Bus Tenders
Bus Tenders
DEPARTMENT OF EDUCATION DIVISION OF SAMAR Tender
Transportation and Logistics
Philippines
Details: Description Republic Of The Philippines Department Of Education R E G I O N V I I I Schools Division Of Samar Invitation To Bid For The Procurement Of Transportation For The Samar Division Athletes And Coaches To The 2025 Evraa Meet At Dolores, Eastern Samar- Lot 1 1. The Department Of Education – Division Of Samar, Through The 2025 Provincial Special Education Fund (sef) Intends To Apply The Sum Of Four Hundred Fifty Five Thousand And Fifty Pesos Only (455,050.00) For The Procurement Transportation For The Samar Division Athletes And Coaches To The 2025 Evraa Meet At Dolores, Eastern Samar- Lot 1 Being The Approved Budget For The Contract (abc) To Payments. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Unit Item Description 187 Pax Transportation Services From Deped Samar Division Office, Catbalogan City To Dolores, Eastern Samar 187 Pax Transportation Services From Dolores, Eastern Samar To Deped Samar Division Office, Catbalogan City On 2 Units Buses To Ferry Evraa Delegation From Billeting School At Dolores Eastern Samar To Different Playing Venues And Vice Versa The Vehicle/s To Be Used Should Be Duly Registered At The Land Transportation Office (lto) The Vehicle/s Must Possess A Certificate Of Public Convenience From The Land Transportation Franchising And Regulatory Board (ltfrb), Including The Validity And Scope Of Their Franchise. The Vehicle/s Shall Not Be More Than 10 Years Old From The Year Of Manufacture As Of The Scheduled Date Of The Activity The Transportation Provider Shall Submit A List Of The Specific Vehicle And Corresponding Plate Number/s To Be Used, And Assigned Driver/s Not Less Than 5 Days Before The Activity. Drivers Assigned Shall Have Updated Driver's License And In Good Medical Condition As Per Their Latest Health Examination Within A Year Of The Scheduled Activity The Number Of Participants Per Vehicle Shall Be Strictly Limited To Its Seating Capacity. Overloading And Usage Of Additional Seats In The Vehicle Aisle Shall Be Strictly Prohibited The Driver Should Take Regular And Safest Route To The Place Of Destination. He/she Shall Avoid Unnecessary Stops Not Included In The Identified Itinerary. 2. The Department Of Education – Division Of Samar Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required To Be Delivered At Deped Samar Division And Dolores, Eastern Samar For Eight (5) Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education – Division Of Samar, Bac Office Or May Call Its Landline Number And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 From The Given Address And Website(s) Below; Department Of Education Division Of Samar – Bac Office Arteche Boulevard, Catbalogan City, Samar Upon Accomplishing Bidder’s Information Sheet And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (500.00) To The Department Of Education – Division Of Samar – Cashier’s Office. Only Bidders Who Purchased Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). 6. The Department Of Education – Samar Division Will Hold A Pre-bid Conference1 On February 3, 2025; 10:00 Am At The Bids And Awards Committee (bac) Office, Deped – Samar Division, Arteche Blvd., Catbalogan City And Through Video-conference Via Microsoft Teams. Prospective Bidders Are Advised To Contact The Bac Secretariat A Day Before The Said Activity For The Link. Pre-bid Conference Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am Of February 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of February 17, 2025 At The Redaja Hall, Division Office Deped – Samar Division. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education – Division Of Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Josefina F. Dacallos Bac Secretariat - Head Department Of Education Division Of Samar Bac Office Arteche Boulevard, Catbalogan, City Telephone Number: (055) 251-2595 Depedsamar.bac@deped.gov.ph 24 January, 2025 Joel A. Zartiga Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 455 K (USD 7.8 K)
DEPARTMENT OF EDUCATION DIVISION OF SAMAR Tender
Transportation and Logistics
