Bus Tenders
Bus Tenders
PHILIPPINE SPORTS COMMISSION Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Tem 1 Rental Of Light, Sound And Various Equipment – 1 Lot Front Of The House Audio System >8 Units - Pro Audio Branded Full Range Line Array Speaker (foh) Power Rating (w, Continuous) 875 Power Rating (w, Peak 1750 Frequency Response Hz (±3 Db) 75 -20,000 Maximum Spl (peak Db) 136 Coverage Pattern (nominal) 100º X 15º >4 Units - Pro Audio Branded 18" Subwoofer (foh) Power Rating 1500 Watts Peaklf: Dual-bridged Technology™, Class D Frequency Range 31 Hz - 220hz Frequency Range (-10db) 31 Hz - 220 Hz Maximum Peak Output 126 Db Spl At 1m >4 Units - Branded (stage Monitor) 2 Way Active Speaker 1600w Frequency Response [-10db] 50 - 20.000 Hz Frequency Response [-3db] 56 - 19.000 Hz Max Spl130 Dbhf1" Exit, 1.4 V.c Horizontal Directivity 100º (85º Up/ 120º Down) >1 Unit - Live Digital Audio Mixer, Live And Studio With 40 Input Channels, 16 Midas Pro Microphone Preamplifiers And 25 Mix Buses And Live Multitrack Recording >1 Unit - Branded Live Digital Stage Box 32 Input, 16 Output Stage Box With 32 Midas Microphone Preamplifiers, Ultranet And Adat Interfaces With Cat6e 100m Cable >2 Units - Distribution Amplification 1 In 8 Out >10 Units - Audio Wireless 2500 Microphone W/ Branded Capsule *430-990 Mhz *6dbi *100 Degrees *0dbm Iso *10-18vcd Ps And Uplink >1 Lot - Branded Wired Dynamic Microphone *cardiod *3pin Xlr >1 Lot - Microphone Stand >1 Lot - Playback/music 2-channel Performance Dj Controller W/ Branded Gaming Laptop For Pipe In Music Lights Section/effects >30 Units - 54x3 Watts Led Par Lights (rgb Colors Ceiling Mood Lights) >4 Units - 54x3 Watts Led Par Lights (rgbw Colors Stage Mood Lights) >4 Units - 54x3 Watts Led Par Lights (rgb Colors Entrance Mood Lights) >8 Units - Autolight Led Par Lights (amber/white Frontals) >16 Units - 54x3 Watts Led Par Lights (amber/white Frontals) >8 Lot - Led Branded 240w (rgbw W/ Strobe And Barn Door Mood Lights) >1 Lot - Crank Light Stand >8 Units - Beam 280w Wide Sharpy Moving Heads (rgbw Color With Gobos) >4 Units - Beam 260w Spot Sharpy Moving Heads (rgbw Color With Gobos) >4 Units - Laser 6 Eye 5mw (rgbw Color With Strobe) Ledwall >2 Units - Follow Spot >4 Units - Upward Smoke Machine (for Lights Effects) >1 Unit - Haze Machine 900w (for Lights Effects) >1 Unit - Arena Lights Controller >3 Units - High Resolution High Refresh Rate Ledwall P3 9x12ft >3 Units - Ledwall Processor >1 Lot - Back Frame With Counterweight >1 Unit - 19" Branded Monitor >1 Unit - Gaming Laptop For Playback I9 Intel 144hz Refresh Rate >1 Lot - Hdmi Cable, Cat6, Power Cable, Link Cables >1 Unit - Branded Video Mixer 8 Channels Input/out >1 Unit - Video Program >1 Unit - Resolume Arena Stage, Truss, Barricade, Rigging >1 Set - 12x12x3ft Aluminum Non-slip Vinyl Stage With 4 Stair Handrails >1 Set - 20x18ft Aluminum Vertical U-truss >4 Units - 2t Manual Hoist Electrical Power Supply >3 Units - Power Distribution Unit 60a Main Breaker (50m, Single Phase, 2 Camlock In, 8 Out 32a / 8 Out 16a With Volt Meter) >3 Units - #6 Royal Cord Mainline 2c Camlock >1 Lot - #12 Royal Cord With Industrial Plug And Socket >1 Lot - #12 Flat Cord Extensions And Power Cables Accessories Generator >1 Unit - 150 Kva (inclusive 12 Hours Fuel) Generator >1 Unit - 75m Main Line Cable ***nothing Follows*** Delivery Requirement: Date Of Event: March 15, 2025
Closing Date5 Mar 2025
Tender AmountPHP 250 K (USD 4.3 K)
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Details: The Lhd/a Machinery Control Systems Are Currently Experiencing Obsolescence Issues With Respect To Both Their Hardware/computer Software Configuration Items (hwci/csci) That Will Require A Technology Refresh And Re-engineering To Sustain Shipboard Tactical Operations. Historically, The Mcs Configuration Included North Atlantic Industries (nai) Brand Name 6u Versa Module Europa (vme) Multifunction I/o Cards, Specifically The 64g5 Card. The Legacy Nai 64g5 Card Has Reached End Of Life And Are No Longer Supported. In Order To Address Availability And Obsolescence Issues, Mcs Tech Refresh Is Transitioning From The Legacy Versa Module Europa (vme) Chassis Design, Which Hosts The I/o Cards, To A Vme Peripheral Component Interconnect With Extents For Both Buses Standards (vpx) Chassis Design. The Nai 68g5 I/o Cards, Listed In This Requisition, Are Required To Support The Lhd/a Mcs Tech Refresh As They Are Compatible With The Modernized Vpx Chassis, Compliant With The Vpx Chassis Backplane Pin-out Structure And Provide Increased Functionality And Supportability Compared To The Legacy I/o Cards.
