Biometric Tenders
Biometric Tenders
Tanay Water District Tender
Telecommunication Services
Philippines
Details: Description Smart Mobile Phone - 2 Units Network Technology Gsm / Cdma / Hspa / Evdo / Lte / 5g Body Dimensions 146.7 X 71.5 X 7.7 Mm (5.78 X 2.81 X 0.30 In) Weight 174 G (6.14 Oz) Build Glass Front (corning-made Glass), Glass Back (corning-made Glass), Aluminum Frame Sim Nano-sim And Esim Or Dual Sim (nano-sim, Dual Stand-by) Ip68 Dust/water Resistant (up To 6m For 30 Min) Apple Pay (visa, Mastercard, Amex Certified) Display Type Super Retina Xdr Oled, Hdr10, Dolby Vision, 800 Nits (hbm), 1200 Nits (peak) Size 6.1 Inches, 90.2 Cm2 (~86.0% Screen-to-body Ratio) Resolution 1170 X 2532 Pixels, 19.5:9 Ratio (~460 Ppi Density) Protection Ceramic Shield Glass Platform Os Ios 15, Upgradable To Ios 18 Chipset Apple A15 Bionic (5 Nm) Cpu Hexa-core (2x3.23 Ghz Avalanche + 4x1.82 Ghz Blizzard) Gpu Apple Gpu (4-core Graphics) Memory Card Slot No Internal 128gb 4gb Ram Main Camera Dual 12 Mp, F/1.6, 26mm (wide), 1/1.9", 1.7µm, Dual Pixel Pdaf, Sensor-shift Ois 12 Mp, F/2.4, 120˚, 13mm (ultrawide), 1/3.4", 1.0µm Features Dual-led Dual-tone Flash, Hdr (photo/panorama) Video 4k@24/30/60fps, 1080p@30/60/120/240fps, Hdr, Dolby Vision Hdr (up To 60fps), Stereo Sound Rec. Selfie Camera Single 12 Mp, F/2.2, 23mm (wide), 1/3.6" Sl 3d, (depth/biometrics Sensor) Features Hdr Video 4k@24/25/30/60fps, 1080p@30/60/120fps, Gyro-eis Sound Loudspeaker Yes, With Stereo Speakers 3.5mm Jack No Comms Wlan Wi-fi 802.11 A/b/g/n/ac/6, Dual-band, Hotspot Bluetooth 5.0, A2dp, Le Positioning Gps, Glonass, Galileo, Bds, Qzss Nfc Yes Radio No Usb Lightning, Usb 2.0 Features Sensors Face Id, Accelerometer, Gyro, Proximity, Compass, Barometer Ultra Wideband (uwb) Support Battery Type Li-ion 3240 Mah, Non-removable (12.41 Wh) Charging Wired, Pd2.0, 50% In 30 Min (advertised)
Closing Date20 Jan 2025
Tender AmountPHP 70 K (USD 1.1 K)
DEFENSE LOGISTICS AGENCY USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Defense Supply Center Richmond (dscr) Building 59c Interior Fence
this Is A Solicitation For Construction Prepared In Accordance With The Format In Far Part 36, As Supplemented With Additional Information Included In This Notice. The Solicitation Number Sp4703-25-q-0014 Is Issued As A Request For Quote (rfq). The Resulting Contract Will Be A Firm-fixed Price Award With An Expected Period Of Performance Of 120 Days After Issuance Of The Notice To Proceed (ntp).
objectives: To Install Fencing Inside Dscr Building 59 C Bay.
background Area In 59c Bay Is Needed To Store Electric Vehicles Before Being Put Into Service Along With A Storage Area For The Engineer Section.
specific Requirements
use 1 5/8” Top Rail And Bottom Rail, 3” Terminal And Gate Posts (4” For The Cantilever Gate) With Covers. Line Posts Should Be No Less Than 2 1/2” In Diameter. All Posts Will Be Plated To The Existing Concrete. The Fencing Should Be 8’ Tall Using 9 Gauge Metal Fencing.
within 59c Bay, Two Cages Will Be Erected. The Cage On The East Side Of The Space Will Have One Double 8’ Walk Thru Gate Primarily Centered Within The Space. On The West Side Of The Space, We Need One Single 8’ Walk Thru Gate And Then One 10’ Cantilever Rolling Gate. Drawings Available On The Last Two Pages.
see Attached Sf1442 And Statement Of Work(sow) For Full Requirement Details.
this Acquisition Is Set-aside For 100% Small Businesses.
the North American Industry Classification System (naics) Code Is 236220 (open Storage Facilities).
the Small Business Size Standard Is $45m.
department Of Labor Wage Determination Based On Location Of The Service Provided (chesterfield County, Va).
partial Proposals Will Not Be Accepted.
for An Offer To Be Considered For Award, The Contractor Must Be Within A Commutable Driving Distance To The Dscr Facility. A 120-mile Radius From Dscr Is Defined As The Commutable Radius.
award Will Be Made To The Lowest Priced, Technically Acceptable (lpta) Offeror That Meets The Requirements Stated In The Statement Of Work And The Solicitation. Also Refer To Clauses And Provisions Includes In This Notice. Past Performance Will Be Considered A Part Of Technical Acceptability, And The Contracting Officer Will Pull Contractor Data From Cpars And Sprs.
the Contractor Must Be Registered In The System For Award Management (sam) Prior To Award. If Not Already Registered In Sam, Go To The Sam Website Www.sam.gov To Register Prior To Submitting Your Quote.
all Inquiries Must Be Submitted No Later Than 12/20/24 Cob. Acceptable Method Of Quote Or Inquiries Submission Is Email To Robert.moragues@dla.mil.
questions Are Due On 12/20/24, End Of Day. Submit Questions Via Email To Robert.moragues@dla.mil.
quotes Are Due On January 21, 2025, End Of Day. Submit Quotes Via Email To Robert.moragues@dla.mil.
a Site Visit Is Scheduled On Location At Defense Supply Center Richmond(dscr) On 12/18/24 @ 1000. Persons Interested In Attending Must Pre-register Through The Link Below. Processing By The Security Office Can Take Up To 5 Business Days; Interested Parties Are Advised That A Minimum Of 3 Business Days Is Typically Required. When Following The Link Below, You Will Be Prompted To Enter A Sponsor For The Site Visit. The Project Manager Will Serve As The Sponsor For The Site Visit. The Project Manager For This Requirement Is Bradley Zimny<bradley.zimny@dla.mil). Site Visit Meeting Location Is Marked With A Red Dot On P.44 Of The Attached Sow.