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Viii Schools Division Of Samar Invitation To Bid For The Procurement Of Transportation For The Samar Division Athletes And Coaches To The 2025 Evraa Meet At Maasin City- Lot 1 1. The Department Of Education – Division Of Samar, Through The 2025 Provincial Special Education Fund (sef) Intends To Apply The Sum Of Eight Hundred Fifty-six Thousand Pesos Only (856,000.00) For The Procurement Transportation For The Samar Division Athletes And Coaches To The 2025 Evraa Meet At Maasin City- Lot 1 Being The Approved Budget For The Contract (abc) To Payments. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Unit Item Description 275 Pax Transportation Services From Deped Samar Division Office, Catbalogan City To Maasin City (february 24, 2025) At 5:00am 275 Pax Transportation Services From Maasin City To Deped Samar Division Office, Catbalogan City (march 2, 2025) At 11:00pm 2 Units Buses To Ferry Evraa Delegation From Billeting School At Maasin City To Different Playing Venues And Vice Versa From February 25, 2025-march 2, 2025 The Vehicle/s To Be Used Should Be Duly Registered At The Land Transportation Office (lto) The Vehicle/s Must Possess A Certificate Of Public Convenience From The Land Transportation Franchising And Regulatory Board (ltfrb), Including The Validity And Scope Of Their Franchise. The Vehicle/s Shall Not Be More Than 10 Years Old From The Year Of Manufacture As Of The Scheduled Date Of The Activity The Transportation Provider Shall Submit A List Of The Specific Vehicle And Corresponding Plate Number/s To Be Used, And Assigned Driver/s Not Less Than 5 Days Before The Activity. Drivers Assigned Shall Have Updated Driver's License And In Good Medical Condition As Per Their Latest Health Examination Within A Year Of The Scheduled Activity The Number Of Participants Per Vehicle Shall Be Strictly Limited To Its Seating Capacity. Overloading And Usage Of Additional Seats In The Vehicle Aisle Shall Be Strictly Prohibited The Driver Should Take Regular And Safest Route To The Place Of Destination. He/she Shall Avoid Unnecessary Stops Not Included In The Identified Itinerary. 2. The Department Of Education – Division Of Samar Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required To Be Delivered At Deped Samar Division And Maasin City For Seven (7) Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education – Division Of Samar, Bac Office Or May Call Its Landline Number And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 From The Given Address And Website(s) Below; Department Of Education Division Of Samar – Bac Office Arteche Boulevard, Catbalogan City, Samar Upon Accomplishing Bidder’s Information Sheet And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (1,000.00) To The Department Of Education – Division Of Samar – Cashier’s Office. Only Bidders Who Purchased Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). 6. The Department Of Education – Samar Division Will Hold A Pre-bid Conference On February 5, 2025; 10:00 Am At The Bids And Awards Committee (bac) Office, Deped – Samar Division, Arteche Blvd., Catbalogan City And Through Video-conference Via Microsoft Teams. Prospective Bidders Are Advised To Contact The Bac Secretariat A Day Before The Said Activity For The Link. Pre-bid Conference Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am Of February 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of February 17, 2025 At The Redaja Hall, Division Office Deped – Samar Division. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education – Division Of Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Josefina F. Dacallos Bac Secretariat - Head Department Of Education Division Of Samar Bac Office Arteche Boulevard, Catbalogan, City Telephone Number: (055) 251-2595 Depedsamar.bac@deped.gov.ph 24 January, 2025 Joel A. Zartiga Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 856 K (USD 14.7 K)
National Library Of The Philippines Tender
Software and IT Solutions
Philippines
Details: Description 1.the National Library Of The Philippines (nlp), Through The Authorized Appropriation For Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Five Million Nine Hundred Twelve Thousand Six Hundred Fifty-six Pesos (php5,912,656.00) Being The Approved Budget Contract (abc) To Payments Under The Contract For Pb25-01 Supply And Delivery, Installation And Commissioning Of Ict Equipment And Services For The Rehabilitation And Upgrade Of Network Infrastructure. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. No. Project Description Abc Cost Of Bidding Docs Bid Opening Venue 1 Supply And Delivery, Installation And Commissioning Of Ict Equipment And Services For The Rehabilitation And Upgrade Of Network Infrastructure Php5,912,656.00 Php10,000.00 February 26, 2025; 10:00 Am Nlp Building, T.m. Kalaw St. Ermita, Manila 2.the Nlp Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Five (5) Months Upon Receipt Of Purchase Order. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4.prospective Bidders May Obtain Further Information From The Nlp Bids And Awards Committee (bac) Secretariat Email Address And Inspect The Bidding Documents Posted At The Philippine Government Electronic Procurement System (philgeps) And In Our Official Website At Https://web.nlp.gov.ph/. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 From The Given Address And Website Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Email. 6.the Nlp Will Hold An Online Pre-bid Conference On February 13, 2025 At 10:00 Am Through Videoconferencing Which Shall Be Open To All Prospective Bidders. Express Interest By Sending An Email To Bac@nlp.gov.ph With The Subject: Request To Join The Pre-bid Conference For Public Bidding No. 25-01. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Provided Below On Or Before 10:00 Am Of February 26, 2025. Submit A Soft Copy Of Technical (in Pdf) And Financial (in Word Or Excel) Requirements In Usb Flash Drive. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On February 26, 2025, 10:01 Am At The Nlp Building, T.m. Kalaw St., Ermita, Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nlp Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Maureen C. Terrenal Marie Joy H. Bestoir Eleanor C. Siyang Jonathan F. Santos Bac Secretariat National Library Of The Philippines Tel. No.: (02) 5314-2100 Loc. 114/406 / 412 Email: Bac@nlp.gov.ph Website: Https://web.nlp.gov.ph/ 12.you May Visit The Following Websites To Download The Bidding Document: Https://web.nlp.gov.ph/category/bids_opportunities/ Https://notices.philgeps.gov.ph/ (sgd.) Maricel M. Ureña Bac Chairperson 1. Distribution Frames: strategic Positioning Of New Four (4) Free Standing Closed-type Data Cabinet At Data Center & Four (4) Wall-mount Intermediate Distribution Frame Enclosures To Proposed Location & Positions At The 3rd Floor Of Bldg#1 (1), Cctv Command Center (1) At Ground Floor, & 9th Floor (1), Bldg#2 & Ams Hall (1) At Bldg#3 Considering The Cable Backbone Cable Length Limitations, Aesthetic, Security, & Accessibility free-standing Closed-type Data Cabinet (42ru) 800mmw X 1000mmd X 2055mmh, With 2 Rear Vertical Wire Manager, Vertical Pdu (14-3prong Universal Outlets) With Twist Locks, Perforated Single-swing Front & Double-swing Rear Doors W/ Lock, Perforated Side Panels, Caster Wheel And Leveling Feet, 3 Shelves, 4-exhaust / Ventilation Fans, Powder Coated (black), & M6 Mounting Screws. 4 wall-mounted Data Cabinet (3ft) W-600mm X D-600mm X H-900, With Vertical Pdu (8-3prong Universal Outlets), Tinted Acrylic Door With Push Lock, 2sets Exhaust /ventilation Fans, Detachable Side Panels, Powder Coated (black), & Mounting Screws. 4 2. Distribution Frames Power Supply Wiring Four (4) Free Standing Closed-type Data Cabinet supply & Cable Pulling Of #12awg/3c Royal Cord In 25mm-dia Pvc Pipe From The Existing Ups Located At Data Center To The Proposed Location & Position Of The Above 4 X Free Standing Closed-type Data Cabinet (each). These Include The Needed Pipe Supports, Fittings, & Others Consumable Materials Required In The Proposed Installations. supply, Mounting, & End To End Terminations Of Below Wiring & Accessories. Continuity & Insulation Testing Four (4) Wall-mount Closed-type Intermediate Distribution Frame supply & Cable Pulling Of #12awg/3c Royal Cord In 25mm-dia Pvc Pipe From The Existing Ups Located At Data Center To The Proposed Location & Position Of The Above Four (4) Wall-mount Closed-type Intermediate Distribution Frame (each). These Include The Needed Pipe Supports, Fittings, & Others Consumable Materials Required In The Proposed Installations. supply, Mounting, & End To End Terminations Of Below Wiring & Accessories. Continuity & Insulation Testing Lot Wiring Components: twist Lock, 3prong Power Outlet With Face Plate (wide Series) top Of The Line Brand Of #12awg/3c Royal Cord heavy Duty C20 Plug 25mm-dia Pvc Pipe “thickwall” 25mm-dia Pvc Long Sweep Elbow 25mm-dia Caddy Clamp fs Surface Mount Box pvc Square Box With Cover 10mm Full-threaded Round Bar 10mm Grip Anchor 10mm Screw Nuts & Washer consumables (restoration Materials, Gi Wires, Hacksaw Blades, Electrical & Masking Tapes, Cable Ties, Drill Bits, Cutting & Grinding Disk, Mounting Brackets & Screws, Bolt & Nuts, Etc. 1 3. Network And Ip-based Application Backbone Cabling supply & Layout Of 50mm-dia (common) & 25mm-dia (distribution) Pvc Pipes Required