Bus Tenders
Bus Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Nsn 7r-7021-015817917-e7, Ref Nr 267a695-50, Qty 2 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Description: Nsn 6k-8145-016510128-p8, Tdp Ver 001, Qty 281 Ea, Delivery Fob Origin. The Data Needed To Acquire/repair This Part Competitively Is Not Physically Available, It Cannot Be Obtained Economically, Nor Is It Possibleto Draft Adequate Specifications Or Any Other Adequate, Economical Description Of The Material For A Competitive Solicitation. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss)source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/"interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094.the Proposed Contract Action Is For Supplies Or Services For Which Thegovernment Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.award Will Be Made Only If The Offeror, The Product/service, Or Themanufacturer Meets The Qualification Requirement(s) At Time Of Award, Inaccordance With Far Clause 52.209-1. The Solicitation Identifies The Officewhere Additional Information Can Be Obtained Concerning Qualificationrequirements And Is Cited In Each Individual Solicitation.one Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Consideredto Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such Ase-mail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Nsn 7r-1680-015752561-bl, Ref Nr 96550-01031-042, Qty 6 Ea, Delivery Fob Origin. Nsn 7rh 1680 015752561 Bl, Ref Nr 96550-01031-042, Qty 6 Ea The Data Needed To Acquire This Part Competitively Is Not Physically Available,it Cannot Be Obtained Economically, Nor Is It Possible To Draft Adequate Specifications Or Any Other Adequate, Economical Description Of The Material For A Competitive Solicitation. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Beendetermined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In The (navsup Wss) Source Approval Information Brochure Listed Below. Https:///www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps These Brochures Identify The Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or Ifthis Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approvalbrochure Or Document Previous Submission Of All Data Required By The Sourceapproval Brochure Will Not Be Considered For Award Under This Solicitation.please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. Based Upon Market Research, The Government Is Not Using The Policies Containedin Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For Thedescribed Supplies Or Services. However, Interested Persons May Identify To Th Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. For Information Or Questions Regarding This Notice, Please Contact Dana Scott At The Email Address: Dana.l.scott14.civ@us.navy.mil This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/"
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Description: Nsn 1r-1680-llerak773-gf, Tdp Ver 001, Qty 1 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
National Irrigation Administration Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 140 K (USD 2.3 K)
Details: Description January 23, 2025 Request For Quotation Supply, Delivery And Installation Of Audio Equipment For The Conference Room Of Nia Csimo Head Office Sta. Lucia, Magarao, Camarines Sur Pr No.: Csimo-es-200-2024 Quotation/bid No. F501-cs-csimoho-04-25 The Manager Maryed Musicsportszone. 180 Cervantes Compound, Panganiban Drive, Naga City, Camarines Sur The Manager Rfk General Merchandise San Vicente St. Pili, Camarines Sur The Manager Identity General Merchandise San Felipe, Naga City, Camarines Sur Sir/ma’am; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia-csimo Head Office, Sta. Lucia, Magarao, Camarines Sur Not Later Than 01:30 Pm Of January 30, 2025 With An Abc Of P 140,000.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). The Articles/job Shall Be Delivered Within Sixty (60) Calendar Day From Receipt Of Purchase Order/notice Of Award. We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Your Submitted Price Quotation Shall Be Accompanied With Updated Philgeps Registration Certificate, Income/business Tax Return(for Abc’s More Than 500,00.00 Above), And Prescribed Omnibus Sworn Statement Which Will Be Submitted In One (1) Copy. Failure To Observe Any Of The Above Requirements Shall Be At The Risk Of The Bidder And Subject For Disqualification. Very Truly Yours, June Ivy C. Mendez Bac Chairperson Item & Description Unit Qty Unit Price Total Price Supply, Delivery, Installation Of Audio Equipment Digital Uhf 8 In 1 Conference System 8 Channels. Adjustable Frequency. Digital Line System Ir Automatic. Totally 400 (50*8) Frequencies. 