this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential Firms Capable Of Providing The Supplies/services Described Herein Prior To Determining The Method Of Acquisition.
capability Statements:
interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following:
section 1: Introduction. Identify The Sources Sought Number And Title
section 2: Corporate Description.
name Of Company And Address
prime Contract Number
ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb)
points Of Contact, Including: Name, Title, Phone, And E-mail Address
cage Code And Duns Number
(1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Prototyping, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Attached Pws,
(2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort,
(3) Demonstrated Ability To Obtain Security Clearances At The Time Of Contract Award Or Within 45 Days For All Personnel Expected To Provide Support In Accordance With The Above Requirement;
section 3. Past/current Performance. Suggested Language: Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described In The Draft Sow.
section 4. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Draft Sow. Information Should Include:
contractor’s Facility Clearance (if Required, This Should Be Filled Out By The Negotiator)
statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel (if Required, This Should Be Filled Out By The Negotiator)
the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Sow
contractors Technical Ability, Or Potential Approach To Achieving Technical Ability, To Perform At Least 51% Of The Cost Of The Task Order With Its’ Own Employees In Accordance With Far 52.219-14
the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Sow. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified
contractor’s Ability To Begin Performance Upon Task Order Award.
a Statement That The Contractor Either Has Or Does Not Have An Approved Accounting System, As Required In Federal Acquisition Regulation (far) 16.301-3(a)(3) For Cost-reimbursement Contracts.
attachment (1) Draft Statement Of Work (sow)
note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence.
note: Prior To The Award Of A Cost-type Task Order, The Federal Acquisition Regulation (far) Subpart 16.301-3(a) Requires That The Contractor’s Accounting System Be Determined Adequate For Considering Costs Applicable To The Contract Or Order. No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Questions Or Comments Must Be Submitted Via Email. Responses Must Be Received No Later Than 3:00pm Est On 24 January 2025 By E-mail To Brendan.t.heasley.civ@us.navy.mil.
Closing Date24 Jan 2025
Tender AmountRefer Documents
Province Of Ifugao Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 170 Date: January 28, 2025 Office: Pgo Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Vehicle Spareparts, In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 20, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 3 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Engine 6hkl With Turbo And With Bulldog Transmission Pc 1 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 475,000.00 - Purpose: For Engine Replacement And Transmission Ordinary Bus Cxg 877. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As One Contract. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
Closing Date20 Feb 2025
Tender AmountPHP 475 K (USD 8.2 K)
Province Of Ifugao Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 170 Date: January 28, 2025 Office: Pgo Rfq No.: Pgso Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Vehicle Spareparts, In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 27, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 3 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Engine 6hkl With Turbo And With Bulldog Transmission Pc 1 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 475,000.00 - Purpose: For Engine Replacement And Transmission Ordinary Bus Cxg 877. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Larry Bagiw Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As Separate Contract Per Item. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
Closing Date27 Feb 2025
Tender AmountPHP 475 K (USD 8.2 K)
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Works
Civil And Construction...+3Water Storage And Supply, Electrical Works, Electrical and Electronics
Eprocure
India
