide The Technical Assessment Of A Launch Vehicle And Spaceport Described Below rom Cost To Provide Services/supplies, rom Schedule To Provide Services/supplies. label And Portion-mark Rfi Responses Appropriately; The Overall Classification Of An Rfi Response Should Not Exceed Nato Secret. provide An Initial Plan On How Itar Will Be Addressed. include A Cover Sheet With Company Name, Address, Date, Rfi Response Poc With An Email Address And Phone Number. ssc Will Not Consider Unnecessary Brochures Or Proposals. ssc Will Welcome Proficiency Demonstrations, Use Cases, And Lessons Learned. rfi Responses Will Use 8.5 X 11-inch Portrait Format Pages With Single-spaced Times New Roman 12-point Font With 1" Margins. The Landscape Format Is Acceptable For Charts And Graphs Only. rfi Responses Shall Not Exceed Thirty Pages. rfi Responses Must Be Delivered As Either A Pdf Or Microsoft Word Document. rfi Responses May Be Submitted Electronically Via Nipr To The Ssc Point Of Contact Listed Below. rfi Responses Are Due No Later Than 1700 Pdt On 02/14/2025 To The Ssc Point Of Contact Listed Below. Mr. Keith Brandner, Contracting Officer, Keith.brandner@spaceforce.mil Ms. Melina Monroy-szita, Contract Specialist, Melina.monroy-szita@spaceforce.mil 4.next Steps once The Rfi Responses Are Received, Assessed For Feasibility And Affordability, Ssc/ia Will Reach Out To The Pn. If A Virtual One-on-one Is Requested By The Government For Clarification Of Any Responses, The Government Contracting Office Representative(s) Will Contact The Submitters Poc Listed On The Cover Sheet To Schedule A Virtual Meeting. 5.concepts Criteria for Each Study Area, Address To The Best Extent Possible: requested Criteria expertise To Accurately Assess What Is Being Requested additional Information Needed Form Either The U.s. Government Or Pn associated Risks concepts Cost Details 6.initial Study Overview the Pn Is Requesting Technical Assistance Across Multiple Disciplines To Include But Not Limited To; Mechanical And Electrical Engineering, Systems Engineering (requirements Derivation, Verification And Validation Planning), Launch Site Processes/procedures, Safety (ground And Flight), Logistics (to Include International Shipping, Rf Communications, Facility Requirements (related To Launch Vehicle (lv), Space Vehicle (sv) And Lv/sv Integration), Ground Support Hardware And Lv To Launch Site Interfaces. The Assessment Is Intended To Be Used By The Pn To Understand Feasibility, Requirements (interface Control Document-type Information Between Lv/sv And Spaceport), And Risks Of Standing Up A Spaceport Capability To Launch Pn National Security Payloads. The Study Shall Also Include Support Of Meetings And Discussions As Well As The Delivery Of A Report, And Other Supporting Documentation. 6.1assessing Commercial Launch Provider provide Assessment Of The Commercial Launch To Meet The Mission Requirements Of The Pn’s National Security Space Using U.s. Space Force Evaluation Criteria. Part Of The Assessment Includes Recommended Tailoring Of Said Evaluation Criteria That Aligns With The Goals And Requirements Of The Pn. The Assessment Shall Include Assessment Of Vehicle Performance, The Launch Company’s Processes And Procedures, Its Ability To Follow And Adhere To Its Internal Standards, Capability Of Meeting The Foreign Regulations And Certifications, Accommodate Pn’s Satellites And Meet Their Mass And Orbit Performance. Additionally, The Assessment Should Include Any Identified Risks With The Priority On Technical But Also Identification Of Any Cost And Schedule Risks/concerns That May Be Evident. assessment Includes Identification Of Items That Require A Change To The Standard Commercial Vehicle That Derive From Sources Such As The Pn’s Mission Objectives, Logistics, Foreign Certifications/regulations And Launch Site Interfaces. Finally, An Assessment Of The Launch Contractor To Meet Both Physical And Cyber Security Requirements Imposed Or Unique To The Pn. 6.1.1 Launch Vehicle To Launch Site Icd: provide An Assessment Of The Lv To Launch Site Icd (or Equivalent Document(s)) To Ensure At The System Level The Pn Can Execute A Launch Of A National Security Space Asset From The Launch Site. 6.1.2 Communications: assess The Rf Concept To Ensure That The System Meets The Pn’s Requirements As Well As Any Required Regulatory Requirements. This May Include, But Not Limited To, Launch Vehicle Telemetry Collection, Flight Safety (if Autonomous Flight Safety Is Not Used), And Space Vehicle Separation (if Required). Additionally, Does The Launch Vehicle Provider Have A Plan That Will Meet The Pn’s Security Requirements For Communications, Information Technology (it) Equipment As Well As Assembly, Integration, And Test (ai&t) Equipment. 