3 Controllers Can Be Used Simultaneously. Microphone Can Be Used In Every Channel. Lcd Screens Show Working Status On The Receiver And Emitter. There Are 8 Balanced Output, Xlr Mixed Output, 1 Mixed Unbalanced Output. 4 Rubber Antennas Consumption Is 80ma. With 1.5v*3 Battery Power Supply, It Can Work Constantly For 8 Hours. Light Ring On The Microphone Head Will Display Working Status. Working Distance: 50-80 Meters. Unit 1.00 Mg12xu Mixer 12-channel Mixing Console Max. 6 Mic / 12 Line Inputs (4 Mono + 3 Stereo) 2group Buses + 1 Stereo Bus 2 Aux (incl. Fx) “d-pre” Mic Preamps With An Inverted Darlington Circuit 1-knob Compressors High-grade Effects: Spx With 24 Programs 24-bit / 192khz 2in / 2out Usb Audio Functions Works With The Ipad (2 Or Later) Through The Apple Ipad Camera Connection Kit / Lightning To Usb Camera Adapter Includes Cubase Ai Daw Software Download Version +48v Phantom Power Xlr Balanced Outputs Unit 1.00 Passive Speaker System Type: 2-way Bass Reflex Lf/hf: 5 Transducer/ 1/2 Mylar Dome Frequency Response: 80hz-20khz Transformer Taps 100v: 4w, 8w, 15w,30w Sensitivity: 90db Impedance: 8 Materials: Abs Plastic Dimesnion: L20 X W20 X H30 Weight: 2.71 Unit 4.00 Speaker Amplifier Type: Pa Amplifier, Total Power: 450watts Impedance: 4-16 Ohms, Line Output: 70v 100v Zone Output: 5 Zone + 10, Standbyline Distance: Up To 1km, Chime: Yes, Color: Black Inputs: Usb Sd Bt Fm Aux, Mic Input: Mic 1 And 2 Input Power: 220v, Rack Mountable: 19 Inches Color: Black, Usage: Pa System / Background Music Unit 1.00 Connect, Wire And Other Materials Lot 1.00 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above -mentioned Price Quotation. Note: Subject To 5% Vat And 1% Deduction Per Ra 9337 Implemented On February, 2005 ___________________________________________________________________ Name & Signature Of Owner/authorized Representative __________________________________________________________________ Name/position In Print Of Owner/representative ___________________________________________________________________ Signature _________________________ Date
Investigative Solutions Network Maskwa Tender
Transportation and Logistics
Canada
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Investigative Solutions Network-maskwa (isnm) Seeks Quotes For Transportation Providers To Offer Reliable And Culturally Respectful Transportation Services Across Northwestern Ontario For The 2025 Calendar Year. These Services Are Required To Support Temporary Evacuation Needs For Indigenous Community Evacuees Affected By Emergencies, Such As Floods And Wildfires. The Transportation Provider Should Have Scalable Capacity, Including Both Large And Small Vehicle Options, And Be Prepared To Activate Services Within 24 Hours Of Notification. Primary Locations:thunder Bay, Fort Frances, Kenora, Dryden, Sioux Lookout, Marathon Requirements We Request Quotes From Transportation Providers Across Southern Ontario Capable Of Safely Transporting Evacuees, Accommodating Medical And Cultural Needs, And Offering Flexible, Scalable Service Options. 1. Service Locations: Preferred Locations Are Urban And Suburban Centers In Southern Ontario, With Easy Access To Major Transportation Routes, Airports, And Accommodation Sites. 2. Capacity Requirements: Capability To Transport Up To 450 Evacuees At Once, With Scalable Options For Increased Capacity If Required. Access To A Fleet Of Large Coach Buses And Smaller Mini-buses To Accommodate Different Group Sizes And Needs. Scalability: The Provider Should Demonstrate The Ability To Increase Or Decrease Transportation Capacity On Short Notice Based On Fluctuating Evacuee Numbers. 3. Activation And Response Time: Rapid Activation: The Contractor Must Be Prepared To Activate Transportation Services Within 24 Hours Of Receiving Notification From Isn Maskwa. Point Of Contact: The Provider Must Assign An English-speaking Point Of Contact Available 24/7 For Coordination, Customer Service, And To Address Any Logistical Issues. 4. Medical, Cultural, And Accessibility Requirements: Protective Seating: Provide Protective Seat Covers For Elderly Evacuees And Those With Medical Needs. Medical, Cultural, And Religious Accommodations: Capability To Adjust Services Within 24 Hours To Accommodate Medical Or Cultural Needs, Including Appropriate Seating Arrangements And Support For Indigenous Traditions. 