For The New Network & Ip-based Applications - Fiber Optic Backbone Cable Pathways From The Main Network-distribution Frame Cabinet At Data Center To The Existing & Proposed Locations Of Intermediate Distribution Frames At Bldg#1 (3rd Floor)(1), Bldg#2 (ground Floor (cctv Command Center)(1) & (9th Floor)(1), Bldg#3 (ground Floor-one Stop Shop/shared Space)(1), Ams Hall (ground Floor)(1), (3rd Floor)(1) & (2nd Floor)(1). These Include Required Chipping & Restoration Of Walls & Slabs, Supports, Boxes, Fittings, & Consumable Materials Required In The Proposed Installations. supply Of Labor For The & Layout Of New 6core Fiber Optic Cable (each) From The Main Network-distribution Frame Cabinet At Data Center To The Existing & Proposed Locations Of New Intermediate Distribution Frames At Bldg#1 (3rd Floor)(1), Bldg#2 (ground Floor (cctv Command Center)(1) & (9th Floor)(1), Bldg#3 (ground Floor-one Stop Shop/shared Space)(1), Ams Hall (ground Floor)(1), (3rd Floor)(1) & (2nd Floor)(1). supply, Termination & Mounting Of Inter & Intra-building Backbone Cabling Peripherals To Proposed Location & Positions. cable Integrity Testing & Documentations. Lot Inter-building Backbone Cabling Peripherals: 6core, 50/125 Micron, Multimode, Om4, Outdoor-type, Non-armored Fiber Optic Cable 24port, 50/125 Micron, Multimode, Om4, Sc Fiber Optic Patch Panel (loaded) 12port, 50/125 Micron, Multimode, Om4, Sc Fiber Optic Patch Panel (loaded) cable Minder W/ Cover, 1ru sc 50/125 Micron, Multimode, Om4, Fiber Optic Pigtails, 1m duplex, 50/125 Micron, Multimode, Om4, Fiber Optic Patch Cord, 3m (lc-sc) consumables: Spare Fiber Optic Pigtails, Buffer Tubing, Shrinkable Tube, Polishing Film (black, Green, & White), Adhesive, Syringe, Tissue Paper, Alcohol, Cross Connect Cables, Cable Tie, Velcro Etc. 1 4. Ups System And Power Supply Wiring supply & Live Mounting Of 100at/100af, 3p, 3f Circuit Breaker Replacing The Existing 60at/100af, 3p, 3f Circuit Breaker At The Existing Power Distribution Panel Board & At The Ups Input Distribution Panel Board. These Include Modification Of The Existing Ups Input Panel Board & Replacement Of The Under Size Bus Bar. supply & Layout Of 3-30mm2 & 1-8.0mm2 Thhn Wire From The Existing Power Distribution Panel Board To The Existing Ups Input Panel Board. supply & Cable Pulling Of 2-ga#8/3c Royal Cord Utilizing The Existing Cable Ladder From The Modified Ups Input Panel Board To The Proposed Location & Positions Of 2 - New 5kva Ups At Data Center. end To End Termination insulation Testing (megger) Lot Components: 100at/100af, 3p, 3f Circuit Breaker 40at/100af, 2p, 3f Circuit Breaker 30.0mm2 Thhn Wire (red) 30.0mm2 Thhn Wire (yellow) 30.0mm2 Thhn Wire (blue) 8.0mm2 Thhn Wire (green) ga#8/3c Royal Cord terminal Lugs, 8-6s consumables: Copper Phase Bus Bars, Cable Protection & Pathways, Metal Drill Bit, Blind Rivets, Hacksaw Blade, Masking Tape, Electrical Tape, Velcro, Cable Tie, Etc. 1 Services: labor Charge /engineering /supervision must Provide As-built Plans. Training Materials. Data Sheets, System Manuals, Configuration Documentation, And Equipment Inventory In Hard Copies And Soft Copies In Pdf Format As Appropriate. conduct Of Training User’s Training, And System Administration (knowledge Transfer) cable Integrity Testing And Report (test Result For Documentation Available In Hard & Soft Copies) single Line Diagram insulation Test Report must Provide Manuals And Technical Documents Of The Entire System Including Sample Photos (as-built Cad Drawings Indicating The Exact Location Of Terminals, Cable Identifier Number, Cabling Route, & Room Plans.) mobilization & Demobilization (personnel Comprehensive Insurances, Deliveries & Miscellaneous) 5. Active Components And Appliance Units Smart-ups Srt 5000va 4500w 230v Tower Type Includes: ● Smart-ups Srt 19" Rail Kit For Smart-ups Srt ● Start-up ● 5x8 Assembly And Power-up Service ● 3 Years Warranty In Ups & 2 Years In Battery ● Preventive Maintenance (one Visit Per Year) 2 Units Hi-capacity Aggregation (fully Managed, Layer 3 Switch With (28) 10g Sfp+ Ports And (4) 25g Sfp28 Ports) Features: (1) 1.3” Lcm Color Touchscreen With Ar Switch Management (28) 10g Sfp+ Ports (4) 25g Sfp28 Ports (1) Usp Rps Dc Input 760 Gbps Switching Capacity layer 3 Switching Features 2 Units 48 Port Managed Switch With Poe (fully Managed Layer 3 Switch With (16) 2.5 Gbe Ports Including (8) Poe+ And (8) Poe++, And (32) Gbe Ports Including (24) Poe+ And (8) Poe++ And (4) 10g Sfp+ Ports) Features: (16) 2.5 Gbe Ports Including (8) Poe+ And (8) Poe++ (32) Gbe Ports Including (24) Poe+ And (8) Poe++ (4) 10g Sfp+ Ports (1) 1.3” Lcm Color Touchscreen dc Power Backup Ready 720w Total Poe Availability managed With Network Application 3 Units 24 Port Managed Switch With Poe (fully Managed Switch With (8) 2.5 Gbe Poe++ Ports, ((16) Gbe Ports Including (8) Poe+ And (8) Poe++, And (2) 10g Sfp+ Ports) Features: ● (8) 2.5 Gbe Poe++ Ports ● (16) Gbe Ports Including (8) Poe+ And (8) Poe++ ● (2) 10g Sfp+ Ports ● (1) 1.3” Lcm Color Touchscreen ● Dc Power Backup Ready ● 400w Total Poe Availability ● Managed With Network Application 15 Units 10g Multi-mode Optical Module (sfp+ Transceiver That Supports 10g Connections Up To 300 M Using Multi-mode Fiber With A Duplex Lc Upc Connector) 40 Units Factory Terminated Foc - Lc - Lc - 2 Meters 40 Units Centralized Access Points Manager (10g Cloud Gateway With 200+ Device / 2,000+ Client Support, 5 Gbps Ips Routing) Includes Full Application Suite For Device Management 5 Gbps Routing With Ids/ips (1) 10g Sfp+*, (8) Gbe Rj45 Lan Ports (1) 10g Sfp+*, (1) 2.5 Gbe Rj45 Wan Ports (2) 3.5″ Hdd Bays With Raid Data Protection built-in 128 Gb Ssd For Nvr Detection Recordings power Backup Ready 1.3″ Touchscreen 2 Units Wi-fi 7 Access Point (ceiling-mounted Wifi 7 Ap With 6 Spatial Streams And 6 Ghz Support For Interference-free Wifi In Demanding, Large-scale Environments) wifi 7 With 6 Ghz Support 6 Spatial Streams 140 M² (1,500 Ft²) Coverage 300+ Connected Devices powered Using Poe+ 2.5 Gbe Uplink 25 Units Server For Router: Form Factor Rack-mountable – 2u Server Hot-swap Bays Qty: 8 Processor / Chipset Cpu: Intel Xeon E5-2620v3 / 2.4 Ghz Or Higher Max Turbo Speed: 3.2 Ghz Or Higher Number Of Cores: 6-core Or Higher Processor Installed Qty: 1 Max Supported Qty: 2 Storage Raid Level: Raid 0, Raid 1, Raid 10 Hdd Installed: 1 X 3.5" 2tb 7.2k Sata Ram Memory Speed: 1866 Mhz Configuration Features: 1 X 16 Gb Memory Form Factor: Dimm 288-pin Slots Qty: 24 Empty Slots: 23 Networking Data Link Protocol: Ethernet, Fast Ethernet, Gigabit Ethernet Form Factor: Integrated Ethernet Ports: 4 X Gigabit Ethernet Ethernet Controller(s): Broadcom Bcm5719 Graphics Controller Form Factor: Integrated Graphics Processor: Matrox G200er2 Video Memory: 16 Mb Video Interfaces: Vga Power Type: Power Supply - Hot-plug Power Redundancy Scheme: 1+1 Installed Qty: 1 Max Supported Qty: 2 1 Scope Of Work Includes: conduct Site Survey & Gather Information Needed For Installation Planning. (before Bidding Process) provide A Detailed Layout Or Diagram Based On The Equipment And Cable Runs Above That Will Be Approved By The It Division. perform Mobilization, Manpower Pooling And Procurement Of Local & Imported Materials In Preparation Of The Actual Implementation Of The Project. provide The Necessary Tools And Equipment To Perform The Proposed Scope Of Works. project Engineer Who Will Be Responsible For The Coordination And Management Of The Project Throughout Its Completion. He Will Be The Primary Interface In Coordinating Efforts And Tasks For The Delivery And Implementation Of The Contracted Services. provide Project Management, Including Planning, Consultancy Services And Overall Supervision And Implementation. provide Project Status Reports Advising The End-user On The Status Of The Activities. The Report Shall Consist Of The Following, As Appropriate: Weekly Reports And Updates Of The Project’s Progress, Checklist For Acceptance And Testing, Other Items Of Importance. warranty Period For The Project Must Be One (1) Year On Parts, Labor, Materials, And Equipment. To Protect The National Library Of The Philippines (nlp) From Unreliable And Unproven Products And Services The Following Provisions Shall Be Required: 1.manufacturer Of The Proposed Brand Should Be Iso 9000 Certified Or Better. 2.the Proposed Manufacturer's Brand Should Have An Existing Technical Web Support System Where The Providers/ Bidders Can Log-in And Key-in Product Service Codes/item Codes For Faster Tracking Of Defective. 3.the Proposed Brand Should Have An International Brand Name, Which Means That The Brand Or Item Is Known And Marketed Globally And Have International Presence (physical Stores, Centers, Or Satellite Offices) In At Least 5 Countries. 4.the Brand Offered Should Be Sold And Marketed Continuously In The Philippines For The Last Ten (10) Years.
Closing Date26 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Sources Sought Notice