6.1.3 Launch Site Systems: provide An Assessment Based On The Icd, Ground Support Equipment, And Ground Handling Processes And Procedures That All Equipment Meets Requirements, Capable Of Being Certified And Has Proper Interfaces. Assessment Should Also Include Launch Vehicle And Expected Space Vehicle Commodity Requirements Such As Liquid Nitrogen, Hydrazine, Kerosene, Liquid Oxygen, Etc. The Launch Site Systems Includes Both The Payload Processing Facility And Launch Pad. 6.2launch Vehicle Safety Assessment transportation - Provide An Assessment Of The Launch Vehicle Transportation Plan To Include General Ability To Meet International Shipping Requirements, Physical Security Of Hardware While In Transit And On Launch Site Transportation And Handling. Identify Items That Have Elevated Risk Such As Systems That Have Not Been Tested To Meet Un Shipping Requirements (e.g. Batteries) Or Other Items That May Require Modifications Needed To Ensure Safe Transport Into The Launch Site. In Addition, Provide An Assessment Of The Shipping Hardware To Ensure That It Is Capable Of Shipping The Launch System To Include Compatibility With Shipping Methodology As Well As Protecting Hardware During Shipment. flight – Assess The Launch Vehicle Provider’s Approach To Flight Safety And Identify Any Short Falls That Introduce Risk. If Applicable, Recommend Areas For Tailoring To Reduce New/additional Qualification. 6.3requirements Recommendations work With The Pn To Understand Their Objectives And Risk Tolerance For The National Space Assets. Based On That, And The Assessment Of The Launch Provider And Their Launch Solution, Recommend And Prioritize Requirements To Ensure The Launch Solution Will Meet The Pn’s Mission Objectives. It Is Recognized That This Is A Challenging Task As The Most Efficient Approach Is To Utilize The Standard Launch Vehicle That Is Offered, Using The Requirements Defined In A User’s Guide For Space Vehicles To Design To, And Making Changes Introduces Risks. Provide Your Recommended Approach, Such As Accept A Launch Provider’s Baseline System And Respond To Mission Unique Requirements As Needed, Or Other Solutions. 6.4safety Documentation support The Development Of Safety Documentation That Meets The Pn’s And Launch Authority Requirements. This May Include Identify The U.s. Government / U.s. Space Force Test, Evaluation, And System Safety Documentation That Would Be Applicable To The Pn’s Activities. This May Also Include Recommending Tailored Approaches To Said Documents. If No Existing Documentation Exists In The U.s. Government For The Pn’s Specific Use Case (i.e. Launch Site Location, Launch Vehicle Operating Conditions), Provide A Recommendation Of The Documentation Required. 6.5launch Pad Sustainment Cost Analysis provide An Assessment Of The Launch Site Sustainment Costs. Provide Recommendations Where Efficiencies May Be Achieved As Well As Identifying Any Items Missed To Support The Pn’s Funding Forecast. Based On The Pn’s Mission Concept, Assess Any Unique Capability Needed And The Associated Sustainment. Examples Might Be, But Not Limited To, Pad Spares, Redundant Capability, Automated Tools And Other Hardware/software. 6.6launch Readiness Verification Process support The Development Of A Launch Readiness/certification Process (aligned To The Terminology Of The Pn) That Meets The Risk Acceptance Of The Pn. Recommend Applicable U.s. Space Force Launch Readiness Verification (lrv) Requirements And Procedures For Both Launch Vehicle And Spacecraft And Recommend Tailoring To The Pn’s Requirements. 6.7 Site Surveys support On-site Surveys Of The Pn’s Launch Pad, Range, And Associated Facilities. 