Bus Tenders

Bus Tenders

The City Government Of Baguio Tender

Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Materials For Smart City Command Center 15,500,000.00 22 Unit 16 Port Poe Switch - 16 Port Poe Switch - Cpu Core Count 1 Cpu Nominal Frequency 800 Mhz Size Of Ram 256 Mb Storage Size 16 Mb Storage Type Flash Mtbf Approximately 200'000 Hours At 25c Cooling Type Passive Poe-out Ports Ether1-ether16 Poe Out 802.3af/at Max Out Per Port Output (input 18-30 V) 1.1 A Max Out Per Port Output (input 30-57 V) 0.6 A Max Total Out (a) 2.8a (18v-30v) & 1.4a (48v-57v) X2 10/100/1000 Ethernet Ports 16 Number Of 1g Ethernet Ports With Poe-out 16 Sfp+ Ports 2 Certification Ce, Eac, Rohs Ip Ip54 Warranty :1 Year 88 Unit Adjustable Stainless Steel Strapping Band - Adjustable Stainless Steel Strapping Band - Material: Stainless Steel 304 Width: 1/2 Inch Thickness: 0.5 Mm Length: 30 Meters 44 Unit Cable Loop Holder - Cable Loop Holder - Galvanized Steel Pole Mountable 4 Branches At Least 400mmx400mm 1 Box Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable 40 Unit Cctv Channel License - Cctv Channel License - Single Anpr Camera Connection For Use With Central Software Warranty :perpetual Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Unit Cctv Lpr Camera - Cctv Lpr Camera - Camera Image Sensor 1/1.8″ Progressive Scan Cmos Max. Resolution 2688 × 1520 Min. Illumination Color: 0.001 Lux @ (f1.2, Agc On) Shutter Time 1/25 S To 1/100,000 S Day & Night Ir Cut Filter Lens Focal Length & Fov 2.8-12 Mm: Horizontal: 113.5° To 39°, Vertical: 58.4° To 22.7°, Diagonal: 141.3° To 44.3° Aperture 2.8-12 Mm: F1.38, 8-32 Mm: F1.7, 10-50 Mm: F1.7 Illuminator Built-in Supplement Light Type Ir Light Built-in Supplement Light Range Up To 40 M Ir Wavelength 850 Nm Video Main Stream 50 Hz: 25 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Sub-stream 50 Hz: 25 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Video Compression H.264 And H.265 Encoding Main Stream: H.265/h.264/mjpeg Sub-stream: H.265/h.264/mjpeg Video Bit Rate 32 Kbps To 16 Mbps Protocols Tcp/ip,icmp,http,https,ftp,sftp,dhcp,dns,ddns,rtp,rtsp,rtcp,ntp,smtp,snmp,igmp,qos,ipv4/ipv6,udp,ssl/tls,isup,arp,802.1x Simultaneous Live View Up To 6 Channels Road Traffic And Vehicle Detection Coverage Up To 3 Lane(s) Smart Function Traffic Flow Detection:average Speed, Traffic Flow, Queuing Length, And Traffic Status Incident Detection: Congestion, Stopped Vehicle, Lane Change, Wrong-way Driving, Speeding, Low-speed Driving Capture Speed Range 5 To 120 Km/h Blocklist And Allowlist Max. 50000 Records Warranty :2 Years Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 5 Unit Cctv Nvr - Cctv Nvr - Supports Redundant Power Supply To Improve The System Stability Supports Hdd Hot Swap With Raid0, Raid1, Raid5, Raid 6, And Raid10 Storage Scheme Configurable. Either Normal Or Hot Spare Working Mode Is Configurable To Constitute An N+1 Hot Spare System. Supports Some Specialist Cameras, Including People Counting Camera/anpr (automatic Number Plate Recognition) Camera/fisheye Camera Supports Video Analytic Functions Such As Vehicle Detection, License Plate Recognition --video & Audio Input -ip Video Input 128-ch -incoming/outgoing Bandwidth 576 Mbps/512 Mbps -incoming/outgoing Bandwidth (raid Mode) 576 Mbps/512 Mbps -tls Outgoing Bandwidth 128 Mbps, Or 64 Mbps (when Raid Is Enabled) --video & Audio Output -protocol Hikvision, Acti, Arecont, Axis, Bosch, Brickcom, Canon, Hunt, Onvif (version 2.5), Panasonic, Pelco, Rtsp, Samsung, Sony, Vivotek, Zavio --video & Audio Output -hdmi Output Two Independent Hdmi Outputs Of 4k Resolution. Resolution: 4k (4096 × 2160), 4k (3840 × 2160)/30hz, 2k (2560 × 1440)/60hz, 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz -vga Output 1-ch. Resolution: 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz --video & Audio Decoding -decoding Format H.265, H.265+, H.264, H.264+, Mpeg4, Mjpeg (for Hikvision Ip Camera Only) -video Resolution 32 Mp/24 Mp/12 Mp/8 Mp/7 Mp/6 Mp/5 Mp/4 Mp/3 Mp/1080p/uxga/720p/vga/4cif/dcif/2cif/cif/qcif *: 32 Mp And 24 Mp Is Only Available For Channel 1 To 4 When Ultra Hd Resolution Mode Is Enabled -synchronous Playback Up To 16 Channels -capability 1-ch@32 Mp (8160 × 3616, 30 Fps)/5-ch@8 Mp(30 Fps)/10-ch@4 Mp(30fps)/20-ch@1080p(30 Fps)/40-ch@720p(30 Fps) *: The Length Or Width Of Camera Resolution (each Track) Cannot Exceed 4096 Pixels --hdd -interface 16 Sata Interfaces Supporting Hot-plug -capacity Up To 10 Tb For Each Hdd -storage Extension 1 × Esata Interface, 2 × Mini Sas Interface (optional) --raid Raid Type Raid0, Raid1, Raid5, Raid 6, And Raid10 --network Management -protocol Ipv6, Https, Upnp, Snmp, Ntp, Sadp, Smtp, Nfs, Iscsi, Pppoe, Ddns Network Interface 4, Rj45 10m/100m/1000m Self-adaptive Ethernet Interface --external Interface -usb Interface Front Panel: 2 × Usb 2.0; Rear Panel: 2 × Usb 3.0 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) -alarm Input/output 16/8 --general -power Supply 100 To 240 Vac, 50 To 60hz, 5 A -fan Redundant Dual Ball Bearing Fan; Speed Adjustable -consumption (without Hdd) ≤ 140w -warranty :2 Years 1. Responsibility Of The Supplier 1.1 Supply And Delivery Of Ict Equipment 1.2 Inventory Of The Items Deliverd With The Following Details 1.2.1 Brand 1.2.2 Model 1.2.3 Serial Number 1.2.4 Quantity 1.3 The Bidder Must Ensure That All Components Delivered Will Be Brand New 1.4 All Equipment Provided Must Be Compatible And Working With The Cctv System As A Whole 1.5 Materials And Equipment Delivery Within 90 Days 1.6 Cctv Contractor Should Have Manufacture Authorization And Certification. 1.7 Contractor Must Have A Valid Iso 9001:2015 Certificate 1.8 All Equipment Provided Must Be Capable/compatible To Interconnect With The Existing Systems Located At The Smart City Command Center (sc3) To Be Viewable And Configurable In The Sc3. 80 Unit Cctv Nvr Surveillance Hard Drive - Designed And Built To Handle Heavy Surveillance Workloads Advanced Vibration Management Capacity 10tb Interface Sata 6 Gb/s Max. Sustained Transfer Rate Od (mb/s) 250mb/s Cache (mb) 256 Tarnish Resistant Yes Mtbf 1,500,000 Hr Warranty :2 Years 15 Set Command Center Desktop Computer - Minimum Specifications: Operating System: Microsoft Windows 11 Pro 64bit Processor: Intel Core I5 14600k Turbo Frequency 5.3ghz 14 Cores/20 Threads, 24mb Cache, Socket Lga1700 Cpu Air Cooler: Twin Tower Cpu Air Cooler, With 6x6mm Sintered Copper Heatpipes, With 2x140mm Fans Motherboard: B760 Chipset, Lga1700 Socket, Ddr5 4xdimm Matx Form Factor Ram: Ddr5 5600mhz, 32gb (dual 2x16gb) Memory Modules Gpu: Rtx 4070, 12gb Gddr6/gddr6x Ssd: 512gb Capacity R/w 560/520 Mb/s 3d Tlc Ssd 2.5 Inch Form Factor Hdd: Capacity 2tb, 7200 Rpm, 256mb Cache, 3.5 Inch Form Factor Power Supply: 1000 Watts, 80 Plus Gold Certified, Fully Modular, With 120mm Smart Hydraulic Bearing (hyb) Fan, With Active Pfc, Mtbf: >100,000 Hours Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Case: Tempered Glass Mid Tower Atx Case With At Least 3 Fans Monitor: 2 Units, 24 Inches, Resolution: Fhd 1920 X1080, Aspect Ratio:16:9, Brightness: 250cd, Color Gamut Ntsc 72%, Refresh Rate: 100hz, Response Time: 5ms(gtg), Connectivity: 1x Hdmi 1x Displayport Keyboard: Usb Connectivity, With Backlight, Rubber Dome, Usb Connectivity, Multi-key Anti-ghosting, Polling Rate: 1000hz, Cable Type: Attached, Braided, Cable Length: 5.9ft Mouse: Usb Connectivity, Optical Sensor, Mouse Button Durability: 30m L/r Click, Cable: 1.8m Tangle Free Rubber, Dpi: 12,400 Dpi Ups: Max Configurable Power (watts) 650 Watts / 1.2kva, At Least 3 Universal Socket Warranty :2 Years 2 Unit Command Center Field Laptop - Command Center Field Laptop - Intel Core I7-13700hx Processor (30 Mb Smart Cache, 2.1 Ghz Performance-core With Turbo Boost Max Technology 3.0 Up To 5.0 Ghz, Overclock Capable) 1x 16gb Of Ddr5 4800mhz System Memory, Upgradable To 32 Gb Using Two Sodimm Modules 2x 512gb Nvme Ssd; Total Of 1tb 16 Display With Ips (in-plane Switching) Technology, Wqxga 2560 X 1600, High-brightness (500 Nits) Nvidia® Geforce Rtx 4060 With 8 Gb Of Dedicated Vram Warranty :2 Years 2 Unit Command Center Printer - Command Center Printer - A3 Wi-fi Duplex All-in-one Ink Tank Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Printer Type: Print, Scan, Copy, Fax With Adf Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm *2 Warranty :1 Year Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Unit Command Center Video Wall Controller - Command Center Video Wall Controller - Interface Alarm In Alarm Out 8-ch Alarm Out 8-ch Alarm In Serial Interface Rs-232 (rj45) × 1, Rs-485 × 1 Usb Interface Usb 2.0 × 2 Network Interface Rj45 × 2, 10 M/100 M/1000 Mbps Self-adaptive Ethernet Interface Optic Interface × 2 100 Base-fx/1000 Base-x Supports Optoelectronic Self-adaptation Video Walls 1 Video Wall Size <= 8 Layers Per Screen 1080p × 3 