access To Defense Supply Center Richmond Is Dictated By The Language At The Following Location:
https://www.dla.mil/aviation/installation/visitors-and-id-office/
the Points Of Contact (poc) For This Solicitation Are Robert “lee” Moragues (robert.moragues@dla.mil).
reference Attachment 1 - Statement Of Work (sow) For Additional Work Scope And Details.
period Of Performance: 120 Days From Ntp
***************************************************************************************************
additional Dscr Visitor Information
a New System Was Implemented On 3 January 2023 To Screen Visitors And Contractors For Installation Access At Dscr.the New System Is Designed To Increase Efficiencies, Enhance The Protection Of Personal Information During The Vetting Process And Eliminate The Use Of Hard Copy Dla Form 1815s. The New Screening System Will Require Visitors And Contractors To Pre-enroll In Dbids (defense Biometric Identification System). To Begin The Process, Visitors And Contractors Will Complete Registration Through The Preenrollment Website: Https://dbids-global-enroll.dmdc.mil.
upon Entry Of Their Information, Visiting Personnel Will Be Provided An Electronic Form To Download, Which Will Have An Individualized Barcode And Alpha Numeric Code. The Codes Will Be Electronically Sent To The Visiting Person’s Sponsor. Once In Receipt Of The Barcode, The Sponsor Will Email Security And Emergency Services And Provide The Barcode And Sponsorship Information. Once The Visitor/contractor Is Vetted And Approved For Installation Access, Security & Emergency Services Will Notify The Sponsor That The Visitor/contractor Can Go To The Dscr Visitor Center To Obtain His/her Pass. At The Visitor Center, The Visitor Provides The Barcode And Code Provided Earlier In The Process And Completes The Credentialing Process.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Municipality Of Palauig, Zambales Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Zambales Municipality Of Palauig -0- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Itb No. Palg 01-2025 (goods) The Local Government Of Palauig Thru Its Bids And Awards Committee (bac) Invites Suppliers, Manufacturers, Distributors Duly Registered To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project: Digitalization Of Payments For Collections And Disbursements Location : Palauig, Zambales Approved Budget For The Contract . . . . . . . . . . . Php10,000,000.00 Source Of Fund: Trust Fund (lgsf-fa) Delivery Period: Two Hundred Calendar Days (upon Receipt Of Notice To Proceed) Item No. Unit Qty. Item Description Unit Cost Total Cost 1. Package 1 Collections And Disbursements Softwares (including Customization, Implementation And Initial Support) 2. Unit 11 Desktop Computer ( Specs: Intel I7, 1tb Ssd,16gb Ram) 3. Unit 20 3-in-1 Printer 4. Unit 13 Uninterruptible Power Supply (ups) 5 Unit 10 Laptop (specs: Intel I7, 1tb Ssd,, 16gb Ram) 6. Unit 5 Dot Matrix Printers 7. Unit 3 Biometrics 8. Unit 1 Production Server 9. Unit 1 Data Switch 10. Unit 1 Server Cabinet 11. Set 1 Data Cables Total Project Cost Prospective Bidder Should Have Experience In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: 1. Issuance Of Bid Documents - January 15, 2025 2. Pre-bid Conference - January 22, 2025 (2:00 P.m.) 2. Deadline Of Submission Of Bid Proposal - February 03, 2025 (11:30 A.m.) 4. Opening Of Bids - February 03, 2025 (2:00 P.m.) 5. Bid Evaluation - February 04-05, 2025 6. Post-qualification - February 06-07, 2025 7. Notice Of Award - February 10, 2025 Bidding Documents May Be Obtained At The Bac Secretariat, Palauig, Zambales Upon Payment Of Non-refundable Fee Of Php 10,000.00 To The Municipal Treasurer’s Office. Duly Accomplished Eligibility Forms Shall Be Submitted In Sealed Envelope Address To The Bac Chairperson. The Bac Reserves The Right To Accept Or Reject All Bids Or Part Thereof, To Waive Formality Therein Or To Accept Such Bids Or To Award Of Any That Is Considered Advantageous To The Local Government Unit Of Palauig, Zambales. For Further Inquiry, You May Refer To: Ms. Daisy D. Bautista Head, Palauig Bac Secretariat 2nd Floor, Municipal Building Palauig, Zambales Cp No. 09094876435 By: Bids And Awards Committee – Goods (sgd.) Adrian Ariel C. Altares Oic- Municipal Engineer Bac Chairperson
Closing Date31 Jan 2025
Tender AmountPHP 10 Million (USD 170.5 K)
STA Ana Central Elementary School Tender
Finance And Insurance Sectors