5. Vehicle And Safety Standards: Insurance: Providers Must Carry Adequate Liability Insurance For All Vehicles And Drivers. Vehicle Inspections: The Contractor, In Coordination With Isn Maskwa, Will Conduct Pre- And Post-use Inspections To Document The Condition Of All Vehicles Used, Ensuring Transparent Records Of Any Damages. On-time Performance: Providers Must Arrive Within 30 Minutes Of Scheduled Pick-up Times. Isn Maskwa Will Not Incur Charges If The Provider Is Late, And Alternative Transportation Costs Will Be The Provider’s Responsibility If The Provider Is A No-show. 6. Service Duties: Airport Transfers: Transport Evacuees Between The Airport And Accommodation Sites Upon Arrival And Departure. Daily Transportation: Provide Daily Transportation As Directed By Isn Maskwa And The Host Community. Event Transportation: Provide Transportation To Events And Outings Within 24 Hours’ Notice, As Directed By Isn Maskwa And The Community. 7. Trip Cancellation Policy: Isn Maskwa Will Provide 12 Hours' Notice For Any Trip Cancellations. No Cancellation Fees Will Apply Within This Timeframe. 8. Billing And Payment Terms: Invoicing: Providers Must Submit Invoices Twice Monthly (1st–15th And 16th–end Of Month), With Invoices Due Within One Week Of Each Billing Cycle. Extended Payment Terms: Providers Must Be Able To Carry Invoice Costs For Up To 120 Days Due To Potential Delays In Federal Fund Processing.
Investigative Solutions Network Maskwa Tender
Transportation and Logistics
Canada
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Investigative Solutions Network-maskwa (isnm) Seeks Quotes For Transportation Providers To Offer Reliable And Culturally Respectful Transportation Services Across Southern Ontario For The 2025 Calendar Year. These Services Are Required To Support Temporary Evacuation Needs For Indigenous Community Evacuees Affected By Emergencies, Such As Floods And Wildfires. The Transportation Provider Should Have Scalable Capacity, Including Both Large And Small Vehicle Options, And Be Prepared To Activate Services Within 24 Hours Of Notification. Primary Locations: Toronto, Hamilton, Mississauga, Brampton, Barrie, London, Kitchener, Guelph, St. Catherines, Niagra Falls, Cambridge, Oshawa, St. Thomas, Brantford Requirements We Request Quotes From Transportation Providers Across Southern Ontario Capable Of Safely Transporting Evacuees, Accommodating Medical And Cultural Needs, And Offering Flexible, Scalable Service Options. 1. Service Locations: Preferred Locations Are Urban And Suburban Centers In Southern Ontario, With Easy Access To Major Transportation Routes, Airports, And Accommodation Sites. 2. Capacity Requirements: Capability To Transport Up To 450 Evacuees At Once, With Scalable Options For Increased Capacity If Required. Access To A Fleet Of Large Coach Buses And Smaller Mini-buses To Accommodate Different Group Sizes And Needs. Scalability: The Provider Should Demonstrate The Ability To Increase Or Decrease Transportation Capacity On Short Notice Based On Fluctuating Evacuee Numbers. 3. Activation And Response Time: Rapid Activation: The Contractor Must Be Prepared To Activate Transportation Services Within 24 Hours Of Receiving Notification From Isn Maskwa. Point Of Contact: The Provider Must Assign An English-speaking Point Of Contact Available 24/7 For Coordination, Customer Service, And To Address Any Logistical Issues. 4. Medical, Cultural, And Accessibility Requirements: Protective Seating: Provide Protective Seat Covers For Elderly Evacuees And Those With Medical Needs. Medical, Cultural, And Religious Accommodations: Capability To Adjust Services Within 24 Hours To Accommodate Medical Or Cultural Needs, Including Appropriate Seating Arrangements And Support For Indigenous Traditions. 5. Vehicle And Safety Standards: Insurance: Providers Must Carry Adequate Liability Insurance For All Vehicles And Drivers. Vehicle Inspections: The Contractor, In Coordination With Isn Maskwa, Will Conduct Pre- And Post-use Inspections To Document The Condition Of All Vehicles Used, Ensuring Transparent Records Of Any Damages. On-time Performance: Providers Must Arrive Within 30 Minutes Of Scheduled Pick-up Times. Isn Maskwa Will Not Incur Charges If The Provider Is Late, And Alternative Transportation Costs Will Be The Provider’s Responsibility If The Provider Is A No-show. 6. Service Duties: Airport Transfers: Transport Evacuees Between The Airport And Accommodation Sites Upon Arrival And Departure. Daily Transportation: Provide Daily Transportation As Directed By Isn Maskwa And The Host Community. Event Transportation: Provide Transportation To Events And Outings Within 24 Hours’ Notice, As Directed By Isn Maskwa And The Community. 7. Trip Cancellation Policy: Isn Maskwa Will Provide 12 Hours' Notice For Any Trip Cancellations. No Cancellation Fees Will Apply Within This Timeframe. 8. Billing And Payment Terms: Invoicing: Providers Must Submit Invoices Twice Monthly (1st–15th And 16th–end Of Month), With Invoices Due Within One Week Of Each Billing Cycle. Extended Payment Terms: Providers Must Be Able To Carry Invoice Costs For Up To 120 Days Due To Potential Delays In Federal Fund Processing.