Or 4k × 1.5 Layers Layers Per Screen × Output Interface(s) Split Window Yes Scene Auto-switch Delay 3s Auto-switching Plans Support 256 Auto-switching Plans Max. Input Resolution 4k Audio Encoding Format G722.1, G711u, G711a, Aac-lc Video Output Interface Type Hdmi 1.4 Video Output Interface(s) 8 Video Decoding Resolution Up To 32 Mp Warranty:2 Years 8 Unit Command Center Video Wall Display - Command Center Video Wall Display - Display Panel Diagonal Size Class 55 Measured 54.6 Resolution 3,840 X 2,160 (16:9) Brightness (typ.) 700 Nit Orientation Landscape/portrait Haze 25% Contrast Ratio (typ.) 4,000:1 Type Va Active Display Area 1,209.6 (h) X 680.4 (v) Pixel Pitch (mm) 0.315 X 0.315 Color Gamut Ntsc 72% Operation Hour 24/7 Connectivity / Sound Input Video Dp 1.2 (1), Hdmi 2.0 (3) Audio N/a Usb Usb 2.0 X 2 Tuner N/a Output Audio Stereo Mini Jack Wifi / Bt O/o External Control Rs232c (in/out), Rj45 Speaker 10w 2ch Mechanical Spec Dimension (mm / In.) With Heavy Duty Full Motion Tv Wall Mount Warranty :3 Year 44 Unit Din Rail Mount - Din Rail Mount - 35mm At Least 7.5mm Depth Aluminum 22 Unit Electrical Box Enclosure - Electrical Box Enclosure - Electricalbox Panel Box Metal Enclosure(ip66, Nema 4 & 12) 300x250x150 Mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Molded Case Circuit Breaker Mccb30a 220v 2 Pole Din Rail Mount Type X1 Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Rail Mount Type X1 Grounding Bus Bar With Insulator X1 Din Rail Mount Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 6 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Roll Fiber Optic Connectivity - Fiber Optic Connectivity - Fiber Optic Connectivity 2.0 Kms 4 Core Fiber Optic Cable Maintenance Of Outside And Inside Plant Equipment To Smart City Command Center For 1 Year 1 Unit Fiber Optic Fusion Equipment - Fiber Optic Fusion Equipment - Fiber Alignment Core/cladding Motor Number 6 Motors Splicing Time 5s Heating Mode 15s, Can Be Customized According To The External Environment Fiber Type Single-mode Fiber (smf/g.652), Bif/g.657); Suitable For Single Mode, Multi-mode, Bare Fiber, Tail Fiber, Drop Cable, Jumper, Invisible Fiber Fusion; The Cladding Diameter 80-150μm Splicing Loss 0.02db(sm)、0.01db(mm)0.04db(ds/nzds) Splicing Mode Automatic Focusing Core Alignment, Conventional/high Precision Welding Splicing Way Automatic, Semi-automatic Opm Wavelength: 850nm、1300nm、1310nm、1490nm、1550nm、1625nm、980nm、1270nm、1577nm、1650nm/measurement Range: -50+26dbm Absolute Error: <0.3db (-50dbm ~+3dbm Range) Battery Capacity 7800mah Large Capacity Lithium Battery Charging Time ≤3.5; It Can Continuously Weld And Heat About 260 Cores Magnification 320x (x Or Y Axis Single Display) 200x (x And Y Axis Dual Display) Fiber Diameter Coating Diameter: 80-150μm/coating Diameter: 100-1000μm Cutting Length Coating Layer 250μm Below: 8-16mm/coating Layer 250-1000μm: 16mm Heat Shrink Tube 60mm、50mm、40mm、25mm Tensile Testing Standard 2n Display 5 Inch Tft Color Display Screen Return Loss Better Than 60 Db Product Protection Waterproof, Dustproof And Fall Proof Warranty :1 Year 44 Unit Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upcto Lc/upc3 Meter 44 Unit Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upcto Sc/upc3 Meter 45 Unit Gigabit Rj-45 Surge Protector Arrester - Gigabit Rj-45 Surge Protector Arrester - Protects Your Ethernet Device From The Damage Of Lightning & Surge Gigabit 10/100/1000 Specification: Connectors: Rj-45 Material: Shielded Aluminum Alloy 44 Unit Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulatorat Least 8 Way At Least 8x12mm² 2 Roll Grounding Cable Pure Copper Wire - Grounding Cable 4mm Pure Copper Wire Round Solid 100m Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 7 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Grounding Rod And Clamp Copper Plated - Grounding Rod And Clamp Copper Plated - "grounding Rod Full Set - (1pc Grounding Rod + 1 Pc Grounding Clamp) Size: Approximately 50cm Length X 0.9cm Diameter" 22 Unit Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang 15 Amperes Capacity/ Maximum 3,750watts 1 Lot Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of All Outside Plant Project Equipment In Outside Project Sites Outside Of The Smart City Command Center 1 Lot Installation, System Integrations And Configuration Of All Inside Plant Project Equipment - Installation, System Integrations And Configuration Of All Inside Plant Project Equipment In The Smart City Command Center Such As The Hikcentral Camera License, Integration To Existing Hikcentral Software And Integration Of Existing Cctv Cameras Into New Nvr 22 Unit Iot Box Panelbox Metal Enclosure (ip66,nema4 & 12) 500x300x200mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Heavy Duty Surface Type Extension Outlet 4 Gang Terminal Block Distribution 2 Input 4 Output Push-in Type 40 Unit Lpr Camera Arm Mount - Gi Pipe Extension Arm 1.5-3 Meters 40 Unit Lpr Camera Memory Card - Product Capacity Covering 128g The Storage Mediumis Tlc Particles Long Reading And Writing Times, Which Can Meet More Than 1000 Cycles Optimized For Long Time On-board Video Recording, Offering More Stable Reading And Writing Experience Operating Voltage 2.7v~3.6v Compatibility Sd 6.1 Working Life 1,000 Cycles Storage Medium Tlc Speed Class Write/read Speed 64gb:up To 35/100mb/s 128gb:up To 70/100mb/s256gb:up To 90/100mb/s Durability 10,000 Insertion/removal Cycles Uhs-i Sdr104 Type Sdxc 40 Unit Lpr Camera Vertical Pole Mount - Vertical Pole Mounting Bracket Installed On The Cross Bar Galvanized Steel Sheet And Steel Material With Surface Spray Treatment Can Be Used For New Bullet Camera Outdoor Greycolo Must Be Compatible With Cctv Camera 22 Roll Metal Flexible Conduit 1 Inch - Metal Flexible Conduit 1 Inch 30 Meters Per Roll 44 Unit Molded Case Circuit Breaker Mccb 30a - Molded Case Circuit Breaker Mccb 30a 220v 2 Pole Din Rail Mount Type 22 Unit Molded Case Circuit Breaker Mccb 63a - Molded Case Circuit Breaker Mccb 63a 220v 2 Pole Din Rail Mount Type 22 Unit Poe Switch Power Supply - Power Supply 48v 2a 96w With Us Plug Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 8 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Residual Current Circuit Breaker 63a 220v - Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Railmount Type 44 Unit Sfp+ Module Lc Connector Type - Gigabit Single-mode Wdm Bi-directional Sfp Module Spec: Lc Connector, Tx:1550nm/rx:1310nm, Single-mode, 20 Km 7 Roll Solidwire Awg#12 - Solidwire Awg#12 75m Per Roll Use For Termination Inside Iot Box 7 Roll Solidwire Awg#16 - Solid Wire Awg#16 75m Per Roll Use For Termination Inside Iot Box 66 Unit Terminal Block Distribution 2 Input 4 Output - Terminal Block Distribution 2 Input 4 Output Push-in Type This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business For Use Of Cmo Mitd Under Pr No. 1 Please Refer To Attached Terms Of Reference In The Associated Components Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature
Closing Date10 Jan 2025
Tender AmountPHP 15.5 Million (USD 267 K)

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: ****this Sources Sought Was Updated On 12/12/24 At 12:17 Pm Est To Clarify The Response Date For Capability Packages**** this Is A Request For Information (rfi) Only this Rfi Is Issued Solely For Market Research Purposes. It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Air Force (af) Is Not Seeking Proposals, Nor Will It Accept Unsolicited Proposals At This Time. respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Government Is Seeking Responses From 8(a) Small Business Vendors Only. The Respondent Must Self-certify As A Small Business Under North American Industry Classification System (naics) Code 541511 – Custom Computer Programming Services. background & Description the Business & Enterprise Systems (bes) Through Air Force Life Cycle Management Center (aflcmc) Technical Data Section (gbs) Located At Wright-patterson Air Force Base Is Conducting Market Research To Seek Qualified 8(a) Vendors Under The North American Industrial Classification System (naics) Code 541511. the Government Is Researching Vendors Capable To Encompass The Sustainment, Modification, And Support Efforts For The Enhanced Technical Information Management System (etims) Within The Air Force Common Computing Environment (af Cce). The Requirement Will Include, But Not Limited To, The Following: Modify Current Capabilities Along With Software Maintenance, Sustainment, Enhancement, Modification, System Design And Development, System Performance And Metrics, Performance Monitoring, Database Design And Development, Test And Evaluation, Maintenance, Training, Integration, Migration, Risk Management, Configuration Management, Section 508 Compliance, Documentation Updates, Meeting Support, Helpdesk Support/diagnostics (levels I, Ii, And Iii), Production Support, And