the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For 4184 American National Standards Institute/building Owners And Managers Association (ansi/boma) Office Area (aboa) Square Feet Of Office Space In Prince George S County, Md
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For 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. 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 Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered In 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 Va.
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 05 510 Butler Avenue, Building 306a, Martinsburg, Wv, 25405
description: The Va Seeks To Lease Approximately 4184 Aboa (nusf) Square Feet (sf) Of Office Space And 20 Parking Spaces For Use By The Va As Clinical Space In The Delineated Area Explained Below Within The Prince George S County, Md Area. Va Will Consider Space Located In An Existing Building As Well As New Construction Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered.
lease Term: Not To Exceed 20 Years.
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: Rt 214
east: Rt 4 South Maryland Blvd
south: Rt 234
west: Potomac
additional Requirements:
(1) A Contiguous First Floor Space Is Preferred But A Contiguous Single Floor Space May Be Considered.
(2) Bifurcated Sites, Exclusive Of Parking, Are Not Permissible.
(3) It Is Preferred That Column Size Not Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet.
(4) Offered Space Cannot Be In The Fema 100-year Flood Plain.
(5) Offered Space Must Be Zoned For The Va S Intended Use.
(6) Offered Space May Not Be Considered If Located Near Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
(7) Offered Space May Not Be Considered If Located Near Residential Or Industrial Areas.
(8) Space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
(9) It Is Preferred That Offered Space Be Near A Hospital Or Stand-alone Emergency Room Center And A Fire Department.
(10) It Is Preferred That Offered Space Be Near Public Transportation.
(11) 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 Request For Proposals.
(12) A Fully Serviced Lease Is Required.
all Submissions Should Include The Following Information:
(1) Name Of Current Owner.
(2) Address Or Described Location Of Building.
(3) Location On Map Demonstrating The Building Lies Within The Delineated Area.
(4) Description Of The Uses Of Adjacent Properties.
(5) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes.
(6) A Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
(7) Site Plan Depicting The Property Boundaries, Building, And Parking.
(8) Floor Plan, Aboa, And Rsf Of Proposed Space.
(9) 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 $41.5 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required, To Submit A Capabilities Statement.
(10) A Document Indicating The Type Of Zoning
(11) A Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use.
(12) A Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 12:00 P.m. Local Time.
e-mail Responses To: David.parker3@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 [$41.5 Million]. Responses To This Notice Will Assist The Leasing Contracting Officer (lco) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
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 Is Not A Request For Proposals. This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including 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 Sheet 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, Dunn & Bradstreet 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) And; (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
prince George S County, Md - Lease Sources Sought Notice
company Name: _______________________________________
company Address: ______________________________________
dunn And Bradstreet 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 Rsf) (3-page Limit).
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)
Closing Date10 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Sources Sought Notice
salisbury, Md Readjustment Counseling Center
rli 36c24525q0243
the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For 3041 American National Standards Institute/building Owners And Managers Association (ansi/boma) Office Area (aboa) Square Feet Of Office Space In Salisbury, Md
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For 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. 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 Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered In 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 Va.