6.8requirement Definition Support provide To The Pn General Technical Assistance And Support In Their Requirements Definition Generation For Their Pn National Space Missions. 6.9space Training provide A Catalog Of Space Training Courses Available Through The U.s. Government Or Other Means For Pn To Participate In And Gain A Better Understanding Of Space Knowledge And Operations 6.10technical Interchange Meetings support Technical Interchange Meetings, Planning Conferences, Review Meetings, And Other Relevant Meetings To Be Defined By The Pn. Pn Is Requesting 20 Meetings Per Year (4 In-person, Either In The U.s. Or In The Pn’s Territory, And 16 Virtual). 7. Requirements Mapping Study develop A Requirements Matrix Or Other Traceability Tool That Enables The Ability To Verify And Validate Requirements.

DEFENSE LOGISTICS AGENCY USA Tender

Chemical Products
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: Dla Land And Maritime Is Preparing To Solicit A One-time Buy For 262 Each And A 100% Option For A Possible Total Of 524 Each, Nsn 4810-013631952, Valve, Regulating, Fluid Pressure. The Approved Manufacturer And Part Number For This Nsn Is: meggitt North Hollywood, Inc. (79318) P/n 320135 the Applicable North American Classification System (naics) Code Is 332911 With A Business Size Of 750 Employees. dla Land And Maritime Does Not Possess Technical Data For This Nsn. Sources Interested In Becoming An Approved Source For This Nsn Must Submit The Appropriate Information As Outlined In Procurement Notes L04 – Offers For Part Numbered Items And M06 – Evaluation Of Offers For Part Numbered Items. this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. No Solicitation Exists At This Time. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Re Capable Of Executing This Potential Contract. the Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Mandy Phipps-kuhlman Via Email At Mandy.phipps-kuhlman@dla.mil By Cob On Wednesday 02.05.2025. valve, Regulating, Fluid Pressure. rp001: Dla Packaging Requirements For Procurement 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. 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. rq002: Configuration Change Management - Engineering Change Proposal request For Variance (deviation Or Waiver) rq011: Removal Of Government Identification From Non-accepted Supplies rq001: Tailored Higher Level Contract Quality Requirements (manufacturers And Non-manufacturers) if This Nsn Provides Contract Data Requirement Lists (cdrls) As Part Of the Technical Data Package, The Line Items From This Solicitation Are not To Be Separately Priced. Offerors Must Factor Into The End Item unit Price All Costs Associated With The Preparation And Delivery Of The data Deliverables In The Contract. engineering Data Requirements note: Military Specifications/standards Will Not Be Furnished In The Bid set. the Following Instructions Are Furnished For The Manufacture Of: valve, Air Press Reg And Shutoff - Intermediate Press (f-16) national Stock Number: 4810-01-363-1952wf 1. The Following Specifications/standards, Etc., Will Be Used In Lieu Of the Data Indicated. The Superseded Data Will Not Be Furnished Unless So indicated. 2. The Sources/materials If Listed On The Standards, Specifications And drawings Are The Only Sources/materials For Those Items. Substitutions shall Have Prior Approval By Oo-alc Cognizant Engineering Activity. 3. Deviations From Specifications Identified In Control Drawings Are Not authorized Without Prior Approval By Oo-alc Engineering. 4. Mark And Identify Per Mil-std-130 In Lieu Of Fps-3008. 5. C7880 Face (identified By The 32 Roughness Average Value Surface finish Callout) To Be Flat Within 0.005 After Welding. F Diameter Dimension Applies After Welding. 