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republika Ng Pilipinas Kagawaran Ng Edukason Rehiyon Xi Sangay Ng Lungsod Ng Dabaw Lungsod Ng Dabaw Purok Ng Dabaw Zonta Elementary School January 2, 2025 Reynante A. Solitario, Ceso V Schools Division Superintendent Checking Account Number: Division Of Davao City 0162-1080-93 Attn: Atty. Armando D. Dalisay, Jr. Division Accountant Sir: The Undersigned Would Like To Request For Cash Advance Of Our School Mooe For The Total Amount Of Php 299,859.50 For The Month Of January To March 2025 To Purchase Supplies And Materials And Mandatory Bills Which Are Found Under Items As Follows: Aip/sip No. App/ppmp No. Particulars Quantity Unit Unit Price Total Tax Withheld Net Electricity Expenses Light Bill (jan.-mar.) 3 Monthly ₱10,000.00 30,000.00 1,500.00 28,500.00 Sub-total ₱30,000.00 ₱1,500.00 ₱28,500.00 Water Expenses Water Bill (jan.-mar.) 3 Monthly ₱14,000.00 42,000.00 550.00 41,450.00 Sub-total ₱42,000.00 ₱550.00 ₱41,450.00 Communication Expenses Internet Subscription (jan.-mar.) 3 Monthly ₱1,899.00 5,697.00 356.06 5,340.94 Sub-total ₱5,697.00 ₱356.06 ₱5,340.94 Janitorial Services Janitor (january) 1 Monthly ₱12,800.00 12,800.00 800.00 12,000.00 Janitor (february) 1 Monthly ₱12,800.00 12,800.00 800.00 12,000.00 Janitor (march) 1 Monthly ₱12,800.00 12,800.00 800.00 12,000.00 Sub-total ₱38,400.00 ₱2,400.00 ₱36,000.00 Semi-furniture And Fixtures Monobloc Chair 60 Piece ₱465.00 27,900.00 1,494.64 26,405.36 Sub-total ₱27,900.00 ₱1,494.64 ₱26,405.36 Semi-other Machinery And Equipment Black Light 3 Piece ₱5,350.00 16,050.00 859.82 15,190.18 Sub-total ₱16,050.00 ₱859.82 ₱15,190.18 Semi-communications Equipment Amplifier 1 Unit ₱5,100.00 5,100.00 273.21 4,826.79 Sub-total ₱5,100.00 ₱273.21 ₱4,826.79 Semi-office Equipment Biometric Machine 1 Unit ₱6,500.00 6,500.00 348.21 6,151.79 Sub-total ₱6,500.00 ₱348.21 ₱6,151.79 Printing And Publication Expenses Tarpaulin 8 Piece ₱300.00 2,400.00 150.00 2,250.00 Sub-total ₱300.00 ₱2,400.00 ₱150.00 ₱2,250.00 Traveling Expenses 4th National Research Convention Of The Psds' Association, Inc. 1 Pax ₱29,180.00 29,180.00 - 29,180.00 Sub-total ₱29,180.00 ₱- ₱29,180.00 Other Supplies And Materials Expenses Hand Soap 5 Bottle ₱145.00 ₱725.00 ₱38.84 ₱686.16 Ribbons (2 Inches) 3 Roll ₱285.00 ₱855.00 ₱45.80 ₱809.20 Ribbons (3 Inches) 2 Roll ₱345.00 ₱690.00 ₱36.96 ₱653.04 Plywood 5 Piece ₱1,550.00 ₱7,750.00 ₱415.18 ₱7,334.82 Lumber 24 Piece ₱87.50 ₱2,100.00 ₱112.50 ₱1,987.50 Trapal 10 Meter ₱810.00 ₱8,100.00 ₱433.93 ₱7,666.07 Cloth 40 Meter ₱36.00 ₱1,440.00 ₱77.14 ₱1,362.86 Extension Wire 2 Roll ₱3,800.00 ₱7,600.00 ₱407.14 ₱7,192.86 Sub-total ₱29,260.00 ₱1,567.50 ₱27,692.50 Office Supplies Expense Photopaper 30 Pack ₱105.00 ₱3,150.00 ₱168.75 ₱2,981.25 Parchment Paper 15 Pack ₱500.00 ₱7,500.00 ₱401.79 ₱7,098.21 Certificate Holder 300 Piece ₱75.00 ₱22,500.00 ₱1,205.36 ₱21,294.64 Long Brown Envelope 115 Piece ₱8.50 ₱977.50 ₱52.37 ₱925.13 Bond Paper (a4) 100 Ream ₱258.00 ₱25,800.00 ₱1,382.14 ₱24,417.86 Long Folder 115 Piece ₱28.00 ₱3,220.00 ₱172.50 ₱3,047.50 Sticker Paper 3 Pack ₱250.00 ₱750.00 ₱40.18 ₱709.82 Double Sided Tape 10 Roll ₱25.00 ₱250.00 ₱13.39 ₱236.61 Ballpen 30 Piece ₱10.00 ₱300.00 ₱16.07 ₱283.93 Universal Printer Ink 13 Bottle ₱225.00 ₱2,925.00 ₱156.70 ₱2,768.30 Sub-total ₱67,372.50 ₱3,609.24 ₱63,763.26 Grand Total Php 299,859.50 ₱13,108.70 286,750.80 Trusting Your Preferential Approval To Herein Request. Very Truly Yours, This Is To Certify That The Above Items Are Included In The App/ppmp Sy 2022: Anthony A. Abrina Anthony A. Abrina Principal/cluster Head/ H.o.p.e Signed By The Principal Noted: This Is To Certify That The Above Items Are Included In The Sip/aip Sy 2022: Signed By The Sip/aip ( Sgod)
Closing Date24 Jan 2025
Tender AmountPHP 299.8 K (USD 5.1 K)
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Details: Sources Sought: This Is Not A Notice Of Request For Quotation But Information And Planning Purposes Only! This Notice Does Not Constitute A Commitment By The Government. Information Gathered During This Information Processis Used To Determine The Best Way To Solicit Offers From Potential Contractors. Potential Contractors Interested In Providing Information Are Highly Encouraged To Provide All Requested Information Within The Time Requested. All Information Submitted In Response To This Announcement Is Voluntary And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government.
the Notice Id Number Is Sourcessoughtnotice-10sfskiosk And Shall Be Used To Reference Any Written Responses To This Source Sought.
united States Air Force Academy (usafa) Anticipates A Requirement That Is Being Considered Under A Total Small Business Set-aside Program. The North American Industry Classification Systems (naics) Code Proposed Is 334118 - Computer Terminal And Other Computer Peripheral Equipment Manufacturing. The Size Standard For This Naics Code Is 1000 Employees.
the Requirement Is To Provide: A Background Vetting System With Annual Service That Expediently Conducts Background Checks For Hundreds Of Thousands Of Visitors To Usafa Annually. The System Needs To Have A Self-service Kiosk Where Visitors Can Physically Request A Visitor Pass By Entering In Their Driver's License Information Which Is Then Verified To Be Accurate And Valid, Have A Background Check Conducted And A Pass Printed. The System Also Needs To Have An Online Registration Portal That Utilizes U.s. Government Agencies To Process Visitors Efficiently And Securely While Conducting The Criminal History Background Check. This System Will Support Visitors And Non-dod Id Card Holders Requesting Access To The Installation By Running The Criminal History Background Checks And Ensuring There Are Zero Unfavorable Offenses That Would Otherwise Require Denial To The Installation.