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 05 – 510 Butler Avenue, Building 306a, Martinsburg, Wv, 25405
description: The Va Seeks To Lease Approximately 3041 (aboa), Or 2534 Net Useable Square Feet (nusf) Square Feet (sf) Of Office Space And 22 Parking Spaces For Use By The Va As A Mental Health Rural Outreach Clinic In The Delineated Area Explained Below Within The Salisbury, Md Area. Va Will Consider Space Located In An Existing Building As Well As New Construction Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered.
lease Term: Not To Exceed 20 Years.
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: Rt 50
east: Rt 13 Bypass
south: Tonytank Pond To Tonytank Creek To Colburn Millpond To Tonytank Creek
west: Wicomico River
see The Below Delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area.
additional Requirements:
(1) A Contiguous First Floor Space Is Preferred But A Contiguous Single Floor Space May Be Considered.
(2) Bifurcated Sites, Exclusive Of Parking, Are Not Permissible.
(3) It Is Preferred That Column Size Not Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
(4) Offered Space Cannot Be In The Fema 100-year Flood Plain.
(5) Offered Space Must Be Zoned For The Va’s Intended Use.
(6) Offered Space May Not Be Considered If Located Near Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
(7) Offered Space May Not Be Considered If Located Near Residential Or Industrial Areas.
(8) Space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
(9) It Is Preferred That Offered Space Be Near A Hospital Or Stand-alone Emergency Room Center And A Fire Department.
(10) It Is Preferred That Offered Space Be Near Public Transportation.
(11) 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 Request For Proposals.
(12) A Fully Serviced Lease Is Required.
all Submissions Should Include The Following Information:
(1) Name Of Current Owner.
(2) Address Or Described Location Of Building.
(3) Location On Map Demonstrating The Building Lies Within The Delineated Area.
(4) Description Of The Uses Of Adjacent Properties.
(5) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes.
(6) A Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
(7) Site Plan Depicting The Property Boundaries, Building, And Parking.
(8) Floor Plan, Aboa, And Rsf Of Proposed Space.
(9) 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 $41.5 Million, Please Read The Below Attachment, Entitled, “vosb Or Sdvosb Status”. You Are Invited, But Not Required, To Submit A Capabilities Statement.
(10) A Document Indicating The Type Of Zoning
(11) A Description Of Any Changes To The Property Necessary To Be Compatible With Va’s Intended Use.
(12) A Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
all Interested Parties Must Respond To This Advertisement No Later Than May 24, 2023, At 12 P.m. Local Time.
e-mail Responses To: Tammy.buckwalter@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 [$41.5 Million]. Responses To This Notice Will Assist The Leasing Contracting Officer (lco) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
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 Is Not A Request For Proposals. This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including 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 Sheet 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, Dunn & Bradstreet 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) And; (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
salisbury, Md - Lease Sources Sought Notice
company Name: _______________________________________
company Address: ______________________________________
dunn And Bradstreet 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 Rsf) (3-page Limit).
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)
Closing Date7 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Va Illiana Healthcare System (vaihcs) Located In Danville, Il.