Investigative Solutions Network Maskwa Tender
Transportation and Logistics
Canada
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Investigative Solutions Network-maskwa (isnm) Seeks Quotes For Transportation Providers To Offer Reliable And Culturally Respectful Transportation Services Across Northeastern Ontario For The 2025 Calendar Year. These Services Are Required To Support Temporary Evacuation Needs For Indigenous Community Evacuees Affected By Emergencies, Such As Floods And Wildfires. The Transportation Provider Should Have Scalable Capacity, Including Both Large And Small Vehicle Options, And Be Prepared To Activate Services Within 24 Hours Of Notification. Primary Locations: Sault Ste. Marie, Sudbury, North Bay, Timmins, Cochrane, Kapuskasing, Hearst, Iroquois Falls, Kirkland Lake Requirements We Request Quotes From Transportation Providers Across Southern Ontario Capable Of Safely Transporting Evacuees, Accommodating Medical And Cultural Needs, And Offering Flexible, Scalable Service Options. 1. Service Locations: Preferred Locations Are Urban And Suburban Centers In Southern Ontario, With Easy Access To Major Transportation Routes, Airports, And Accommodation Sites. 2. Capacity Requirements: Capability To Transport Up To 450 Evacuees At Once, With Scalable Options For Increased Capacity If Required. Access To A Fleet Of Large Coach Buses And Smaller Mini-buses To Accommodate Different Group Sizes And Needs. Scalability: The Provider Should Demonstrate The Ability To Increase Or Decrease Transportation Capacity On Short Notice Based On Fluctuating Evacuee Numbers. 3. Activation And Response Time: Rapid Activation: The Contractor Must Be Prepared To Activate Transportation Services Within 24 Hours Of Receiving Notification From Isn Maskwa. Point Of Contact: The Provider Must Assign An English-speaking Point Of Contact Available 24/7 For Coordination, Customer Service, And To Address Any Logistical Issues. 4. Medical, Cultural, And Accessibility Requirements: Protective Seating: Provide Protective Seat Covers For Elderly Evacuees And Those With Medical Needs. Medical, Cultural, And Religious Accommodations: Capability To Adjust Services Within 24 Hours To Accommodate Medical Or Cultural Needs, Including Appropriate Seating Arrangements And Support For Indigenous Traditions. 5. Vehicle And Safety Standards: Insurance: Providers Must Carry Adequate Liability Insurance For All Vehicles And Drivers. Vehicle Inspections: The Contractor, In Coordination With Isn Maskwa, Will Conduct Pre- And Post-use Inspections To Document The Condition Of All Vehicles Used, Ensuring Transparent Records Of Any Damages. On-time Performance: Providers Must Arrive Within 30 Minutes Of Scheduled Pick-up Times. Isn Maskwa Will Not Incur Charges If The Provider Is Late, And Alternative Transportation Costs Will Be The Provider’s Responsibility If The Provider Is A No-show. 6. Service Duties: Airport Transfers: Transport Evacuees Between The Airport And Accommodation Sites Upon Arrival And Departure. Daily Transportation: Provide Daily Transportation As Directed By Isn Maskwa And The Host Community. Event Transportation: Provide Transportation To Events And Outings Within 24 Hours’ Notice, As Directed By Isn Maskwa And The Community. 7. Trip Cancellation Policy: Isn Maskwa Will Provide 12 Hours' Notice For Any Trip Cancellations. No Cancellation Fees Will Apply Within This Timeframe. 8. Billing And Payment Terms: Invoicing: Providers Must Submit Invoices Twice Monthly (1st–15th And 16th–end Of Month), With Invoices Due Within One Week Of Each Billing Cycle. Extended Payment Terms: Providers Must Be Able To Carry Invoice Costs For Up To 120 Days Due To Potential Delays In Federal Fund Processing.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 3.4 Million (USD 58.