6. Item Unique Identification (iuid) an Item Unique Identification (iuid) Is Required Per Mil-std-130m. marking Of Part Must Not Adversely Affect Item Integrity Or Performance And Will Remain Human And Machine Readable Throughout The Usable Life Of This Item. the Following Requirements Describe Iuid Characteristics: marking Method: Direct Part Marking Via Laser Bonding Using, Thermark Or cermark Process. thermark Contact Info: thermark, Corp. 106 S. Main St. Suite 607 butler, Pa 16001 (412) 269-2650 cermark Contact Info: ferro Corp. 1000 Lakeside Ave. cleveland, Oh 44114-7000 (216) 641-8580 marking Location: Iuid Shall Be Used For Part Marking And Shall Be Located In The Area Specified On The Drawing For Part Marking. marking Content: Iuid Minimum Marking Content Shall Consist Of Current Part Number, Serial Number, And Manufacturer's Cage Code. marking Format: Iuid Marking Information Shall Include Machine Readable Information (mri) And Human Readable Information (hri). Font And Size Of Information Will Be Determined By The Manufacturer, Ensuring All Required Content Is Included In Allowable Space Specified In "marking location". a Deviation/waiver Request Must Be Submitted By The Manufacturer And approved By Engineering Prior To Any Deviation From The Above Requirements. reminder: This Is A Critical Item And All Major And Minor Waiver/deviation Requests Must Be Forwarded To The Dscc Contracting Officer Who Will Coordinate The Review And Approval Through The Responsible Engineering Service Activity. class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract. This Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For approval Unless They Are Authorized By The Specification Requirements. 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). note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity. critical Application Item meggitt North Hollywood Inc 79318 P/n 320135 iaw Reference Drawing Nr 81755 16z001 revision Nr Ak Dtd 03/11/2009 part Piece Number: iaw Reference Drawing Nr 81755 C7880 revision Nr H Dtd 03/11/2003 part Piece Number: iaw Reference Drawing Nr 81755 16z001iss204 revision Nr Fz Dtd 12/21/2011 part Piece Number: iaw Reference Std Nr Mil-std-130n(1) Not 1 revision Nr N Dtd 08/26/2019 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr Z Dtd 12/07/1999 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr R Dtd 12/07/1999 part Piece Number: iaw Reference Drawing Nr 81755 16zy007 revision Nr D Dtd 03/23/1981 part Piece Number: iaw Reference Drawing Nr 98747 16vy007002-5 revision Nr Dtd 09/21/2023 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr Z Dtd 09/11/1997 part Piece Number: iaw Reference Qap 16236 Sqap013631952 revision Nr Dtd 09/13/2024 part Piece Number: pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:31 Clng/dry:1 Presv Mat:00 wrap Mat:ea Cush/dunn Mat:na Cush/dunn Thkness:c unit Cont:ed Opi:m pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:zz -zz Special Requirements palletization Shall Be In Accordance With Rp001: Dla Packaging Requirements For Procurement zz -additional Special Marking: each Unit Package Will Be Marked With The Nsn, Contract Number, Lot Number, Contractor Cage Code, Manufacturer Cage Code, And Part Number. hardness Critical Item (hci) Marking. in Addition To The Markings As Specified By The Special Marking Code, The Following Also Applies: reference; Mil-std 129r 5.10.22. the Unit Packs, Intermediate, And Exterior Containers Housing Items Identified On The Parts List As "hci" Shall Be Marked With The Symbol "hci" By Either Stamping Or Stenciling. The Hci Symbol Shall Be Placed On The Identification Marked Side And On Either End Of A Rectangular Container And On Two Equally Spaced Areas On The Circumference Of Cyclindrical Containers. The Hci Lettering Shall Be Black In Color, And The Size Of The Lettering Shall Conform To The Requirements Of Mil-std-129r, Paragraph 4.2.8. On Forest-green Containers, The Hci Lettering Shall Be Either Yellow Or White In Color. required: Per Mil-std-129, Serial Number Shall Be Marked On The Unit, Intermediate, And Shipping Containers. serial Number Marking Required, The Packing List Shall Contain Serial Numbers Per Mil-std-129r, Paragraphs 5.4.1.1.1, 5.4.1.1.2, 5.4.1.2.1, And 5.4.1.2.2. military Packaging Required. ip056: Mercury Or Mercury Compounds Are Prohibited In Preservation, packaging, Packing And Marking. if Product First Article Testing (fat) Is Required And A Packaging Fat Is Included In The Special packaging Instruction Or Drawing, The Packaging Fat Requirement Is Invoked. If There Is No Product Fat, No Packaging Fat Is Required.