Details: Works contract for execution of 1)Proposal for improving low voltage at Konaseri area of Parutharai SS/100KVA by providing 1 no additional 11KV / 433V/25 KVA DT under Sooriyacode Section, 2)Proposal for improving low voltage at Aluvilai area of Parutharai / 100KVA by providing 1 no additional 11 KV /433V/25KVA DT under Sooriyacode section. 3)Proposal for improving low voltage at Puthankattuvilai aea of Pilankalai SS/100 KVA by Providing 1 no Additional 25 KVA DT under SCD section., 4)Proposal for improving low voltage at Kottaikadukulam area of Pilankali SSadditional 11KV/433V/25KVA DT under SCD section, 5)Proposal for improving low voltage at Karukkapazhanji SS area of Bhavathi Ammancoil SS/100KVA by provid 1 no Additional 11KV/433V/25 KVA DT under SCD Section, 6)Estimate overload at Piracode area of Check Post SS/100 KVA by providing 1 no additional 11 KV/433/25KVA DT under SCD section, 7)Improvement Estimate for avoiding over load at Vadakankarai area Vadakankarai SS I 100 KVA by providing 2 no 25 KVA on line DT under Kaungal section, 8)Improvement estimate for improve low voltage at Ettani Colony Lutharan Church area Ettani Colony SS 63 KVA by providing 1 no 25 KVA Lutharan Church SS IIunder Karungal Section, 9)Improvement estimate for tail end voltage at Kumilykulam SS 100 KVA by providing additional 3 nos 25 KVA new DT in 11KV Nithiravilai feeder under Puthukadai section, 10)Estimate for improving the low voltage at Vadakkumankarai Hallow Bricks SS / 63 KVA by providing 1 no additional 11 KV/433/63KVA DT under Killiyoor Section,11)Improving the low voltage DT in Moolaithattu SS I 63KVA by providing Single pole structure 63KVA New DT under Killiyoor section, 12)Proposal for improving 1 no additional at Varakottai area of Vadakkumankarai SS1/100KVA by providing 1 no additional 11KV/433V/63KVA DT under Killiyoor section, 13)Proposal for improving low voltage at Kayal nagar area if Annaitheresa Colony SS/100KVA by providing 1 no additional 11KV/433V/63KVA DT under Killiyoor section, 14)Improvement estimate for MS structure materials to GI structure materials at Manal SS-II 100KVA in costal area under Killiyoor Section, 15)Estimate for strengthening of conductor in charge LT line AAAC 7/ into LT line AAAC7/3.315 at Edapadu SS II /100KVA in Poothurai feeder under Namboly Section, 16)Replacement of deteriorated double pole structure materials and poles in Edappadu SS1/100KVA under Namboly Section, 17)Replacement of deteriorated double pole structure materials and poles in Erayumanthurai SS/100KVA under Namboly Section, 18)Dc w estimate for shifting three numbers 9 mtr PSC pole loc.F2/1 in LMS SS/250KVA F2/6,9 in Kunnamparai SS/63KVA as per the request of The Junior Assistant Highways department under Palliyadi section, 19)Proposal for improving low voltage at Kalliyadappu area of Valiyavilai SS2/100KVA by providing 1 o additional 11KV/433V/25KVA DT under Namboly section, 20)Proposal for improving low voltage at Vengavilai area of Parakulam SS/100KVA by providing 1 no additional 11KV/433V/25KVA DT under Namboly Section, 21)Proposal for avoiding overload DT at Kuzhivilai Their area of RC Street SS/25 KVA by providing 1 no additional 11KV/433V/25KVA DT under Sooriyacode Section,22)Proposal for improving low voltage at Ambedkar Nagar area of Kalingarajapuram Theri SS/100KVA by providing 1 no additional 11 KV/433V/25KVA DT under Namboly Section, 23)Proposal for improving low voltage at Chinnathurai Sunami area of Chinnathurai Sunami SS /100KVA by providing 1 no additional 11 KV /433V/25KVA DT under Namboly Section, 24) Proposal for improving low voltage at Jaya Matha VConvent area of Vavarai School SS/100KVA by providing 1 no additional 11 KV/433V/25KVA DT under Sooriyacode section, 25)Imp Proposal for overload DT at Manali SS/100KVA by providing 2 nos additional 11KV/433V/25KVA DT under Palliyadi section, 26)Proposal for improving low voltage at Kalinkarajapuram area of Kalingarajapuram Their SS/100KVA by providing 1 no additional 11K/433V/25KVA DT under Namboly Section, 27)Proposal for over load DT at Kalnatty area of Kalnatty SS/100KVA by providing 1 no additional 11 KV/433V/63KVA DT under Killiyoor Section, 28)Improvement estimate for overload at Villarivilai area Paravi SS/100KVA by providing 1 no 63KVA DT under Karungal Section, 29)Improvement est for replacement of aged corroded LT Line ACSR 7/2.59mm into AAAC 7/3.15mm and rusted line materials in Helan Nagar SS I 100KVA under Distn Killiyoor section, 30)Improvement estimate for avoiding overload DT Pottakuzhi SS II 100KVA by Providing 1 no 63KVA DT Erataikulam Thirupu SS in under Karungal Section, 31)Improvement estimate for replacing 1 