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Viii Baras, Palo, Leyte Invitation To Bid For: January 7, 2025 Construction/rehabilitation/improvement Of Facilities For Persons With Disabilities (pwd) And Elderlies/senior Citizens, Including Gender-responsive Facilities – Region Viii, Construction Of Comfort Rooms With Rest Area At Bus Terminal, Municipality Of Babatngon, Leyte 1. The Dpwh Regional Office Viii, Baras, Palo, Leyte, Through Gaa Fy-2024 Intends To Apply The Sum Indicated Hereunder Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Procurement Project/s. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening, Viz: 1.1 Contract Name : Construction/rehabilitation/improvement Of Facilities For Persons With Disabilities (pwd) And Elderlies/senior Citizens, Including Gender-responsive Facilities – Region Viii, Construction Of Comfort Rooms With Rest Area At Bus Terminal, Municipality Of Babatngon, Leyte Contract Id : 24i00386 Contract Location : Babatngon, Leyte Project Description/scope Of Work : Construction Of Comfort Room With Pwd Facilities And Water Tank. Major Category Of Works : Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract (abc) : ₱3,446,591.25 Contract Duration : 120 Calendar Days Cost Of Bidding Documents : Php5,000.00 2. The Dpwh Regional Office Viii, Baras, Palo, Leyte Now Invites Bids For The Above Procurement Project/s. Completion Of The Works Is Required Based On The Above-stated Contract Duration. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh Regional Office Viii, Baras, Palo, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8 – 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Its Authorized Representative Or Through Electronic Bid Submission. In Purchasing Bidding Documents And Submission/dropping Of Bids, Contractor’s Representative Not Registered In The Contractor’s Crc Shall Submit A Duly Notarized Special Power Of Attorney Stating Therein The Specific Project To Be Bid And A Valid Id, Per Memorandum Of Usec. Ardeliza R. Medenilla For Support And Services Dated December 27, 2021. 6. The Dpwh Regional Office Viii, Baras, Palo, Leyte Will Hold A Pre-bid Conference On January 15, 2025 @ 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below And (ii) Online Or Electronic Submission At Electronicbids_r8@dpwh.gov.ph Using 7zip Compressed Document Files As Indicated Below On Or Before January 28, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids) At The Given Address Below And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Summary Schedule Of Procurement Activities Procurement Activity Schedule 1. Publication Period At Philgeps And Dpwh Website January 8 – 14, 2025 2. Issuance / Downloading Of Bidding Documents January 8 – 28, 2025 3. Pre-bid Conference January 15, 2025 (10:00 A.m.) At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 4. Deadline For The Submission & Receipt Of Bids January 28, 2025 Until 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 5. Opening Of Bids January 28, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids), Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 10. Use 7zip Compressed Document Files For Electronic Bid Submission. Late Bids Shall Not Be Accepted. 11. The Dpwh Regional Office Viii, Baras, Palo, Leyte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Head, Bac Secretariat Procurement Staff-ord Procurement Office, Dpwh Regional Office Viii Baras, Palo, Leyte Telephone No.: (053) 323-1018 Email Add: Portula.nonilon@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_r8@dpwh.gov.ph Date Of Issue: January 7, 2025 (sgd.) Jay-b L. Talde Chief Administrative Officer Administrative Division Bac Chairperson Noted: (sgd.) Edgar B. Tabacon, Ceso Iv Regional Director Dates Of Publication In Dpwh & Philgeps Websites And Bulletin Board: January 8 – 14. 2025 Cc: The Public Affairs & Information Office (paio) Dpwh, Regional Office No. 8 Baras, Palo, Leyte Ro8 Bacsec.
4601-4610 of 4795 archived Tenders