salient Characteristics:
one (1) Kiosk (or Equivalent)
include Maintenance, Replacements Parts And Training
performs Automated State, Ncic And Interstate Identification Index (iii – Criminal History) Vetting To Determine Fitness To Include:
missing Person File
foreign Fugitive File
identity Theft File
immigration Violation File
protection Order File
supervised Release File
unidentified Person File
u.s Secret Service Protective File
gang File
known Or Appropriately Suspect Terrorist File
wanted Person File
national Sex Offender Registry File
national Instant Criminal Background Check System (ncis) Denied Transaction File
violent Person File
policy Driven Automated Criminal History Screening
biometric Facial Matching Of Kiosk Picture Compared To Picture On State-id Or State Dmv Photo, Or Passport
physical Validation Of State Issues Ids And Passports To Determine Fraudulence, For All State Issued Driver’s License And Identification Cards
physical Scan Of The Id To Verify Authenticity, Detect Real Id Compliance And Extract Key Data To Minimize Manual Data Entry
collect Additional Data Input By The Visitor
process Should Take No Longer Than Two Minutes
visitor Registration Data Available Instantly With Tracking Of Reason For Denial And Ability To Create Dashboards For Leadership
wired Cellular Connection
cellular Antenna
cradelpoint Router
firewall
touch Monitor With Privacy Screen
state Id Scanner
passport Scanner
thermal Paper Printer
integrated Cameras For Facial Recognition Including Wheelchair Accessible
pre-registration Feature That Can Be Generated And Tracked
special Event Registration
sponsored Visitor Pre-registration
customizable Messages To Be Sent To The Pre-registration Visitors To Provide Guidance And Or Approval And Deniable Information
be Partnered With National Law Enforcement Telecommunications Systems (nlets)
national Crime Information Center (ncic)
interstate Identification Index (criminal History)
department Of Motor Vehicles (dmv) Or Equivalent
state And Local Law Enforcement Database Checks
ensure Compliance With The Cjis Security Policy, Subject To External Audits
must Be Able To Read Through Hundreds To Thousands Of Possible Entrants To Usafa On A Daily Basis
must Be Able To Use Accurate, Up-to-date Information On Each Person That Uses The Kiosk
one (1) Year Access To Automated Vetting Service
must Be Available For Tech Support 24/7, Should The Kiosk Break For Any Reason.
must Ensure The Constant Upkeep Of The Kiosk
include Maintenance, Replacements Parts And Training
eight (8) Handheld Devices Sentry 2.0
include Maintenance, Replacements Parts And Training
rugged Build
validate Credentials
state Credentials
government Issued Credentials
passes Printed From The Kiosk
versatile Android-based Platform Designed For A Range Of Mobile Authentication Use
32gb Storage + 4 Gb Ram
power: Removable Li-ion Battery 4620 Mah, 17.1 Wh 8-hour Operation
camera: 13mp Autofocus With Flash Led Front 5mp Fixed Focus
smart Card: Iso 14443 And 7816 (cac, Piv, Twic, Frac)
fingerprint Reader: 500 Ppi, Tft Fap 30 Piv Certified Single Finger Sensor
operating Temperatures: -4 Degrees Fahrenheit To 122 Degrees Fahrenheit (-20 Degrees Celsius To 50 Degrees Celsius)
include In Your Capabilities Package Your Uei, Cage Code, System For Award Management Expiration Date, And Any Related Specifications/drawings.
what Is The Purpose Of The Item(s)?
we Are Interested In Any Size Business That Is Capable Of Meeting This Requirement.
market Research Is Being Conducted To Determine Interest, Capability, And Socio-economic Category Of Potential Sources For The Requirement. The Government Requests Interested Parties Submit A Brief Description Of Their Company's Business Size (i.e. Annual Revenues And Employee Size), Business Status (i.e., 8(a), Historically Underutilized Business Zone, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Woman-owned Small Business, Veteran-owned Small Business, Or Small Business) Anticipated Teaming Arrangements, And A Description Of Similar Products Offered To The Government And To Commercial Customers.
all Interested Firms Shall Submit A Capabilities Package That Explicitly Demonstrates Company Capabilities-indicating Examples Of Commercial Sales-and Product Specifications Related To This Effort. Also Indicate If Your Company Is The Manufacturer Or Provide The Name And Size Of The Manufacturer Of The Product(s) Your Company Will Be Supplying. Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Effort.
note: Responses To This Sources Sought Shall State If They Are Either A Supplier Or A Manufacturer.
any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime And The Work Accomplished By The Teaming Partners. The Government Will Use This Information In Determining Its Small Business Set-aside Decision.
please Note: All Contractors Doing Business With The Federal Government Must Be Registered In The System For Award Management (sam) Database. The Website For Registration Is Www.sam.gov.
responses Shall Only Be Submitted Electronically To The Following E-mail Addresses Prior To The Due Date And Time: Kristin.heikkila@us.af.mil And Ryan.dague.1@us.af.mil. Mail In And Telephone Responses Will Not Be Accepted.
responses Are Due No Later Than 5 Feb 2025, 2:00pm Mst.