Commercial Off The Shelf (cots) Upgrades etims Is The Usaf Defense Business System (dbs) For Managing Technical Orders (tos) And Computer Program Identification Numbers (cpins); Managing To/cpin Records; Managing To/cpin Accounts; Managing To/cpin Distribution And Printing Of Physical Media Tos; Managing, Storing, And Distributing Of Etos. The Overall Etims Enterprise Capability Is Comprised Of The Following Major Components And External System Interfaces: major Components: cloud One (c1) etims Software electronic Technical Order (eto) Content Management (ecm) Software external Interfaces: defense Logistics Agency (dla) Document Services Online (dso) reliability & Maintainability Information System (remis) security Assistance Technical Order Distribution System (satods) technical Order Authoring And Publishing (toap) advancing Analytics (advana)/basing And Logistics Analytics Data Environment (blade) etims Enables A Fully Integrated Eto Capability To View And Use Etos At The Point Of Use, A Fully Integrated Print On Demand (pod) Service Through Dla, And Af To Library Currency And Accuracy. Etims Leverages Existing C1 Services, Provides The Ecm Functionality, And Dla Dso Printing Service For On-demand Physical Media To Printing. Details Of The Functional Requirements Can Be Found In The Etims System Requirements Document (srd). through Its Ecm Component, Etims Provides A Combination Of Services And Capabilities To Support Eto Distribution And Viewing. Etims Provides The Permissions For Eto Access To The Ecm Component Which Supports Eto Distribution To Etims Electronic Tools (etools) Used For Viewing Etos. The Ecm Component Of Etims Is A Major Step Towards The Af To Concept Of Operations (conops): “… To Provide User Friendly, Technically Accurate, And Up-to-date Digital Technical Data At The Point Of Use That Is Acquired, Sustained, Distributed And Available In Digital Format From A Single Point Of Access For All Technical Data Users.” the Scope Of Work Summarized Above Is Provided For Information Purposes Only And Should Not Be Interpreted As A Complete List Of Requirements. All Qualified Vendors/sources Capable Of Providing These Services Are Being Sought. Capability Packages Need To Demonstrate, Through Past Experience Or Otherwise An Understanding And/or Familiarity With The Etims Mission. scope Of Services this Rfi Requests A Capability Package Describing Your Team’s Experience & Understanding Of The Following: designing/supporting Systems And The Policies And Procedures For Software And Systems Which Will Operate Within The Af Cce providing Operational System, Application, And Database Administration For An Enterprise Java And .net Application Within An Externally Hosted, Cloud-based Af Cce developing/supporting Systems Hosted By The Externally Hosted, Cloud-based Af Cce af Cce Development, Test And Production Operations And Support Policies And Procedures architecture Development And Sustainment For A Wholesale And Retail To/cpin Management System To Include The Incorporation Of Other Related Legacy Systems supporting A Large Scale, Integrated To/cpin Management System software Development/sustainment Maintenance Activities For Large Scale, High-user Load, Integrated Environments wholesale And Retail Technical Data Management, To/cpin Increment Management And Supporting Software Applications conducting Software Testing Activities And Supporting Government Testing Activities designing And Testing Software For Performance For Both Web And Stand-alone Applications To Include Processes For Creating Relevant Usage Models And Appropriate Test Parameters transitional Startup Of The Software Maintenance And Support Activities For Software Or Systems That Were Previously Designed, Implemented, And Supported By Another Provider requirements Investigation, Analysis, And Planning For Software Maintenance Activities In Accordance With Air Force Program Executive Officer, Business And Enterprise Systems (af Peo/bes) Bes, Hq Af/a4, And Hq Afmc/a4 Policies And Procedures To Include Dodi 5000.75 And Dod Enterprise Devsecops designing And Performing Routine And Emergency System Continuity Of Operations (coop) Activities. identification, Purpose And Development Of Required/recommended Artifacts Associated With Each Business Capability Acquisition Cycle (bcac) Phase af Peo/bes Testing Policies And Processes Following Af Best Practices documenting An Af It Systems In Accordance With The Department Of Defense Architecture Framework (dodaf) And Dod Secure Cloud Computing Architecture (scca) supporting The Department Of Defense Risk Management Framework (rmf) Process supporting Dod Public Key Infrastructure/public Key Enablement (pki/pke) af Or Other Dod Agency To/cpin Management Policies And Procedures af Technical Data Repositories And Their Associated Metadata To Include The Data Exchanged Between The Various Mission Support Systems Both Within And External To The Af monitoring System Performance, Networks, Fine Tune Data Bases, Etc. maintaining Complex Configuration And Setup Of Ecm Primary To Secondary Technology providing Help Desk Support For Air Force Enterprise To/cpin Management And Publishing Applications breadth And Depth Of Knowledge Of Rational Suite Tools, Apache Jmeter, Smart Bear Zephyr, Test Complete, Really Simple Syndication (rss) Technologies, Message Queue (mq) Messaging, Enterprise Service Bus, Microsoft Structured Query Language (sql) Db, Oracle Db, Apple Hardware/software, Linux Operating System, Microsoft (ms) Windows Server, Sql Server Database & .net, C, Java, Java Script, Oracle, Server, Relational Database (rdb), Portable Document Format (pdf), Id Web, Atlassian Confluence, Atlassian Jira, Sharepoint Interlink, Cloudformation (aws), Ansible, Acas, Config (aws), Xacta 360, Cloudtrail (aws), Cloudwatch (aws), Guacamole, Ssm (aws), Beanstalk (aws), Jenkins, Git Client, Bit Bucket, Artifactory, Fortify, And Xray. Include Experience For Each. providing Understanding, Expertise And Leadership Of Migrating From A Highly Af Information Technology-based Business Services Model To An Efficient, Effective Continuous Software Delivery Model Suited To Meet The Challenges And Support Of Agile Principles. developing, Testing, Deploying And Maintaining In An Ios And Macos Environment. capabilites Package the 8(a) Small Business Vendor Cover Letter Should Include The Following Information: company Name, Website Address, Location, Cage/duns Number point Of Contact (poc) Information: Name, Phone Number, Fax Number, Website, And Email Address company’s Small Business Size, 8(a) Graduation Date. Please Refer To Federal Acquisition Regulation Far 19 For Additional Detailed Information On Small Business Size Standards. The Far Is Available At Http://farsite.hill.af.mil/. an Acknowledgement Of Your Registration For Naics Code 541511 qualification Information (type & Duration Of Employee Experience Directly Relevant To The Requirements) level Of Involvement Information (prime/sub-contractor) And Timeframe(s) For Work On Similar Projects vendors Responding To This Rfi Should Include The Following Information: responses To The Items Listed In The Above Section, Scope Of Services. a Paragraph Of Brief Bullets Pertaining To The Following: (1) Level Of Contractor’s Interest (likelihood Of Submitting A Proposal As A Prime Contractor) (2) Demonstrated Capability To Perform Or Manage As A Prime Contractor Or As A Subcontractor For The Technical Data Services Described Above (3) Financial Capability To Perform As A Prime Contractor Or As A Subcontractor And Execute Task Orders (4) Ability To Provide Additional Services/capabilities In The Event Of An Immediate Surge Requirement (5) Potential Teaming Arrangement If Likely To Submit A Proposal (6) What Experience (type And Duration) The Contractor’s Employees Have That Are Considered Directly Relevant To These Systems (7) Ability To Support The Dd 254 Security Requirement (8) Ability For All Direct Support Contractor Personnel To Pass A Tier 1 (t1) Investigation {previously National Agency Check (naci)} (9) Ability For Contractor Personnel That Require Access To Operational Defense Information Systems Agency (disa) Facilities, Operational Air Force Data Systems, And Networks To Possess A Secret Clearance interested Parties Should Provide A Capabilities Package To Be Included As Part Of The Af Market Research Indicating Their Capability Of The Items Stated In Section “scope Of Services.” responses interested And Eligible 8(a) Small Business Vendors Under Naics 541511 Are Requested To Submit Their Capabilities Package In Ms Word Or Pdf Format Due No Later Than 3:00 P.m. Est On Friday, 3 January 2025. Responses Shall Be Limited To Ten (10) Pages, 12-point Times New Roman Font. All Submissions Are Via E-mail Only To Contracting Officer, Mr. Scott Ashelman, At Scott.ashelman@us.af.mil And A Courtesy Copy To Mr. Eric Lagasse, At Eric.lagasse@us.af.mil. The Government Will Not Entertain Telephone Calls For This Rfi; Related Questions May Be Emailed To The Contracting Officers. summary this Is A Request For Information Only; This Rfi Is Issued Solely For Market Research. The Information Provided Within Is Subject To Change And Does Not Commit The Government. The Af Has Not Made A Commitment To Procure Any Of The Items Discussed, And Release Of This Rfi Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. All Submissions Become Government Property And Will Not Be Returned. this Is A Request For Information (rfi) Only