Philippine Fiber Industry Development Authority Tender

Software and IT Solutions
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.4 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding Project Identification No. Pb-011-2024-r The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For The “supply And Delivery Of Information And Communication Technology (ict) Equipment – 2 Lots Rebidding” With Project Identification No. Pb-011-2024-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Philippine Fiber Industry Development Authority Through The General Appropriations Act Fy 2024 Approved Annual Procurement Plan (pcaarrd Project 4) Intends To Apply The Sum Of Two Million Six Hundred Sixty Thousand Pesos (php2,660,000.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160,000.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500,000.00 Total Abc: Php2,660,000.00 The Philippine Fiber Industry Development Authority Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By And Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Philfida And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents Can Be Accessed Online Starting December 26, 2024 (thursday) And The Hard Copy Can Be Purchased By Interested Bidders Starting January 3, 2025 (friday) From The Given Address And Websites 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: Lot No. 1 Supply And Delivery Of Branded And Brand New Laptop Computer - Php160.00 Lot No. 2 Supply, Delivery, Installation And Setup Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis - Php2,500.00 Total Bid Doc Price: Php2,660.00 The Philfida Will Hold A Pre-bid Conference On January 7, 2025 (tuesday) At 9:30 A.m. Through Video Conferencing Via Microsoft Office 365 Teams Which Shall Be Open To Prospective Bidders. Bidder/s Should Submit A Valid Email Address One (1) Day Before The Pre-bid Conference. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Philfida’s Fiber Processing And Utilization Laboratory, Bai Compound, Visayas Ave., Diliman, Quezon City On Or Before January 21, 2025 (tuesday) At 9:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 21, 2025 (tuesday) At 9:30 A.m. At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City To Be Streamed Live Via Ms Office 365 Teams, The Link Of Which Is Available By Request. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders May Opt To Attend Virtually. The Bidders Shall Drop Three (3) Copies Of Their Duly Accomplished Eligibility Requirement, Technical And Financial Proposals In Two (2) Separate Sealed Envelopes In The Bid Box Located At Philfida’s Fiber Processing And Utilization Laboratory: Bai Compound, Visayas Avenue, Quezon City. Interested Bidders Are Requested To Contact The Bac Secretariat At Cellular Phone Nos.: 09189402419 And 09274003482 Before Submitting The Bidding Documents. Technical Specifications: Lot 1 Supply And Delivery Of Branded And Brand New Laptop Computer Technical Specifications: 1. 2 Units 2. 14-inch Fhd+ / Ips-level Display (at Least 1920 X 1200 Resolution) 3. Monitor Panel Refresh Rate Of At Least 144hz With At Least 100% Srgb Color Coverage 4. At Least 14 Total Cores And 18 Total Threads (combination Of Performance And Efficient Cores), With At Least 3.3ghz Performance Clock Base Speed 5. At Least 6gb Of Gddr6 Dedicated Graphical Unit, With Raytracing Capability 6. At Least 16 Gb Ddr5 Ram 7. With At Least 512gb M.2 Ssd 8. With Webcam 9. With Backlit Keyboard 10. With At Least Wifi7 Technology 11. With At Least 1x Thunderbolt™ 4 (displayport™/ Power Delivery 3.1); 1x Type-c (usb3.2 Gen2 / Displayport™/ Power Delivery 3.0); 1x Type-a Usb3.2 Gen2; 1x Hdmi™ 2.1 (8k @ 60hz / 4k @ 120hz); 1x Rj45 12. With At Least Windows 11 Pro/home