future Information About This Acquisition, Including Issuance Of A Quotation And/or Applicable Amendments, Will Be Issued Through Sam.gov. Interested Parties Are Responsible For Ensuring They Have The Most Up-to-date Information Regarding This Acquisition.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Halang Elementary School Tender
Publishing and Printing
Philippines
Details: Description Annex B Quantity Unit Of Measure Item Description January 2025 30 Pcs Pilot Sign Pen Blue (liquid Or Gel) 0.5 30 Pcs Pilot Sign Pen Black (liquid Or Gel) 0.5 30 Pcs Pilot Sign Pen Green (liquid Or Gel) 0.5 30 Pcs Tape, Masking 24mm 30 Pcs Tape, Masking 48mm 30 Pcs Tape, Transparent 24mm 30 Pcs Tape, Transparent 48mm 30 Pcs Flat File Folder With Fastener, Long (royal Blue) 30 Pcs Flat File Folder With Fastener, A4 (royal Blue) 10 Packs Toilet Tissue Paper 2ply, 12 Rolls Per Pack 10 Packs Femme Interfolded Paper Towels, 120 Pulls – 3packs 50 Packs Trash Bag, Xl 10 Pcs./packs 50 Boxes Well’s Vinyl Paper Clip, 33mm 20 Bundle Excellent Writing Pad, Grade 1 – 10pads/bundle 20 Bundle Excellent Intermediate Pad, 10pads/bundle 30 Pack Surf Detergent Powder, 6pcs/pack 3 Pcs Home Gallery Tornado Mop Medium 30 Bottles Young’s Liquid Handsoap-melon, 500ml 30 Bottles Dishwashing Soap, Calamansi 1.5 Liters 18 Pcs Rags, All Cotton, 1 Kilo Per Bundle 30 Pcs Scotch Brite Delicate Foam, Original 30 Bottles Zonrox Original, 1 Liter 11 Cans Floorwax, Natural Color 28 Pcs Elmer’s Glue, Multipurpose, Original 130grams 2 Boxes Faber Castle Black Ballpen, 50pcs/box 2 Boxes Faber Castle Green Ballpen, 50pcs/box 2 Boxes Faber Castle Blue Ballpen, 50pcs/box 1 Unit Biometrics Face Scanner February 2025 30 Bottles Alcohol, Casino Ethyl, 500ml 70% 5 Pack Expanded Press Board Folder Green, 10pcs/pack 28 Pcs Tape Dispenser, Big 30 Pack Trash Bag Xl 10pcs/pack 30 Pack Trash Bag Xtra-xl 10pcs/pack 60 Pack Colgate Toothbrush For Kids (5pcs/pack) 50 Sachet Colgate Toothpaste Regular White (22g-6s) 15 Reams A4, Hard Copy Bondpaper, Substance 20 5 Reams Legal, Hard Copy Bondpaper, Substance 20 30 Pcs G-tec-c3 Roller Ballpen 0.3 20 Bundle Excellent Writing Pad, Grade 1 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 2 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 3 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 4 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 5 – 10pads/bundle 1 Unit Brother Dcp-t720dw Ink Tank Printer March 2025 10 Pcs Medals With Deped Seal, (gold) 6cm,30g 60 Pcs Medals With Deped Seal, (silver) 6cm,30g 60 Pcs Medals With Deped Seal, (bronze) 6cm,30g 2 Pcs Glue Gun Big 15 Packs Orange Photo Paper, 260gsm, 10sheets/pack 30 Boxes Parchment Paper 100sheets/pack 100 Packs Bright Vellum Board, A4 220gsm 10sheets/pack 50 Packs Bright Vellum Board, Legal 220gsm 10sheets/pack 60 Pcs Doormat Rug-rectangle 305 Roll Ribbon 5 Packs Expanded Press Board Folder Green (10pcs/pack) 30 Packs Trash Bag Xl 10pcs/pack 30 Packs Trash Bag Xtra-xl 10pcs/pack 12 Packs Neon Colored Paper, A4 250sheets/pack 12 Packs Neon Colored Paper, Legal 250sheets/pack 24 Boxes Mongol Pencil No.1, 12pcs/box 24 Boxes Mongol Pencil No.2, 12pcs/box 24 Boxes Mongol Pencil No.3, 12pcs/box 8 Pcs Hbw Matrix Heavy Duty Pencil Sharpener 10 Yards Geena Cloth (mocha Brown) 10 Yards Geena Cloth (white) 2 Pcs Long Folded Table Gray (heavy Duty)
Closing Date13 Jan 2025
Tender AmountPHP 191.3 K (USD 3.2 K)
City Of Bayawan Tender
Others
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0010 Date January 17, 2025 Pr Reference 100-25-01-060 Philgeps Reference No. End-user Comelec Closing Date January 31, 2025 February 11, 2025 @9:00am Bid Opening February 11, 2025 "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: Per Lot Per Item 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0010 Total Abc: Php 89,590.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Delivery Of Supplies And Materials For Office Expenses. Lot. I Furniture, Fixtures And Equipment 1 Monoblock Chair With Armrest, Specs.: H 86cm X W 42cm X 44cm; Seat Height: 44cm; 6 Piece 1,600.00 [ ] [ ] White -good Quality, Thick And Durable Lot. Ii Information And Communication Technology Equipment 2 "laptop Computer, Processor: Intel Core Tm I5 1135g7 Memory: 8 Gb Of Onboard Ddr4 System Storage: 512 Gb Nvme Ssd (hdd Upgrade Kit) Netwotk: Lan, Wifi And Bluetooth Display: 15.6 Inch Fhd Lcd Os: Windows 10 Pro Lic Inclusions: Carrying Bag Plus Usb Optical Mouse Plus Os Cd Warranty: At Least One (1) Year!" 1 Unit 49,990.00 [ ] [ ] Lot. Iii Other Supplies 3 "safety Vault, Features: Patented Design Double Row Lock Bolts Large Fingerprint Lock Safes. Electronic Password, Fingerprint, Key, Various Combination Of Doors, Fast And Safe. Semiconductor Biometric Fingerprint Recognition, One Key To Open. Can Store 30 Fingerprints. Material: Solid Steel (fireproof) Outside Size: 100 Cm*51cm*45cm Internal Size: 85*50*37cm Certificate: Iso14001/iso9001 Weights: 55-60kg Color: Black And Coffee Gold Warranty: One Year!" 1 Unit 30,000.00 [ ] [ ] (good Quality And Durable) ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date31 Jan 2025
Tender AmountPHP 89.5 K (USD 1.5 K)
Santa Maria Water District Tender
Chemical Products
Philippines
Details: Description Section I. Invitation To Bid Invitation To Bid For: Procurement Of Chlorine Dioxide Liquid Requirements Of The Smwd For Cy 2025 1. The Santa Maria Water District (smwd), Through The Corporate Operating Fund For The Year 2025 Intends To Apply The Sum Of One Million Three Hundred Ninety-eight Thousand Two Hundred Forty Pesos (php1,398,240.00) Being The Abc To Payments Under The Contract For The Procurement Of Chlorine Dioxide Liquid Requirements Of The Smwd For Cy 2025 With Identification No. Pb2024-smwd-g-12-012. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Santa Maria Water District Now Invites Bids For The Procurement Of Chlorine Dioxide Liquid Detailed As Follows: Qty Unit Description 2913 Set Chlorine Dioxide Liquid Delivery Of The Goods Is Required Within Seven (7) Days Upon Receipt Of Purchase Order (p.o). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Which Is At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Smwd-bids And Awards Committee (bac) Secretariat And May View And Inspect The Bidding Documents As Posted On The Websites Of The Smwd And The Philippine Government Electronic Procurement System (philgeps). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 To January 20, 2025 From The Given Address And Upon Payment Of A Non-refundable Fee Of Three Thousand Pesos (php3,000.00) Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Email Indicated Below. 6. The Santa Maria Water District Will Hold A Pre-bid Conference On January 8, 2025 At 10:00 Am Face To Face Which Shall Be Open To All Prospective Bidders. The Address For Pre-bid Conference Is: 3rd Floor – Bac Room, Smwd Building No. 302 J.p. Rizal St., Poblacion, Santa Maria, Bulacan 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission, Lbc Or Any Freight Service At The Office Address Indicated Below On Or Before 12:00 Pm On January 20, 2025. The Official Time Is The One Reflected In The Biometrics Located In The Ground Floor Of The Smwd’s Building. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 20, 2025 1:00 Pm At The Given Address Below. Bid Opening Shall Be Held Manually And Face To Face. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid December 27, 2024 To January 3, 2025 Issuance And Availability Of Bid Documents December 27 To January 20, 2024 Pre-bid Conference January 8, 2025 @10:00a.m Last Day Of Submission Of Written Clarification January 11, 2025 Last Day Of Issuance Of Bid Bulletin (if Any) January 15, 2025 Deadline For Submission Of Bids January 20, 2025 @ 12:00 P.m Opening Of Bids January 20, 2025 @ 1:00 P.m. 11. The Santa Maria Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Charito S. Fernando Bac Secretariat – 3rd Floor, Smwd Building No. 302 J.p Rizal St., Poblacion, Santa Maria, Bulacan Cp# 0917-138-8683 Or (044)815-3238 Email Address: Smwdbulacan@yahoo.com Website: Smwdbulacan.gov.ph 13. For Viewing And Downloading Of Bidding Documents You May Visit: Http://notices.philgeps.gov.ph Https://smwdbulacan.gov.ph Date Of Issuance Of Bidding Documents: December 26, 2024 Sgd Maria Leonora S. Romarate Chairperson, Smwd Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.8 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0004 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0003 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0002 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0001 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
planned Award Year: 2025
contracting Office Zip Code: 96915
description:environmental Idiq Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response At Joint Region Marianas, Guam.