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Municipal Corporation Tender

Works
Civil And Construction...+1Road Construction
Eprocure
Corrigendum : Closing Date Modified
India
Details: Development Of Hindu Smashan Bhumi Area At Guljarpura In P No 09 Akola 19) Construction Of Tar & Cc Road At Fadke Nagar From Shri Chopale Complex To Dr. Shri Anant Shravangi To Shri Rande Saheb To Shri Pavar Saheb To Shri Sarag Japulkar Cc Road & Tar Road At Fadke Nagar From Shri Maniram Bhau Tale To Shri Jadhao Kaka Hanuman Mandir Road, At Wankhade Nagar Shri Deshmukh Kirana To Shri Chintvar Saheb To Shri Santosh Chitode To Shri Kale Saheb,rk Chowk To Shri Nanudasji Bhirad Tar Road In P No 9 20) Construction Of Cc Road With Widening From Ashish Gawande To Shri Gajanan Watika And Sanjay Upshyam To Kiran Udgirkar At Godbole Plot , P.no. 10 21) Construction Of Nalla From Adv. Takavale To Kotarwar Beside Balapur Road At Shivnagar ,p.no. 10 22) Construction Of Cc Road From Chittalwar To Thakare At Indira Colony, Dr. Kothari Hosp To Thatange House At Shivaji Nagar, And Construction Of Pavers Infront Of Sai Mandir At Sai Peth , P.no. 10 Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 23) Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 24) Construction Of Cc Road With Pavers From Sawarkar To Joshi ,at Renuka Nagar , P.no. 10 25) Construction Of Cc Road With Widening From Shri Sudhir Deshpande To Lande Guruji At Godbole Plot , P.no. 10 26) Construction Of Cc Road Infront Of Passport Office Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 27) Construction Of Cc Road Adjoining Passport Office To Ramesh Puri Hotel To Aruna Tea House, Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 28) Construction Of Cc Road Infront Of Omkar Appa Dehankar's Shop To Advocate Pancholi's House At Malipura ,in P.no. 11 29) Construction Of Tar Road From Shrikrushna Printer To Old Cotton Market Main Road At Khetan Jin In P.no.11 30) Construction Of Cc Culvert At Malipura Chowk Telipura Road Near Chowrasiya Medical In P.no. 11 31) Construction Of Cc Road From Gandhi Chowpati Shah Medical To Mata Mandir Main Road In P.no. 11 32) Construction Of Cc Nalla From Santoshi Mata Chowk To P.n.enterprizes To India Motor Shop To Hanman Mandir To Public Toilet In P.no.11 33) Construction Of Cc Drain And Cover Of Ganpati Viserjan Marg From Oswal Bhavan Culvert Futanwala To Sadhuram Tolaram Jin And Fixing Steel Cover Near Dana Bazar Infront Of Jain Mandir In P.no.11 34) Construction Of Nallah (coming From Ambedkar Nagar) From 33 Kv Electric Substation Behind Iti College To Azhar Hussain College, Ratanlal Plot Road In P.no.12. 35) Construction Of Tar Road From Dr Dhawale Hospital To Khan Forte At Patrakar Colony, New Bus Stand Road In P.no. 12. 36) Construction Of Drain From Officers Club Lane (vishwakarma Bunglow) To Collector's Residence, Civil Line Road In P.no.12. 37) Construction Of Bridge & Protection Wall To Nala Near Balaji Mall With Road Widening At Kholeshwar Road In P.no.12. 38) Construction Of Nallah From Shri Lohakpure To River,at Anikat Square, Kholeshwar Road In P.no.12.76) Construction Of Cc Drain From Ramaai Appartment To Shivraj Appartment At Om Housing Society In P No 15 77) Construction Of Cc Road From Shri Sapkal House To Shri Kulkarni House At Vijay Housing Society In P No 15 78) Construction Of Tar Road From B T Deshmukh House To Kulsundar House At Vijay Housing Society In P No 15 79) Construction Of Tar Road From Divakar Gawande To Shri Chaube House In P No 15 80) Construction Of Tar Road From Ddr Office To Bobade Dairy In P No 15 81) Construction Of Cc Road From Shri Shah To Mundada To Sayani House At Vidya Nagar In P No 15 82) Construction Of Tar Road From Kedia House To Sindur Next Appartment In P No 15 83) Construction Of Cc Drain From Ratnaparkhi House To Aamale House At Nagar Parishad Colony In P No 15 84) Construction Of Cc Road Rammai Appartment (infront Of Jagdamba Mata Mandir) To Shivraj Appartment At Om Housing Society In P No 15 85) Construction Of Chainlink Fencing Compound To Open Space At Vijay Housing Society In P No 15 86) Construction Of Cc Approach Road Gaurakshan To Vidya Nagar From Shri Varhade Sir To Shreeji Heights At In P No 15 87) Construction Of Compound Wall And Providing And Fixing Open Gym Equipments Near Kunbi Samaj Mandal Open Space In P.no.15 88) Providing And Fixing Open Gym Equipments At Harish Ashwini Colony Open Space In P.no.15 89) Construction Of Cc Drain From Shrimati Kiran Praful Kale House To Kulswamini Mangal Karyalay To Rahul Sawaji Appartment To Chakradhar Appartment In P No 15 90) Construction Of Cc Drain Behind Greenland Hotel Goldenpam Appartment To Kothari To Navalseth Jain House At Vidya Nagar In P No 15 91) Construction Of Cc Compound And Fixing Paving Block At Kailash Tekdi Babaji Math In P No 16. 93) Construction Of Tar Road From Shri. Shashikant Tiwari House To Khandelwal Duplex To Shri. Sharma House Near Nisarga Park Main Road , In P.no. 18 94) Construction Of Tar Road From Shri. Sidhara House Tulshan House To Shri. Ravi Patel House And Shri. Nareshkumar Ganatra House To Shri. Bilala House At Geeta Nagar , In P.no. 18 95) Construction Of Sabhagruh In Front Of Kisanpuri Maharaj Mandir At Old Hingna In P.no 18 96) Construction Of Chain Link Compound Wall At Ch. Shivaji Maharaj Statue At Somthana In P.no. 18 97) Construction Cc Road From Shri. Sharma House To Shri. Shetre Sir House At Emrald Colony In P.no 18 98) Construction Cc Road With Culvert Near Maharana Pratap Chowk At Shivsena Vasahat In P.no 18 99) Construction W.b.m Road With Drain From Auto Stop To Shri. Dubey H. To Main Nalla At Shivsena Vasahat In P.no 18 100) Construction Cc Road From Shri. Kacholiya House To Shri. Gwalani House At Geeta Nagar In P.no 18 101) Providing & Fixing Pavers From Biyani Foods To Shani Maharj Mandir And Jalaram Socity To App. At Geeta Nagar, In P.no. 18 102) Construction Cc Drain From Gurushrichand App. To Shri. Gandhi House To Shri. Balu Asware House At Geeta Nagar In P.no 18 103) Providing & Fixing Pavers From Shri. Joshi House To Shri. Pancholi House At Geeta Nagar, In P.no. 18 104) Construction Cc Road With Drain 1) Shri. Dilip Shinde House To Shri. Sagar Jamode H. 2) Neeta Gomase H. To Shri. Santosh Kharate House 3) Shri. Pawan Thakre H. To Shri. Ranjeet Bendre H. 4) Kailash Kirana To Shri. Dinkar Leknar H. 5) Shri. Sanjiv Navthale To Pooja Mapari 6) Bhatkar Kirana To Shri. Sanjay Ketkar House At Shivsena Vasahat In P.no 18 105) Construction Cc Road From Shri. Lakshman Farkade House To Shri. Vasudev Sarode House At Somthana In P.no 18 145) Construction Cc Nalla From Pkv To Shri. Kanojiya House To Nisarga Park App. At Geeta Nagar In P.no 18 106) Construction Of Cc Nalla From Shri Patil House To Shri Kishor Kale House At (lahariya Nagar) In P.no.19 109) Construction Of Cc Road From Dahake House To Shrinath House At Dreamcity In P.no. 19 110) Construction Of Cc Road From Dhore House To Bambatkar House At Sandhya Colony In P.no. 19 111) Construction Of Tar Road From Shri Tembhe To Sapkal And Shri Dahale To Jogi House At Dreamland City In P.no.19 112) Construction Of Cc Drain From Shri Dhote House To Shri Hanumate House At Rajeshwar Nagar In P.no.19 113) Construction Of Tar Road From Shri Chikte House To Shri Sharma House At Gayatri Nagar In P.no.19 114) Construction Of Tar Road From Shri Gyaral To Ingale House At Gayatri Nagar In P.no.19 115) Construction Of Cc Drain From Shri Damodar Ade To Shri Chavhan House At Banjara Nagar In P.no.19 116) Construction Of Cc Drain From Shri Subhash Chavhan To Shri Ramdhan Ade House At Banjara Nagar In P.no.19 117) Construction Of Cc Drain From Shri Rathod To Shri Waman Rathod House At Banjara Nagar In P.no.19 118) Construction Of Cc Drain From Shri Mankar House To Shri Kashiram Daberav House Near School Of Scholar In P.no.19 119) Construction Of Bridge And Railing At Balode Layout Near Ram Mahalle House In P.no.19 120) Construction Of Chainlink Fencing At Kaulkhed Smashanbhumi In P.no. 19 121) Construction Of Cc Drain From Shri Sakhar Pohe House To Shri Pappu Chavhan House (gayatri Nagar) In P.no.19
Closing Date3 Jan 2025
Tender AmountINR 105.7 Million (USD 1.2 Million)

OFFICE OF CIVIL DEFENSE REGIONAL OFFICE NO 2 Tender

Transportation and Logistics
Philippines