Os Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City Lot 2 Supply, Delivery, Installation And Orientation Of High Processing Workstation Set For Generative A.i. Modelling And Bioinformatics Analysis Technical Specifications: Workstation I: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. Dual (2) Gpu Setup Connected Through 2-way Low Profile Bridges B. Each Gpu Should Have At Least 300w Max Power Consumption C. Each Gpu Should Have At Least 48 Gb Gddr6 D. With And Compatible With Pci Express Generation 4 X 16 Graphics Bus E. Vr/raytracing Compatible F. With At Least 4 Display Ports G. Ampere Architecture-based Gpu H. With At Least 10,700 Cuda Cores, And At Least 300 Tensor Cores For A.i Generation And Modelling 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Workstation Ii: 1. Central Processing Unit: A. At Least 350w Thermal Design Power (tdp) With At Least 64 Core, 128 Threads, And 256mb Cache B. With A Base Clock Speed Of At Least 3.20ghz And A Turbo Speed Of At Least 5.10 Ghz C. Compatible With Wrx90 Socket D. With Compatible Heatsinks And Air Cooling Peripheral For Thermal Management 2. Graphical Processing Unit: A. With At Least 4 Gb Gddr6 Memory B. At Least 350 Cuda Cores C. With At Least Pci Express Gen 3 Bus D. Turing Gpu Architecture 3. Memory: A. With A Total Memory Of At Least 256 Gb - Ddr5, Partitioned To 4 Channels B. Memory Should Have At Least 4,800 Mhz Speed 4. Storage: A. With At Least 2 Tb M.2 Nvme Ssd Boot Drive B. With At Least 24 Tb Total Hard-drive Storage, With A Speed Of At Least 7,200 Rpm 5. Chassis And Power Supply: A. Compatible Chassis To Contain Parts B. With At Least 1350w Power Supply 6. Operating System: A. With Windows 11 Pro (english) Operating System Peripherals, Software And Warranty: 1. Monitors: A. Two (2) Ips Panel Monitors With At Least 27 Inch Diagonal Size B. Full Hd (1920x1080) Resolution C. Height, Tilt, Swivel And Pivot Adjustable D. Supports Hdmi, Usb 3.2, Rj45 Connection 2. Keyboard And Mouse: A. 2 Pairs Of Qwerty Full Keyboard, And 2 Optical Mouse For The Workstations 3. Four (4) Support Laptops: A. With At Least 16 Cores, 22 Threads And 24 Mb Cache B. With A Turbo Clockspeed Of At Least 4.8 Ghz C. With A Dedicated Graphical Processing Unit With At Least 4gb Gddr6 Memory, Ray-tracing Compatible D. With At Least 32 Gb Ddr5 Memory, With Speed Of At Least 5600 Mt/s E. With At Least 2 Tb M.2 Nvme Ssd Storage F. At Least 15.6" Display Screen With Resolution Of At Least 1920x1080 Fhd G. With Built-in Microphone, Camera, Backlit Keyboard, Wifi 6/6e H. Inclusion Of Wireless Optical Mouse And Backpack I. With Windows 11 Pro (english) Operating System 4. Services And Warranty: A. At Least 3 Years Warranty Support For All Equipment B. At Least 3 Years On-site Services For Workstations C. At Least 1 Year On-site Services For Laptops D. At Least 1 Year Warranty On Laptop Batteries Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Ntp Delivery Site: Immunology And Molecular Biology Laboratory, Visayas Ave., Quezon City

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Request For Quote. No Solicitation Number Has Been Assigned At This Time. Dla Troop Support Is Seeking To Identify Possible Sources Who Can Supplythe Below Item: adapter, Amplifier rc001: Documentation Requirements For Source Approval Request (sar) 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. rp001: Dla Packaging Requirements For Procurement rq011: Removal Of Government Identification From Non-accepted Supplies mil-std-130n(1) Dated 16 Nov 2012. identification Marking Of U.s. Military Property this Is A Source Controlled Item Which Must Be manufactured And Tested In Accordance With The cited Limited Rights Data. The Government Can- not Provide The Data. Only Those Vendors Who have Access To The Data Or Can Provide Trace- ability To The Approved Sources Should Quote. sar Package Is Required If Your Company Is considering Source Approval. 