this Requirement Is For Environmental Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response For All Supported Component And Tenant Commands Under Joint Region Marianas. The Work (task Orders) Includes Operation Of A Conforming Storage Facility (csf); Management Of Less-than-90-day Storage Facilities; Management Of Satellite Accumulation Sites (sas) And Initial Accumulation Points (iap); Daily Management, Collection And Disposal Of Hazardous Material (hm), Hazardous Waste (hw), And Other Regulated Waste (orw) Such As But Not Restricted To Asbestos, Lead-based Paint, And Pcbs; Occasional Management, Disposal, And Collection Of Non-hw; Sampling, Testing, And Laboratory Analysis For Hazardous Waste, Regulated Waste, And Unknown Waste Determination; Oil And Hazardous Substance Spill Response, Cleanup, Sampling, Laboratory Analysis, And Disposal.
procurement Method: Far Part 15 Contracting By Negotiation Utilizing The Tradeoff Process In Accordance With Far 15.101-1.
contract Type: This Acquistion Is For One (1)combination Firm Fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Service Contract Comprised Of Recurring And Non-recurring Work Items.
contract Term:the Contract Term Will Be A Base Period Of 12 Months, With Four (4) 12-month Option Periods. The Total Term Of The Contract, Including Options, Will Not Exceed 60 Months. If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six (6) Months Per Far Clause 52.217-8. Concurrently With The Award Of The Basic Contract, The Government Intends To Issue A Task Order To Obligate The Contract Minimum Guarantee For Clin 0001, Mobilization And Base Period Recurring Work. The Maximum Value Of The Contract Will Be The Total Value Of All The Contract Line Items In The Schedule.
this Contract Will Replace A Contract For Similar Services Awarded In Fy2020 For $9,311,231.46 (firm Fixed-price Portion) And $15,688,768.54 (indefinite Quantity Estimate/maximum Value Per Year). Information About The Current Contract And The Incumbent Contractor (e.g., Value Of Last Option Exercised, Firm Name, Address, Etc.) Is Included In Notice No. 1 General Info. Requests Under The Freedom Of Information Act Are Not Required For This Information.
solicitation Documents: Offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://www.sam.gov Under “contract Opportunities.” No Hard Copies Will Be Provided. Notifications Of Any Amendments To The Solicitation Will Be Made Available Https://www.sam.gov. It Is The Sole Responsibility Of The Offeror To Continually View The Websites For Any Amendments Issued To The Solicitation.
restricted To Small Business:the Proposed Contract Listed Here Is 100 Percent Small Business Set-aside. The Government Will Only Accept Offers From Small Business Concerns.
source Selection Procedures:the Solicitation Utilizes Source Selection Procedures Which Require Offerors To Submit A Technical Proposal, Past Performance And Experience Information, And A Price Proposal For Evaluation By The Government.
place Of Performance: The Place Of Performance For This Contract Is Naval Base Guam (nbg), Andersen Air Force Base (aafb) And Marine Corps Base Camp Blaz (mcbcb), Joint Region Marianas, Located In Guam.
sources Sought: A Sources Sought Notice (n4019225r5000) For This Procurement Was Posted On 15 October 2024 On Sam.gov, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potential Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement For Small Business Concerns. The Navfac Marianas Business Office Concurs With This Decision.
written Pre-proposal Conference: In Lieu Of Pre-proposal Conference Meeting, Written Pre-proposal Conference Slides (attachment Jl-13) Relative To This Rfp Are Included In This Solicitation. Offerors Are Strongly Encouraged To Read The Presentation Slide And Provide Comments, Constructive Criticism, And Identification/notification Of Rfp Inconsistencies Using Attachment Jl-1 Of The Solicitation. Offerors Are Requested To Submit Completed Attachment Jl-1, At Least Five (5) Days Prior To The Site Visit To Ms. Jerica Santos Via Email At Jerica.a.santos.civ@us.navy.mil. All Questions Must Be In Writing. Responses To Submitted Questions And The Written Pre-proposal Conference Information Will Be Posted Via Solicitation Amendment.
site Visit:a One-time Site Visit Is Scheduled For Tuesday, 17 December 2024 At Multiple Locations On Naval Base Guam (nbg) And Andersen Air Force Base (aafb). For The Nbg Site Visit, Participants Must First Meet Promptly At The Nbg Visitor Control Center At 9:00 A.m. (chst). For The Aafb Site Visit, Participants Must First Meet Promptly At The Aafb Visitor Control Center At 2:00 P.m. (chst). At Both Meeting Locations, Participants Must Sign-in And Will Be Provided Maps To The Site Visit Locations. However, The Government Will Lead All Attendees By Motorcade Throughout The Site Visit.