Details: Description Itb No. Cbts- 2024-12-002 Invitation To Bid For Provision Of Transportation Services For The Agridam Closing Ceremony 1. The Office Of Civil Defense – Regional Office 02, Through The Ocd-ro2 Sapp 2024, Intends To Apply The Sum Of One Million Three Hundred Two Twenty Five Thousand Pesos Only (php1,325,000.00) Being The Abc To Payments Under The Contract For Provision Of Transportation Services For The Agridam Closing Ceremony 2. . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Office Of Civil Defense – Ro2 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi: Schedules Of Requirements. Bidders Should Have Completed, Within The Last 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). 4. 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) 9184. (i) Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Ocd-ro2 Procurement Office – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm Mondays To Fridays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 Until January 08, 2025 (before 10:00 Am) From The Given Address And Website 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 One Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Office Of Civil Defense-ro2, The Procuring Entity (ocdrc2@gmail.com), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Payment For The Purchase Of Bid Documents Shall Be Made Through Over-the-counter (otc) Transaction At The Ocd-ro2, Rgc, Carig Sur. Tuguegarao City Or Ocd Accounting Section, Ground Floor, Ocd Old Admin Building, Camp General Emilio Aguinaldo, Quezon City. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment On Or Before The Submission Of Bids. 7. The Office Of Civil Defense-ro2 Will Hold A Pre-bid Conference On December 27, 2024, 9:00 Am At Ocd-ro2, Dalan Na Pavvurulun Corner Dalan Na Pappabalo, Rgc, Carig Sur, Tuguegarao City And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Interested Bidders Who Would Like To Join The Pre-bid Conference May Join Through The Link Provided Below: Platform : Zoom Vtc Meeting Id : 837 6320 5043 Passcode : 301509 8. Bids Must Be Duly Received By The Bac Secretariat To Be Submitted Through Manual Submission At The Office Address Below On Or Before 10:00 Am, January 8, 2025. Late Bids Shall Not Be Accepted. Note: Bids Shall Be Prepared In Six (6) Copies (1 Original And 5 Photocopies) Without The Assistance Of Any Person, Employees In The Ocd Or Any Branch Of The Government. In The Interest Of Transparency, In Case There Are Clarifications Or Verifications Relative To The Documents During The Process Of Opening Of The Bidding Documents The Bidders May Also Submit A Soft/scanned Copy Of The Bids And All Its Corresponding Attachments In A Password-protected Usb Flash Drive (password For The Eligibility Documents Shall Not Be The Same With The Password Of The Financial Proposal) One (1) For Eligibility And Technical, And The Other One (1) For Financial. Please Note That In Case Of A Discrepancy Between The Original Copy And The Electronic Copy (flash Drive/usb), The Former (original Copy) Shall Prevail. The Flash Drive (soft Copy) Should Be Placed Inside The Envelope Along With The Original Copy (hard Copy). It Shall Be Prepared Using The Appropriate Bid Forms Provided In The Last Section Of The Bidding Documents Furnished In Strict Compliance With The Requirements Of Ra 9184 And Its Revised Irr. To Be Responsive, All Entries Shall Be Filled Out With Appropriate Information. Any Erasure, Correction, Or Changes Shall Be Initialed By The Bidder Or His/her Authorized Representative. All Pages Must Be Signed In The Space Provided. Any Unsigned Page Of The Bidder’s Tender, When So Required, Shall Be A Ground For Disqualification. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14.1, Section Iii Bid Data Sheet. 10. Bid Opening Shall Be On 10:01 Am, January 8, 2025 At The Ocd-ro2, Rgc, Carig Sur, Tuguegarao City. Bids Will Be Opened Physically In The Presence Of The Bidders’ Representatives. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra 9184 Shall Prevail. (in Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website And The Website Of The Procuring Entity Concerned). 11. The Items And Quantities Covered By The Project Are As Follows: Item Particulars Unit Quantity 1 Provision Of Transportation Services For The Agridam Closing Ceremony Units 15 Buses 12. The Office Of Civil Defense 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Mr Dexter Grey I Supranes Ocd-ro2 Bac Secretariat Dalan Na Pavvurulun Corner Dalan Na Pappabalo, Regional Government Center, Carig Sur, Tuguegarao City Cp Nr. 0927-425-1954 Trunkline: (078) 304-1630 Email Address: Ocd2.bac@gmail.com Date: December 18, 2024 Mr Ronald L Villa Chairman Ocd-ro2 Bids And Awards Committee
Closing Date8 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.8 K)

OFFICE OF CIVIL DEFENSE REGIONAL OFFICE NO 2 Tender

Transportation and Logistics
Philippines
Details: Description Itb No. Cbts- 2025-01-001 Invitation To Bid For Provision Of Transportation Services For The Agridam Closing Ceremony 1. The Office Of Civil Defense – Regional Office 02, Through The Ocd-ro2 Sapp 2024, Intends To Apply The Sum Of One Million Three Hundred Two Twenty Five Thousand Pesos Only (php1,325,000.00) Being The Abc To Payments Under The Contract For Provision Of Transportation Services For The Agridam Closing Ceremony 2. . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Office Of Civil Defense – Ro2 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi: Schedules Of Requirements. Bidders Should Have Completed, Within The Last 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). 4. 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) 9184. (i) Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Ocd-ro2 Procurement Office – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm Mondays To Fridays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10, 2024 Until January 31, 2025 (before 10:00 Am) From The Given Address And Website 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 One Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Office Of Civil Defense-ro2, The Procuring Entity (ocdrc2@gmail.com), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Payment For The Purchase Of Bid Documents Shall Be Made Through Over-the-counter (otc) Transaction At The Ocd-ro2, Rgc, Carig Sur. Tuguegarao City Or Ocd Accounting Section, Ground Floor, Ocd Old Admin Building, Camp General Emilio Aguinaldo, Quezon City. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment On Or Before The Submission Of Bids. 7. The Office Of Civil Defense-ro2 Will Hold A Pre-bid Conference On January 17, 2025 10:00 Am At Ocd-ro2, Dalan Na Pavvurulun Corner Dalan Na Pappabalo, Rgc, Carig Sur, Tuguegarao City And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Interested Bidders Who Would Like To Join The Pre-bid Conference May Join Through The Link Provided Below: Platform : Zoom Vtc Meeting Id : 819 8884 6475 Passcode : 257900 8. Bids Must Be Duly Received By The Bac Secretariat To Be Submitted Through Manual Submission At The Office Address Below On Or Before 10:00 Am, January 31, 2025. Late Bids Shall Not Be Accepted. Note: Bids Shall Be Prepared In Six (6) Copies (1 Original And 5 Photocopies) Without The Assistance Of Any Person, Employees In The Ocd Or Any Branch Of The Government. In The Interest Of Transparency, In Case There Are Clarifications Or Verifications Relative To The Documents During The Process Of Opening Of The Bidding Documents The Bidders May Also Submit A Soft/scanned Copy Of The Bids And All Its Corresponding Attachments In A Password-protected Usb Flash Drive (password For The Eligibility Documents Shall Not Be The Same With The Password Of The Financial Proposal) One (1) For Eligibility And Technical, And The Other One (1) For Financial. Please Note That In Case Of A Discrepancy Between The Original Copy And The Electronic Copy (flash Drive/usb), The Former (original Copy) Shall Prevail. The Flash Drive (soft Copy) Should Be Placed Inside The Envelope Along With The Original Copy (hard Copy). It Shall Be Prepared Using The Appropriate Bid Forms Provided In The Last Section Of The Bidding Documents Furnished In Strict Compliance With The Requirements Of Ra 9184 And Its Revised Irr. To Be Responsive, All Entries Shall Be Filled Out With Appropriate Information. Any Erasure, Correction, Or Changes Shall Be Initialed By The Bidder Or His/her Authorized Representative. All Pages Must Be Signed In The Space Provided. Any Unsigned Page Of The Bidder’s Tender, When So Required, Shall Be A Ground For Disqualification. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14.1, Section Iii Bid Data Sheet. 10. Bid Opening Shall Be On 10:01 Am, January 31, 2025 At The Ocd-ro2, Rgc, Carig Sur, Tuguegarao City. Bids Will Be Opened Physically In The Presence Of The Bidders’ Representatives. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra 9184 Shall Prevail. (in Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website And The Website Of The Procuring Entity Concerned). 11. The Items And Quantities Covered By The Project Are As Follows: Item Particulars Unit Quantity 1 Provision Of Transportation Services For The Agridam Closing Ceremony Units 15 Buses 12. The Office Of Civil Defense 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Mr Dexter Grey I Supranes Ocd-ro2 Bac Secretariat Dalan Na Pavvurulun Corner Dalan Na Pappabalo, Regional Government Center, Carig Sur, Tuguegarao City Cp Nr. 0927-425-1954 Trunkline: (078) 304-1630 Email Address: Ocd2.bac@gmail.com Date: January 10, 2025 Mr Ronald L Villa Chairman Ocd-ro2 Bids And Awards Committee