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. rq001: Tailored Higher Level Contract Quality Requirements (manufacturers And Non-manufacturers) 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. rq009: Inspection And Acceptance At Origin rq003: Configuration Change Management For Edgewood For Chemical, biological Center Materials - Engineering Change Proposal Request For variance (deviation Or Waiver) this Material Will Be For Supplies Or Services Used To Facilitate defense Against Or Recovery From Chemical, Biological, Radiological or Nuclear (cbrn) Attack. Special Procurement Procedures Apply. 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). rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For manufacturers And Non-manufacturers class I Ozone Depleting Chemicals Are Not To Be used Nor Incorporated In Any Items To Be delivered Under This Contract.this Prohibition supersedes All Specification Requirements But does Not Alleviate Any Product Requirements. substitute Chemicals Must Be Submitted For approval Unless They Are Authorized By The specification Requirements. unless Otherwise Noted first Article Testing Is Required production Lot Test Report Must Be Approved By dla Troop Support Prior To Contract Delivery. note: The Cited Drawing Is A Source Controlled drawing And As Of The Date Of This Solicitation only The Source(s) Cited On The Drawing Have been Approved. Even Though Sources And Approved part Numbers Are Provided, The Items furnished Must Meet The Requirements Of The cited Drawing. Offerors Who Are Interested In qualifying Their Product For Purpose Of Future acquisition Must Contact The Cognizant Design activity Specified On The Source Controlled drawing. also, May Include Additional Approved Sources that Have Not Been Reflected On The Drawing At this Time. no Shelf Life Markings Are Required. cage Code: 1lew5 avon Protection Systems, Inc. 503 8th Street cadillac, Mi 49601-9282 contractor First Article/preproduction Approval Testing Required. Use di-ndti-80809b In Preparation Of The First Article Report. Current revision Of Mil-hdbk-831 May Also Be Used For Report Format Guidance. first Article Testing Shall Be Conducted Iaw Applicable Drawings And drawing Notes, Specification, Engineering Instructions And Specific requirements Set Forth In The Contract. Additionally, 100% Dimensional characteristics Check Shall Be Performed And Results Provided To The contracting Officer. The First Article Offered Must Be Manufactured At the Facilities In Which Production Quantities Are Procured Under The contract. Contractor Shall Provide A Statement Along With Objective evidence That Test And Production Items Meet The Material And Process requirements Of The Contract. If Applicable, Dd Form 1423 Documentation shall Be Provided As Required. Unless F.a.t Sample(s) Is Degraded Or destroyed In Testing Or Submitted For Government Fit, Form, Function verification (when Specified By Contract), The F.a.t. Samples(s) May Be deliverable With The Last Production Run Of The Contract. additional Wide Area Workkflow (wawf) Instructions For Contractor First article Test Clin: The Contractor Shall Code The Receiving Report For contractor First Article Test Clin In Wawf As Follows: a. Inspection At Origin (source)- Enter The Dcma Dodaac Listed On Page 1 of The Contract. b. Acceptance At Destination- Enter The Issue By Office Dodaac Listed c. Ship To Code - Enter The Issue By Office Dodaac Listed On Page 1 Of the Contract. top Drawing Is Source Controlled. Buyers Must (i) List Military And vendor Part