all Attendees Are Required To Have Base Access To Enter Nbg And Aafb Sites. Due To Potential Lengthy Processing Times For Base Access, The Government Recommends Utilizing Contractor Participants Who Already Have Current Base Access To Nbg And Aafb Sites.it Is The Contractor’s Responsibility To Ensure That Attendees Have Base Access On This Date.
please Limit The Number Of Attendees To Two (2) Per Contractor.
attendees Must Wear Approriate Safety Gear (hard Hat, Reflective Vest And Steel Toe Shoes).
the Government Will Not Provide Answers To Verbal Questions Asked Before, During, Or After The Site Visit. Offerors Are Requested To Provide Any Questions That They May Have During The Site Visit In A Written Format Using Attachment Jl-1.
important Note: Government Remarks And Explanations Addressed During The Site Visit Shall Not Qualify Or Alter The Terms And Conditions Of The Solicitation. Only The Contracting Officer May Amend The Solicitation, Including The Performance Work Statement, And Will Do So In Writing
nbg Access
interested Attendees Requiring Base Access To Nbg Must Complete The Following:
1.secnav 5512 Form (attachment Jl-4)
2.one (1) Base Access Request Form (attachment Jl-5) Per Company And Obtain The Government Sponsor’s Signature (email Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil), And
3. Submit Hard Copies Of All Required Documents And Personal Identification To The Nbg Visitor Control Center Located Outside The Main Navy Base Front Gate In Santa Rita, Guam.
note: Interested Attendees That Are Foreign Nationals Must Also Complete A Foreign National Biometric Data Form (attachment Jl-6).
nbg Access Forms Must Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals Prior To Submitting Hard Copies To Nbg Visitor Control Center.
please Direct Any Nbg Base Access Questions And Concerns To The Nbg Visitor Control Center At (671) 339-1280.
aafb Access
interested Attendees Requiring Base Access To Aafb Must Complete The Following:
1. Base Access Form - Contractor Memorandum (fill-in Information In Red) (attachment Jl-7)
2.base Access Affidavit 2020 (completed For Each Visitor) (attachment Jl-8)
3.interstate Identification Index (iii) Log (attachment Jl-9)
-complete In Accordance With The “how To Fill Out The Iii Log” (attachment Jl-10)
4.either A U.s. Passport Or Real Id Act Driver’s License/id. See Base Access Entry Policy (attachment Jl-11).
5.foreign National Access Request Form (as Applicable To Include Required Supporting Documentation) (attachment Jl-12)
6.indicate If The Individual Has An Approved Dbids
the Completed Forms Shall Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals. Contractors Are Responsible For The Submission Of Signed Base Access Requests (bars) To The Visitor Control Center (vcc) Via Email At 36sfs.vcc@us.af.mil In Order To Obtain A Tracking Number.
on The Day Of The Site Visit, Contractors Who Do Not Have Dbids Shall Bring Their U.s. Passport Or Real Id Compliant Id, A Copy Of Their “base Access Affidavit” And “iii Log” And Tracking Number To The Vcc (northgate), Andersen Air Force Base For Pick-up Of Approved Base Pass. Please Allow Ample Time To Do So, As Long Lines May Cause Delays.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date, They May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After Closing Of Receipt Of Proposals. Offerors Are Cautioned To Carefully Read Instructions And Ensure Proposals Are Submitted In Accordance With The Solicitation, Section L.
Closing Date8 Jan 2025
Tender AmountRefer Documents
DEFENSE FINANCE AND ACCOUNTING SERVICE DFAS USA Tender
Machinery and Tools...+2Electrical and Electronics, Electrical Works
United States
Details: Notice Of Sources Sought.
requesting:
1. Written Notification By Qualified And Interested Vendors
2. Market Research Quote For The Services Requested In The Attached Statement Of Work
***please See Attachment For Full Statement Of Work****
statement Of Work
replacement Chillers, Hq0448516562
for The Defense Finance And Accounting Service Events (rome, New York)
1.0. Purpose: The Purpose Of This Contract Is To Replace Three (3) Existing Air-cooled, Rtaa Packaged Chiller Units With New Hermetic Rotary Refrigeration Machines To Provide Chilled Water Cooling To Meet The Comfort Cooling Needs Of The Facility. The Work To Be Performed Under This Contract And In Accordance With This Statement Of Work (sow) Shall Consist Of Furnishing, All Necessary Plant, Labor, Tools, Transportation, Supplies, Supervision, Equipment, Materials, And Incidentals Necessary For Providing All Work Shown In This Sow, And All Applicable Codes, Regulations, Standards, Meet Ashrae 90.1-2001 Efficiency Guidelines, And Criteria In Effect At The Date Of Solicitation.
2.0 Scope: The John S. Mccain National Defense Authorization Act (ndaa) Section 889 Applies To All Components Of This Requirement. The Contractor Shall Provide Labor, Service, Supervision, Personnel, Parts, Tools, Materials, Equipment, Installation, Programming, Hardware, Software, Licensing, And Other Items And Services As Needed For The Completion Of Av Support. The Contractor Shall Provide Project Management Of The Services Identified In This Pws. The Contractor Shall Provide Travel Expenses For All Contractor Personnel.
3.0 General Requirements: The Contractor Shall Provide All Necessary Personnel, Equipment, Supplies, Transportation, Tools, Materials, Supervision, And Other Non-personal Services For Comprehensive Removal, Replacement Of Three (3) Rtaa Chillers At The Defense Finance And Accounting Service (dfas) Rome, New York As Detailed In This Statement Of Work (sow)
3.1 Chiller #1. 130 Tons: Remove Existing Model: Rttaa 1304 Yt01 A3c0 B. Serial #: U99j01971., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide, New, For Comfort Cooling, 130 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 103” W X 286” L. Contractor Shall Verify All Rtaa Specifications And Dimensions.
3.2 Chiller #2. 90 Tons: Remove Existing Model: Rtaa 0904 Yt01 A3d0 Bf. Serial #: U99j01996., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide New, For Comfort Cooling, 90 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 100” W X 216” L. Contractor Shall Verify All Rtaa Specifications And Dimensions.
3.3 Chiller #5. 80 Tons: Remove Existing Model: Rtaa 0804 Yt01 A3c0 B., Serial #: U07m06563., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide New, For Comfort Cooling, 80 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 108” W X 240” L. Contractor Shall Verify All Rtaa Specifications And Dimensions.