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Pre-solicitation Notice 36c250-24-ap-6279 - 1 amendment/modification sam-notice 36c25025r0016 saginaw-auburn Annex, Michigan the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For 25,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Saginaw (auburn), Michigan notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240 description: The Department Of Veterans Affairs Seeks To Lease 25,000 Aboa Square Feet (sf) Of Space And 150 Parking Spaces For Use By The Va As A Primary Care Annex. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. updated-delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: north: Wheeler Road west: Waldo Ave.; S Saginaw Rd; south: Hotchkiss Rd Milner Rd; 84/westside Saginaw Rd; east: 2 Mile Road see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area. additional Requirements For Submissions: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor. if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas. offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Will Not Be Considered If The Location Is Irregularly Shaped. space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel; structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner; address Or Described Location Of Building; location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area; description Of Ingress/egress To The Building From A Public Right-of-way; description Of The Uses Of Adjacent Properties; fema Map Of Location Evidencing Floodplain Status; a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction; site Plan Depicting The Property Boundaries, Building, And Parking; a Document Indicating The Type Of Zoning; a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use; building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development; any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building; a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement; market Survey (estimated): January 2025 occupancy (estimated): Fy 2025-2026 all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 3:00 P.m. Local Time. please Submit Your Response (electronic) To: lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; __ (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; X (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp . sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet saginaw-auburn, Mi Lease Sources Sought Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/); evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date)
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Batangas State University Tender

Software and IT Solutions...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Future Server Upgrade Of Internet And Pipeline Of Shared Storage System In The University" With An Approved Budget For The Contract (abc) Three Million Two Hundred Eighty-six Pesos And Sixty Centavos Only (php 3,000,286.60). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Unit Apc Extended Run - Power Array Cabinet With Metered Rack Pdu The Apc® Symmetra Lx Extended Run Tower With 9 Sybt5 Provides Fast Serviceability And Reduced Maintenance Requirements Via Self-diagnosing, Field-replaceable Modules. Its Modular Design Increases Adaptability With An Open Architecture Configurable To Any It Environment And Can Be Deployed As A Nonstandby And Migrate To A Standby (ups) System. With Hot-swappable Batteries, Ensures Clean, Uninterrupted Power To Protected Equipment While Batteries Are Being Replaced And It Delivers Higher Availability Through Redundant Batteries. Battery Modules Connected In Parallel; Hot-swappable Batteries; Modular Design; Plug-and-play External Batteries; Stackable External Battery Frames; User-replaceable Batteries. Technical Specifications General Device Type Power Array Cabinet - External Battery Enclosure Type Plug-in Module Color Black Power Device Supported Battery Technology Lead Acid Input Voltage Ac 208 V Battery Quantity 9 (supported) 9 Technology Lead Acid Voltage Provided 120 V Miscellaneous Compliant Standards Csa, Ul 1778 956,502.60 Page 1 Of 5 Item No. Qty Description Total Manufacturer Warranty Service & Support Limited Warranty - 2 Years Environmental Parameters Min Operating Temperature 32 °f Max Operating Temperature 104 °f Humidity Range Operating 0 - 95% Dimensions & Weight Width 19 In Depth 28.6 In Height 23.7 In Weight 769.41 Lbs Compatibility Information Designed For P/n: Isxcr1sy16k16p5, Isxt216md1ri, Sya12k16i, Sya12k16ich, Sya12k16ixr, Sya12k16ixrch, Sya12k16p, Sya12k16pxr, Sya12k16rmi, Sya12k16rmich, Sya12k16rmp, Sya16k16i, Sya16k16ich, Sya16k16ixr, Sya16k16ixrch, Sya16k16p, Sya16k16pxr, Sya16k16rmi, Sya16k16rmich, Sya16k16rmp, Sya4k8i, Sya4k8p, Sya4k8rmi, Sya4k8rmp, Sya8k16i, Sya8k16ich, Sya8k16ixr, Sya8k16p, Sya8k16px798, Sya8k16pxr, Sya8k16pxrx798, Sya8k16rmi, Sya8k16rmich, Sya8k16rmp, Sya8k8i, Sya8k8p, Sya8k8px798, Sya8k8rmi, Sya8k8rmp, Sya8k8rmpnx424, Syaf16krmich Netshelter Metered Rack Pdu, 0u, 1ph, 3.3kw 208v 16a Or 3.7kw 230v 16a, 18 C13 And 2 C19 Outlets, C20 Inlet (10 Units) Key Features Output Connections: - (2) Iec 60320 C19 - (18) Iec 60320 C13 Nominal Output Voltage: 100v, 200v, 208v, 230v Nominal Input Voltage: 200v, 208v, 230v Input Connections: Iec 60320 C20 Technical Specifications Output Overload Protection: No Maximum Total Current Draw: 16 Input Input Frequency: 50/60 Hz Acceptable Input Voltage: 100 - 240vac Load Capacity: 3300va Maximum Input Current: 20a Regulatory Derated Input Current (north America): 16a Physical Maximum Height: 902mm, 90.2cm Maximum Width: 56mm, 5.6cm Maximum Depth: 44mm, 4.4cm Page 2 Of 5 Item No. Qty Description Total Net Weight: 2.93kg Shipping Weight: 4.19kg Shipping Height: 1124mm, 112.4cm Shipping Width: 162mm, 16.2cm Shipping Depth: 107mm, 10.7cm Color: Black Environmental Operating Temperature: -5 - 60 °c Operating Relative Humidity: 5 - 95 % Operating Elevation: 0 - 3048meters Storage Temperature: -25 - 65 °c Storage Relative Humidity: 5 - 95 % Storage Elevation: 0 - 15240meters Conformance Approvals: Csa C22.2 No 60950, Iec 60950, Meti Denan, Ul 60950-1, Vde Standard Warranty: 2 Years Repair Or Replace Sustainable Offer Status Rohs: Compliant Pep: Available In Documentation Tab Eoli: Available In Documentation Tab 2 6 Unit Apc8841 Metered Pdu (rackmount) Rack Pdu 2g, Metered-by-outlet, Zerou, 30a, 200/208v, (21) C13 & (3) C19 375,984.00 3 1 Piece Aluminum Telescopic Ladder Telescopic Ladder Size 5.0 M Weight 17.7 Kg Dimensions (wxh Cm) Closed 48 X 90 Open A Position 48 X 250 Straight Position 48 X 500 11,800.00 4 6 Unit Base Station Antenna Tri-radio Wifi 5 Ap With 12 Spatial Streams And A Selectable Beamforming Antenna, Designed For High-density Applications At Large Venues. Wifi 5 (5 Ghz Only) 12 Spatial Streams 465+ M² (5,000+ Ft²) Open Space Coverage 1,500+ Connected Devices Powered Using Poe++ (1) Gbe And (1) 10 Gbe Uplink Versatile Wall And Pole Mounting Phased Array Antenna System With Software-adjustable Coverage (50° Or 90°) Weatherproof (outdoor Exposed) 510,000.00 5 20 Unit Battery Module (sybt5) Sybt5 Apc Symmetra Lx 4kva Battery Module 720,000.00 6 20 Unit Lot 4: Ethernet Cards Network Adapter The Equipment Shall Be Brand New And Free From Defects Device Type: Network Adapter Form Factor: Plug-in Card - Low Profile Interface (bus) Type: Pci Express 3.0 Pci Specification Revision: Pcie 3.0 Ports: 10gb Ethernet X 2 Connectivity Technology: Wired Cabling Type: Ethernet 10gbase-t Data Link Protocol: 10 Gigabit Ethernet, Fibre Channel Over Ethernet (fcoe), Iscsi 336,000.00 Page 3 Of 5 Item No. Qty Description Total Data Transfer Rate: 10 Gbps "capacity: Qos Virtual Ports: Up To 64 Vlan Tags: Up To 4096" Network / Transport Protocol: Tcp/ip, Udp/ip, Ipsec, Iscsi, Smb, Nfs, Sctp Remote Management Protocol: Snmp, Dmi 2.0 "features: Mac Address Filtering, Ipv6 Support, Quality Of Service (qos), Virtual Machine Device Queues (vmdq), Ipv4 Support, Single Root I/o Virtualization (sr-iov), Tcp Segmentation Offload (tso), Pxe 2.0 Support, Extended Message-signaled