Number(s) In The Solicitation, And (ii) incorporate Attached Drawings Into The Contract. Source(s) Must Conform other Lot Numbering Applies the Contractor Shall Provide Standardized Lot Numbers On All Amplifiers, identifying The Production Run During Which The Units Wereproduced. A copy Of The Records From The Production Runs Shall Be Maintained By The contractor For Government Review, As Requested,for A Minimum Time Period of Two Years. to The Drawing Requirements. (cs120) lot Numberingthe Contractor Shall Provide Standardized Lot Numbers On all Amplifier Adapters, Identifying The Production Run During Which The units Were Produced. A Copy Of The Records From The Production Runs shall Be Maintained By The Contractor For Government Review As Requ ested, For A Minimum Time Period Of Two Years. government Furnished Property (gfp) there Is No Gfp On This Contract. section C - Engineering Exceptions the Following Engineering Exceptions Shall Apply To This Procurement: ansi Mh1, If Required, Can Be Obtained On The Material Handlers institute Of America's Website, Www.mhi.org, Referenced Simply as Mh1. The Standard Is Available At No Cost, But Free Registration On the Site Is Required To Obtain The Document. source Control / Vendor Item Verification: drawing No. Date Vendor Part No. Verified attached Documentation Yes Not Applicable certification this Is An Identified Chemical Biological Defense Equipment Item. all Packaged Items Of Supply Shall Be Marked Iaw Mil-std-129. military Packaging Is Required. Requirements Defining Levels Of packaging Shall Be Iaw Mil-std-2073-1. If Special Packaging instructions (spi) Are Provided In The Technical Data Package (tdp), The spi’s Requirements Will Take Precedence Over Mil-std-2073-1 Where applicable. for All Chemical Biological Items, The First Article Test (fat) Waiver timeframe Is Reduced To One (1) Year. The Use Of The Army Combat capabilities Development Command Chemical Biological Center Devcom Cbc form 081 Is Required For All First Article Test Waivers, (note: Do Not use A Dd Form 1694 “request For Variance (or Waiver)” For A Fat Waiver). include Rq038 In The Material Master For All Chemical Biological Items. this Supersedes The Three (3) Year Waiver Time Frame Allowed In procurement Note H03- Supplemental First Article Testing Requirements. critical Application Item avon Protection Systems Incorporated 1lew5 P/n 71009/6 iaw Basic Drawing Nr 81361 5-1-4337 revision Nr Dtd 01/15/2019 part Piece Number: iaw Reference Drawing Nr 81361 5-1-4337 revision Nr Dtd 03/12/2024 part Piece Number: iaw Reference Qap 81361 5-1-4337 revision Nr A Dtd 01/25/2019 part Piece Number: iaw Reference Drawing Nr 81361 5-1-4337 revision Nr A Dtd 06/03/2020 part Piece Number: iaw Reference Qap 14153 Sqap-fat3 revision Nr Dtd 06/15/2022 part Piece Number: iaw Reference Qap 14153 Sqap-015430981 revision Nr Dtd 10/25/2022 part Piece Number: iaw Reference Qap 14153 Sqap-015430981 revision Nr Dtd 04/01/2024 part Piece Number: iaw Reference Qap 14153 Sqap-015430981 revision Nr Dtd 06/20/2024 part Piece Number: pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:zz Clng/dry:z Presv Mat:zz wrap Mat:zz Cush/dunn Mat:zz Cush/dunn Thkness:z unit Cont:zz Opi:a intrmdte Cont:d3 Intrmdte Cont Qty:aaa pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:00 -00 No Special Marking palletization Shall Be In Accordance With Rp001: Dla Packaging requirements For Procurement ip025: Packaging, Marking, And Shipping Of Hazardous Materials supplemental Instructions: -place A Red X And The Words #short Box# On The Front Of Any Box That has A Short Quantity, Then Place That Box/boxes With The Markings showing On The Top Front Of The Pallet Load.
8971-8980 of 8997 archived Tenders