3.4 Description Of Services: Contractor Shall Remove Existing Intellipak Air-cooled Units, Located On The Exterior Of Building 1. Contractor Will Coordinate With Dfas Cor For Required System Down Time. Chilled Water Systems Are Glycol Treated, Contractor Is Responsible For Drained, Reclaimed And Reintroduced Into The System. Glycol Must Be Tested (glycol Percentage Based On Its Refractive Index) Upon Removal And Documented For Owner Review; Reintroduced System Glycol Will Be At The Same Recorded/tested Level. All Systems Will Be Left In Working Condition Without Leaks. Remove Existing Supply And Return Exterior Chilled Water Piping Up To And Including The Isolation Valves. Remove, Retain, And Re-install System Control Integration To The Existing Building Automation System (bas) Tracer Es., Control Wiring And Materials For Communication From The Chiller To The Bas Monitoring Office. Contractor Shall Update Tracer Es With New Chiller Unit Image, Data, Graphics, And Set Points. Install New From Factory New Rtaa 80, 90, And 130 Ton, Air Cooled Chiller With Correct Voltage Design For The Building. Provide Necessary Electrical Wiring, Conduit, Connections, And Materials Resulting In A Durable And Reliable Power Supply To The New Units. New Chillers Will Be Equipped With Vibration/noise Dampening Features And Be Placed On Current Contract Pads Per Manufactures Specifications. Provide And Install New Exterior Chilled Water Supply/return Lines. For Each Unit, Provide And Install Two New Isolation Valves (butterfly Valves). Provide And Install Two New ¾ Inch Ball Valve Equipped Test/bleed Ports, One In Supply And One In Return. Provide And Install One New Y Strainer In New Supply Line. Install New Piping Support Brackets For Supply And Return Lines; Install New Piping Insulation With Aluminum Exterior Shielding, Insulation Will Be Applied To Isolation Valve, Test Ports, And Y Strainer As Well. Exterior Of Supply And Return Chilled Water
piping Will Be Marked With Industry Standard Uv/weather Resistant Markings To Identify “chilled Water Supply” And “chilled Water Return”
a.) Contractor Shall Be Responsible For On-site Coordination Of All Staging And Deliveries Of Their Product, To Include Access To And Operation Of Any Equipment Need For Unloading And Movement Of Materials Or Product.
b.) Start Up, Training, And Manuals: The Contractor Shall Provide, Schedule, And Arrange For Factory Certified Start-up. Contractor Will Provide Operational, And Maintenance Training As Recommended By The Manufacture, To Train Government Technicians And Provide All Operating, Maintenance, And Parts Manuals Instructions To Include Parts Listing Of Equipment And Other Materials Installed.
c.) The Contractor Shall Conduct A Minimum Two (2) Hours Training For On-site Staff Upon Installation Of The Equipment To The End-user At The Government Site.
d.) The Contractor Shall Provide Documentation Of Unit Start-up Commissioning And All Recorded Readings.
4.0 Qualifications: The Work For This Project Shall Be Executed In The Best And Most Workmanlike Manner, By Qualified, Trained And Certified Efficient Mechanics/tradesmen, Skilled In Their Respective Trades. Only Certified Journeymen In Each Respective Trade, Or Apprentices Under The Direct Supervision Of Certified Journeymen, Shall Be Permitted To Install And/or Supervise Installation For This Project. Individual Trade Work For This Project Shall Be Performed And Quality Maintained By The Applicable Trade Only. The Contractor Shall Assure That All Trades Coordinate Their Work With That Of Other Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Work Shall Be In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. Work And Materials Shall Comply With This Sow And The Editions In Effect At The Time Of This Solicitation For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof.
5.0 Disposal Of Materials And Cleanup: The Contractor Shall Clean Up After Each Work Period And Dispose Of All Debris At The Close Of Each Day. The Contractor Shall Protect All Structures, Utilities, Vegetation, Sidewalks And Vehicles From Damage At All Times. The Contractor Shall Replace All Damaged Materials With New Materials To The Satisfaction Of The Government, At No Additional Cost To The Government. Removal/disposal Of Obsolete Chiller Unit; The Contractor Will Take Custody Of The Removed Chiller, Piping, And Isolation Valves To Include Any Oil, R-22 Refrigerant And Any Equipment And Materials From The Demolition. Removed Oil And Refrigerant Will Be Disposed Of At A Waste Or Recycle Location Adhering To Epa, Federal, State, City, County And Local Codes By The Contractor.
6.0 Place Of Performance: Defense Finance And Accounting Service-rome, 325 Brooks Rd, Rome, New York, 13441., Bldg 1.
7.0 Period Of Performance: Installation, Set Up, And Start-up Commissioning Of The New Chiller Unit; Removal And Proper Disposal Of The Obsolete Chiller Unit; And Training Of The End User Shall Be Completed Within One Hundred And Forty-nine (149) Days Upon The Award Of Contract.
8.0 Normal Hours Of Operation: Work Hours Shall Be Monday Through Friday 0800- 1600 Hours, Except For Us Federal Holidays. The Contractor Shall Have Prior Writing Approval From The Cor To Work Outside Of These Guidelines To Coordinate With The Site Installation Law Enforcement Personnel.
8.1 Installation Access: All Contractors Arriving At The Installation Access Point Shall Be Preannounced And Be Cleared Prior To Accessing The Installation. A Map And Directions To The Installation Will Be Provided By The Cor. The Contractors Shall Preregister Their Arrival At The Following Website: Defense Biometric Identification, Dbids Https://dbids- Global-enroll.dmdc.mil/preenrollui/#/landing-page. Upon Arrival, The Cor Will Meet Contractor Personnel At The Vehicle Control Center (vcc). Preregistered Contracting Personnel Will Enter The Vcc. Contractor Personnel Shall Bring Their Preregister Letter Or Qrc Scan Code And Valid Photo Identification For Badging. After Badging Has Been Completed, Contractor Vehicles Will Be Searched, And Badges Will Be Scanned Prior To Entry On The Installation. Each Time When Processing Onto The Installation, All Contractor Vehicles Shall Be Searched, And All Badges Shall Be Scanned By Installation Security Forces.
8.2 Visitor Adjudication Matrix: Contractor Personnel Containing Any Of The Following Offenses Shall Not Be Permitted Access To The Installation.
Closing Date4 Feb 2025
Tender AmountRefer Documents
261-270 of 274 archived Tenders