Interrupts (msi-x), Virtual Extensible Lan (vxlan), Network Virtualization Using Generic Routing Encapsulation (nvgre), Intel Flow Director, Flexible Port Partitioning (fpp), Multi-mode I/o Virtualization Operations, Vlan Filtering, Intelligent Offloads" Compliant Standards: Ieee 802.1q, Ieee 802.1qbg Interfaces: 2 X 10gbase-t - Rj-45 Included Accessories: Low-profile Bracket Compliant Standards: Plug And Play, Rohs "os Required: Linux Kernel 2.6 Or Later Microsoft Windows Server 2008 R2 X64, Microsoft Windows Server 2012 X64, Microsoft Windows Server 2012 R2 X64, Windows 7/8/8.1/10 X64 Vmware Esxi 5.5 Or Later Red Hat Enterprise Linux 6.7 Or Later Suse Linux Enterprise Server 11 Or Later Freebsd 10.2 Or Later" 7 30 Unit Sfp-10g-t Compatible Taa 100/1000/10000base-tx Sfp+ Transceiver (copper, 30m, Rj-45) Technical Specifications Compatible Oem: Dell® Compatible With Oem Part Number(s): Sfp-10g- T Transceiver Type: Tx Reach: 30m Connector: Rj45 Form Type: Sfp+ Wavelength: N/a Media: Copper Speed Description: 10-gigabit Environment: 0 To 70c Speed: 100/1000/10000base Dom: Non:dom Physical Specifications Product Shipping Dimension(hxwxd): 1.2 In. X 2.75 In. X 4.75 In. Product Shipping Weight(lb): 0.4 Miscellaneous Country Of Origin: Usa/uk Eccn: 5a991 Hts-harmonized Code (uk): 85176200 Hts-harmonized Code (us): 8517.62.0090 Taa Compliant: Yes Unspsc Code: 43201553 Upc Code: 821455820278 What's In The Box: 1x Transceiver 90,000.00 Page 4 Of 5 Item No. Qty Description Total Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 13, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date13 Jan 2025
Tender AmountPHP 3 Million (USD 51.3 K)

Municipality Of Batuan, Bohol Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals,plainly Marked''proposals For Supplying To The Government''subject To The Terms And Conditions Set Forth Will Be Received On_______________ Of _________________ And Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee Or Their Duly Authorized Representatives. Item Qty Unit Item Description Unit Cost Total Cost 1 Unit Professional Digital Console Microphone Mixer 20 Channels, 12 Stereo Microphone Inputs 4 Stereo Signal Audio Inputs, 2 Stereo Signal Outputs, 6 Sub/bus Out Signal, 1 Head Room Out, Digital Touch Screen Display For Easy Calibration, Individual Parametric Graphic Equalizers At 26 Equalizers, Hot Spot Operated At Google Play Remote Control/can Be Control On Any Android Gadgets, 5 Inch 7 Inch Touch Screen Display, All With Matrix Adjustmt Gate & Compressor Control, With Vocal Effects Processor, 3 Heavy Duty, Studio Master Digilive. 1 Unit Professional Digital Audio Processor Digital Speaker Management * Take Control Of Your Pa System With This State -of-the[1]art Loudspeaker Management System * Automatically Set Up Your Pa With Updated Wizard Functions *take Control Of The Drive Rack Pa2 With Your Favorite Mobile Device Or Laptop *enhanced Advanced Feedback Suppression And Autoeq Functions *includes Dbx's Legendary Compression *works With Android, Ios, Mac, And Windows Devices *built-in Crossover, Limiting, And Driver Alignment Delays 4 Units Professional Passive Sound Reinforced Speaker System, Dual 15 Inch With 4 Inch Compression Driver Unit, By Amp Design, 2500 Watts Each (rms), Plybeirge Box Enclosure, Long Thru Voice Quality At 110 Degrees Voice Caption Dipression, Heavy Duty Series 9 Units Professional Sound Reinforced Self Powered (powered) Speaker System With Compression Driver Unit, 12 Inch Speaker Driver With Compression Driver Unit, 500-800 Watts (rms) Self- Powered, Digital Back Control Display, With Tone Control And Gain Control 4 Units Professional Sound Reinforced Sublow Passive Speaker, Customed Made Speaker Enclosure At Textured Finished, W-box Jbl Design Customed With Unit Of 1,600w Rms- Original P. Audio 18 Inch Speaker Inclusion Heavy Duty, All Weather Passive 2 Units Professional Stereo Power Amplifier For Sublow Speaker Use, Toroidal Power Supply At 2000-4000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 2 Units Professional Stereo Power Amplifier For Mid Low- Mid Hi-use, Toroidal Power Supply At 1800-3000 Watts (rms) Per Channelx2, Powerful Power Transitor Type, Heavy Duty, 1 Unit Professional Professional Stereo Power Amplifier For Hi Mid Hi-use, Toroidal Power Supply At 800-2000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 1 Set Professional Wireless, Handheld Microphone System, 2 Handheld Mic In One Set At Uhf Frequency Battery Operated, Plus Ufh Main Receiver In One Set Ufh Frequency, 220v, 100 Meters Caption, 1 Unit Professional Automatic Voltage Regulator, With Time Delay, Servo Motor Type, With Volt Meter And Amphe- Re Meter, Dual Toroidal Power Supply, Prevents Fluctuation Of Electricity From Low Voltage To Hi Voltage To Electrical Normalization, 20,000 Watts-(20kva) Heavy Duty 1 Lot Hardware, Bolt, Screws, And Other Electrical Ancilaries For Electronic And Electrical Connectivity That Includes Bracketing For The Bleacher Speaker System, Its Safety Cabling And Audio And Electrical Terminal 1 Set Professional Snake Box Customized From Operator S Booth To Signal To User 16 I 4 Returns 4 Rolls Professional Stereo Signal Cable, 99.99 Percent Copper Pure, 400 Ohms, Copper Pure, Heavy Duty, 4 Rolls Professional 16-2 Cable Enclosure In One Insulation With Ground, Royal Cord 16-2, 99.99 Percent Copper, Oxygen Free, Use As Speaker Cable/ Supply Cable: 40 Pairs Professional Xlr Male And Female Connectors, 1 Lot Professional Systems Installation Fee That Includes A) Bracketing B) Mounting Of Equipments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Basic Maintenance Of The Said Supply Note: Along With This Package Is A Free 1 Set Of Stage Search/spotlight Red-green-blue-white Spot Colors 1 Set Supply And Professional Installation Of Led Wall With Protective Roll Up Covers, Its Framing Programming, Accessories And Electrical Supply Inclusions Per Set: 1 Set 60 Panels Of Led Wall At 50cmx50cm Per Set-- At P3.9 Projection Contrast Rate, Fine Quality, Ip66-67 All Weather Outdoor Led Wall Sytem, Water And Heat Proof, Programmable, Ultra High Definition, All Colors Available Real And Bright Image Projection, Can Form To Landscape Or Portrait Set Up Approximate Measurement When Assembled Per 40 Panels Of 50cm X 50cm= 8.65 Ft X 11.80 Ft 1 Unit- Led Wall Driver/ Controller, Heavy Duty 1 Unit: 30kva/30,000 Watts Automatic Voltage Regulator, Toroidal Power Supply With Voilt Meter And Ampere Meter Equipt With Time Delay And Servo Motor Type, Adopts Electricity Fluctuation Both Low And High Voltage, Heavy Duty 1set Metal Frame For Fixed Installation On The Stage 1 Set Protective Roll Ups, Stainless Steel Metal With Vertical Metal Support, Horizontal Roll Up Blades As Protective Cover, Heavy Duty, Customed Made 1 Unit Professional Computer Set With 24 Inch Computer Set Monitor, Computer Specs: *amd Ryzen 7 5700x 3.4ghz (4.6ghz Max Boost) Cpu Processor I 1tb Nvme Ssd Up To 30x Faster Than Traditional Hdd I 240mm Aio *nvidia Geforce Rtx 3060 12gb Gddr6 Graphics Card (brand May Vary) I 16gb Ddr4 Ram 3200 Gaming Memory With Heat Spreader I Windows 11 Home 64-bit *802.11 Ac I No Bloatware I Graphic Output Options Include 1x Display Port Guaranteed, Addiotional Ports May Vary I Usb Ports Including 2.0, 3.0, And 3.2 Gen 1 Ports I Hd Audio And Mic I Free Gaming Keyboard And Mouse *4 X Rgb Ring Fans For Maximum Air Flow, 11th Gen 1 Set Electrical Cables Its Safety Earth Groundings, Panels And Switches 1 Lot Professional Systems Installation That Includes Mounting Of Led Walls, Bracketing, Program Ming, Termination, Calibration And Orientation To End User 1 Unit Professional Stage And Entertainment Lighting And Effects Control With Bright Screen, Increased Processing Power, And Faster Graphics Engine, The Tiger Touch Ll Is The Most Specified Titan Console. * Represents The Perfect Combination Of Power And Portability * Small And Light Enough To Fly In Standard Hold Luggage *smpte Time Code Support And A Button Layout To Match The Entire Titan Range Quicksketch Labelling For Ultimate Personalization Powerfull Multi-user Networking With Any Titan Console Create Huge Effects In Seconds With Key Frame Shapes Feature-packed Cue Lists Supporting Macros, Tracking, Autoloads, Timecode And More Expand Dmx Channel Capacity With Titan Net Processors Synergy-ready. Add Any Ai Product To Unlock Seamless Video Integration 10 Unit Professional Beam 295 Moving Head Lights With Touring Hard Case Good For 2 Moving Heads Equivalent To 5 Touring Hard Case For 10 Units Of Beam 295 Features: 14r 295w Beam Moving Head Light Lamp: Roccer 14r 295w Channel Mode: 18 Dmx512 Channel Amazing Dot Matrix, Four Tact Switch, 180◦ Turning Show Color Wheel: 14colors + White, And Seven Colors Effect Gobowheel: 14 Gobos (8fixed Gobos + 5 Glasses Gobos + White) Effect Wheel: 6 Independent Prisms, 8 Prism/ T Prism/ 6+12 Prism/16 