project Description:
the Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (demo Wall, Remove Raised Floor, Relocate Server Cabinets, Install Bus Bar And Overhead Cable Management, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 14, 19, 22, 58, 60, 64, 98, 101, 102, 103, 104, 125, 128, 129, 130, 131, 132, 133, 140 And Site.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 17, 2025 At 10:00 Am Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
shardae Webb
contract Specialist
shardae.webb@va.gov
secondary Point Of Contact:
william Henkel
contracting Officer
william.henkel@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date17 Feb 2025
Tender AmountRefer Documents
Moravskoslezsky Region Road Administration, Contribution Organization Tender
Others
Czech Republic
Details: The subject of the public contract is the execution of construction works in Rychvald on roads Ii/471 and Iii/4712, Mk Záblatská and adjacent land, consisting of the construction of a roundabout with four branches, which will enable a smooth traffic connection between both roads, as well as the connection to Mk Ul. Záblatská. The construction is divided into the following construction objects: Paid from the budget of the Ssmsk: • So 101 Roundabout of roads Ii/471 X Iii/4712 The construction object includes the area of the existing intersection of roads Ii/471 X Iii/4711, with the fact that the communication Iii/47111 in the direction of Dolní Lutyně will also be addressed within the framework of the object. The Intersection Is A Junction, As The Main Road Is Marked Ii/471 The Intersection Is Connected To Ul. Záblatská. The Reconstruction Will Change The Existing Intersection To A Small Roundabout. Road Iii/4711 Is 7.5m Wide. • So 102 Road Ii/471, K. Ú. Rychvald This Is The Section Between The Existing Intersection Ii/471 X Iii4711 And The Reconstructed Part Of Road Ii/471. The Reconstructed Part Of The Road Is 8m Wide Between The Curbs. As Part Of The Construction, The Axis Of The Road Will Be Shifted Towards The New Roundabout. • So 103 Road Ii/471, K. Ú. Bohumín Záblatí This is the section between the roundabout and the intersection with the road Iii/4711 (ul. Sokolská). The road is equipped with a one-sided (left side) sidewalk with a width of 2.0 m. As part of the construction, this sidewalk will be preserved and a one-sided expansion of the road will be carried out so that the width of the paved part between the curbs is at least 7.0. As part of the construction, the existing drainage ditches will be filled in and the drainage of the road will be through storm drains connected to the existing storm sewer. • So 301 Storm Sewerage The project for a building permit addresses the drainage of storm water from the area of the newly constructed roundabout, bus stop and expanded road Ii/471 towards Bohumín. Part of the Construction Object Are Proposals for the Location of Street Drains and Inspection Manholes. The Construction Object Solves the Drainage of Rainwater from the Road of the Newly Built Sidewalk. The Newly Designed Rainwater Sewerage Is Gravity With a Slope of Min. 0.5% From Pvc Ribbed Pipes Dn 250/200 – Type Ultra Rib 1.250/200 – Type Ultra Rib 1 • Other Costs 70% • Vrn Secondary Budget Costs 70% Covered From the Budget of the City of Rychvald: • Sat 104 Bus Stop As Part of the Construction, the Bus Stop Will Be Moved Outside the Road Area. The Designed Bus Stop Is Located in an Area That Is Precisely Designated in the Spatial Plan of the City of Rychvald and Included in the Road Transport Infrastructure Part. The traffic in the area of the stop is designed to be one-way (arrival from the intersection and exit onto Ul. Bohumínska). There are two parallel traffic routes in the area of the bus stop, divided by a platform. • Sat 105 Local traffic Ul. Záblatská This is a section between the roundabout and the existing traffic Ul. Záblatska, the embankment and excavation of the earth body will be carried out to the level of the level of the road plane. • Sat 403 Relocation and protection of public lighting The construction closely follows the construction of the road and the sidewalk around the road, complementing this construction with infrastructure - public lighting. The existing lighting fixtures are placed on concrete pillars. As part of the construction, the existing lighting in the area of the bus bay and the lighting of all pedestrian crossings will be supplemented. • So 801 Reclamation and Vegetation Treatment of Areas After Construction When preparing the territory for construction, it will be necessary to remove grown trees and wooded areas in the area of the construction being prepared, especially in the area of the bus stop. Felling trees will open up space and create an increased noise level for the family house, which is located in the immediate vicinity of the stop. The space between the stop and the road fence will be provided with longitudinal planting of coniferous trees. Planting is designed on the plot of land No. 2035. • Other costs 30% • Vrn Additional budget costs 30% So 401 Relocation and protection of the LV line and So 402 Relocation and protection of the Cetin line are not valued. The Construction Will Be Carried Out According to the Project Documentation Prepared by the Authorized Person Ida Macháčková, Kašparova 1395/8, 700 30 Ostrava – Hrabůvka, Ičo 00095711 – Čkait 1102714.
Closing Date4 Feb 2025
Tender AmountCZK 27 Million (USD 1.1 Million)
Bublava Village Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Details: The Subject of the Public Contract Fulfillment Within the Framework of This Tender Procedure Is the Execution and Procurement of All Works Necessary for the Implementation of the Action: Construction of Two Public Transport Shelters for the Municipality of Bublava, Within the Scope Specified by the Tender Documentation, In Particular the Project Documentation and This Invitation. This Is the Construction of Two Bus Stops, Specifically Number 1 – At P. No. 307/1 In K. Ú. Bublava And Number 4 – At P. No. 1408/1 In K. Ú. Bublava. The Performance Will Also Include Ensuring All Activities Related to the Comprehensive Testing of the Construction and Its Handover to the Contracting Authority. More Detailed Information Is
Closing Date7 Feb 2025
Tender AmountCZK 659 K (USD 27.2 K)
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)
6621-6630 of 6656 archived Tenders