Prism/t Prism/8+16+24 Prism, Can Combine 17 Kinds Of Prism Effects 32 Units Professional Par Led Light Stage Color Changer Lights, Red Green Blue White Color Combination Heavy Duty 3 Watter Equals 162 Watts Over All At 54 Bulb Or 18 Bulbs At 9 Watts Per Bulb 2 Units Professional Crank Case Type Tripod Heavy Duty Lighting Stand Controls Up And Down Of Installed Lights, Easy Movable In Different Angles, Load Up To 70 Lkgs, Can Accommodate 8 Units Of Par Led Lights 2 Units Professional Power Smoke Machine System With 2 Liters Unscented Smoke Fluid Free Each Machine 1,500 Watts 4 Rolls Number 16 Pure Copper Power Dupex Cable, Heavy Duty, Philippine Standard Strand 5 Rolls Professional Dmx Cable, Signal Microphone Cable 100-400 Ohms Impedance, Heavy Duty, Pure Copper 99.99 Percent Coper, 2 Shielded Plus One Ground Wire In One Consolidated Cable, 4 Units Professional Dmx Lightings Signal Splitter, Heavy Duty At 8 Splits 1 Units Professional Automatic Voltage Regulator 30 Kva (30,000 Watts) With Ampere Meter And Volt Meter, Equip With Time Delay, Servo Motor Type, Toridal Power Supply, Dual Power Supply Winding At Pure Copper At Power Supply In One Cabinet, Enclose In One Stainless Steel Metal Cabinet, With Locking System And Caster Wheel For Mobility Protects All Lighting Equipments From Power Interruption That May Cause Power Fluctuation Form Low Voltage And Hi Voltage To Normalization Or Voltage Normalization 1 Lot Electronics Connector For All Electronic Connectivity 1 Lot Electrical Connectors, Panels, Outlets And Plugs 1 Lot Professional Systems Installation That Includes: A) Bracketing B) Mounting Of Equiptments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Personnel To Operate On Basic Programming And Maintenance Of The Said Supply Total Total Bid/quotation Should Not To Exceed The Approved Abc Name Of Project: Purchase Of Supply Of Audio And Lighting Equipment With Systems Programming And Led Wall For Batuan Gymnasium Place Of Delivery:pob. Sur , Batuan, Bohol Time Of Delivery:__________________ Date Of Delivery:___________________ Bid Security Surety (5%) Cash Guarantee (2%) I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby. _______________________________ Name & Signature Of Bidder Eliseo B. Sumampong Bac Chairman
Closing Date3 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Others
United States
Details: The Federal Bureau Of Prisons Seeks A Contractor To Provide Community-based Outpatient Substance Use Disorder And Mental Health Treatment Services To Male And Female Adults In Custody (aics) In Community Placement Residing In A Residential Reentry Center (rrc), On Home Confinement, Or On Federal Location Monitoring Or, If Applicable, Reporting To A Day Reporting Center, In Fort Worth, Texas. services Are Needed Within A Six (6) Mile Radius Of Fritz G Lanham Federal Building, 819 Taylor Street, Fort Worth, Texas, 76102 And Within A Half (½) Mile To A Bus Stop. This Requirement Will Ensure The Contractor Is Located Within Walking Distance Of Public Transportation, Aics Are Not Subjected To Walking Long Distances In Inclement Weather, And Accountability Of Aics Is Maintained At The Performance Site(s). services Are To Be Delivered In-person At Performance Site(s) Meeting The Solicitation Restrictions And May Also Be Provided By Telehealth, According To Sow Requirements. Telehealth Is Defined As Audio-visual, Two-way Interactive Communication. Audio-only Services Are Allowed In Limited Circumstances And Requires Pre-approval. The Method Of Service Delivery Is Contingent On The Requirements Of The Contract, Contractor Capabilities, Accessibility And Technical Availability Of The Aic, And The Type Of Service Being Rendered, E.g., Intake And Clinical Assessments Must Be Provided In-person, Unless Preauthorized On A Case-by-case Basis. The Use Of Telehealth For The Delivery Of Services Must Not Be Simply For The Sake Of Convenience For The Contractor Or The Aic But Based On Sound Clinical Judgment, Resulting In A Treatment Delivery Of Both In-person And Telehealth Services, As Defined Above, With Very Limited Or No Audio-only Services Taking Place. performance Periods Under This Contract Will Be For A One-year Base Period Estimated To Begin On March 01, 2025, With Four (4) One-year Option Periods, With Services Ending (if All Options Years Are Renewed) On February 28, 2030. The Services Required For This Contract Include A Base Year; Option Year One, Option Year Two, Option Year Three, And Option Year Four. all Treatment Services Are To Be Provided By Clinicians Who Currently Hold A Professional License To Practice Independently, Without Supervision, In The State Of Texas. the Estimated Requirements For Community Treatment Services For Male And Female Federal Offenders Includes: base Year: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year One: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year Two: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year Three: Option Year One: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 option Year Four: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 potential 6 Month Ext: Estimated Number Of Units use The Guaranteed Maximum Quantity When Developing The Total Amount. supplies/services Min Quantity / Max Quantity substance Use Disorder Treatment Planning And Follow-up (2001) Min Quantity 10 / Max Quantity 120 substance Use Disorder Intake Screening (2005) Min Quantity 2/ Max Quantity 50 substance Use Disorder Individual Counseling (2010) Min Quantity 120 / Max Quantity 2400 substance Use Disorder Intake Assessment & Report (2011) Min Quantity 10 / Max Quantity 120 co-occurring Intake Assessment & Report (2012) Min Quantity 2 / Max Quantity 50 substance Use Disorder Group Counseling (2020) Min Quantity 300 / Max Quantity 4800 substance Use Disorder Relationship And Parenting Counseling (2030) Min Quantity 2 / Max Quantity 100 mental Health Treatment Planning And Follow-up (5001) Min Quantity 15 / Max Quantity 120 mental Health Intake Screening (5005) Min Quantity 2 / Max Quantity 50 mental Health Intake Assessment & Report (5011)min Quantity 15 / Max Quantity 120 psychiatric Evaluation & Report (5030) Min Quantity 15 / Max Quantity 120 crisis Intervention Evaluation & Report (6000)min Quantity 1 / Max Quantity 10 mental Health Individual Counseling (6010) Min Quantity 60 / Max Quantity 4200 mental Health Relationship And Parenting Counseling (6031)min Quantity 2 / Max Quantity 100 mh - Medication Monitoring & Report (6051)min Quantity 15 / Max Quantity 360 the Requirements For The Base Period May Change, Depending On The Actual Date Of Award. these Services Shall Be In Accordance With The Federal Bureau Of Prisons (bop) Community Treatment Services (cts) Statement Of Work, 2022. The Request For Quotation Will Be Available On Or About January 29, 2025, And Will Be Distributed Solely Through The General Services Administration’s Website Http: //www.sam.gov. hard Copies Of The Quotation Will Not Be Available. The Site Provides Downloading Instructions. All Future Information About This Acquisition, Including Quotation Amendments, Will Be Distributed Solely Through This Site. Interested Parties Are Responsible For Monitoring This Site To Ensure That They Have The Most Up-to-date Information About This Acquisition. the Estimated Closing Date Will Be On Or About February 19, 2025 At 12 Pm Est. this Requirement Will Be Set-aside For Small Businesses. The Bureau Anticipates Awarding An Indefinite Delivery, Indefinite Quantity Type Contract With Firm-fixed Unit Prices. All Responsible Business Concerns May Submit A Quote Which Will Be Considered By This Agency. Questions Concerning This Pre-solicitation Notice Should Be Directed To Kathaleen Cannon, Contracting Officer, At 202-598-6137 Or Via Email To Kacannon@bop.gov Considering The Solicitation Notice Posting On Sam.gov On Or About January 29, 2025.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Landkreis Elbe Elster Tender

Civil And Construction...+1Road Construction
Germany
Details: Expansion Od Buckau, 2nd phase: removing/milling asphalt pavement, approx. 3,000 m² road surface construction - asphalt pavement in deep installation, approx. 3,550 m² road surface renewal - asphalt pavement in high installation, approx. 400 m² high and round curbs, approx. 1,100 m curbs with integrated drainage (high curb gutter) - incl. Drainage Approx. 100 m of rainwater canal Dn 300 Approx. 70 m of rainwater canal Dn 500 to Dn 600, Approx. 350 m of street drains 27 pieces of shafts (dn1000 - Dn1500) 13 pieces of marking and signage work Pavement fixing - sidewalk, driveways Approx. 1,450 m² of deep concrete curbs Approx. 950 m of topsoil covering, grass seeding Approx. 1,200 m² of bus stops with tactile elements and 1 waiting shelter
Closing Date7 Jan 2025
Tender AmountRefer Documents 
4231-4240 of 4249 archived Tenders