no RSJ HT pole for Thengapattanam Bus Stop under Puthukadai Section, 32)Imp estimate for strengthening conductor ACSR 7/2.59 in Poothurai VII SS 100KVA under Namboly section, 33)Improvement estimate for strengthening of conductor 7/3.35 into 7/4.09 and GI Materials SCHIYHIC HOUDE to Erumanthurai Harbour SS under Namboly Section, 34)Imp est for replacing structure pole with MS DT structure materials into new structure with GI DT structure materials at STD SS II- 100KVA under Killiyoor section, 35)Improvement estimate for MS Structure materials to GI Materials in Uthukuzh SS under Puthukadai section, , 36)Proposal for over load DT at Pathiramangalam area of Pathiramangalam SS/100 KVA by providing 1 no additional 11KV/433V/63 KVA DT under Palliyadi section, 37)Improvement est for Low voltage DT Oothukuzhi SS II 100 KVA by providing 2 nos additional 25 kVA DT Puthukaduvetty SS I & II under Puthukadai Section, 38)Replacement of deteriorated 1 no 30feet RSJ pole at locations F2/3 at Varavilai SS/100KVA in 11KV Kozhivilai feeder under Sooriyacode section, 39)Proposal for improving low voltage at Enayam area of Enayam Odalkarai SS1/100KVA by providing 1 no additional 11 KV/433V/63kVA DT under Killiyoor Section under C&I PKD Section.Kuzhithurai Division, Kanyakumari Electricity Distribution Circle – Regarding.
Closing Date4 Mar 2025
Tender AmountRefer Documents
COMMISSION ON ELECTIONS REGION I Tender
Others
Philippines
Details: Description Republic Of The Philippines Commission On Elections Request For Quotation For Supply And Delivery Of Office Supplies For The Participants For The Training Of Trainers Ii In Region I Ref. No. Svp-2025-01 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Supply And Delivery Of Office Supplies For The Participants For The Training Of Trainers Ii In Region I, With The Following Details: Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope, Using The Prescribed Form, See Annex “a”, Not Later Than January 20, 2025 At The Office Of The Regional Election Director-region I (c/o Cristituta N. Popes, Rbac Secretariat Head). 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid Except For Omnibus Sworn Statement). A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No., And C. Omnibus Sworn Statement (see Annex “b” For The Prescribed Format) D. Updated Income Tax Return (bir Form 1701) / Bir Registration 5. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Sgd. Cristituta N. Popes Rbac Secretariat Head _________________________________________________________ [company Name] _________________________________________________________ [company Address And Contact Nos.] Price Quotations Date: ________________ Commission On Elections Regional Bids And Awards Committee 1 We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price/pc. Total Price 63 Pc Flash Drive/universal Serial Bus (usb) 16gb 63 Pc Ballpen (black) 63 Pc Pencil 63 Pc Steno Notebook, 80 Sheets 63 Pc File Bag (long) 63 Pc Id Jacket With Lace Total Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: ___________________________________________ Address: ________________________________________________________________ Emb And Telephone Number: _____________________________________________ ______________________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued By The Bac. 10. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, Issued On ______ At ______, Valid Until _____________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________ Notary Public For _____ Until ______ Roll Of Attorneys No. _____ Ptr No. __, [date Issued], [place Issued] Ibp No. __, [date Issued], [place Issued] Doc. No. ___ Page No. ___ Book No. ___ Series Of ____.
Closing Date20 Jan 2025
Tender AmountPHP 31.4 K (USD 538)
City Of Cagayan De Oro Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387a - 2024 1. The City Government Of Cagayan De Oro, Non-office - 2024 Equipment Upgrading Of Brgy. Carmen Emergency Operation Command Center Capital Outlay, Intends To Apply The Sum Of Eleven Million One Hundred Sixty Thousand And 0/100 Pesos Only (php11,160,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387a - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 2 Set Core Smart Switch 24 Ports + Sfp 2 4 Set Core Smart Switch 12 Ports + Sfp 3 1 Piece Core Router 4 1 Set Server Poweredge R750 With Windows Server 2022, Standard Rok, 16 Core, With Dss8pro-video - License 5 1 Set Embedded Video Storage - 36 Bay 6 1 Set Multi-screen Controller 7 1 Set Encoding Card 8 1 Set Decoding Card 9 45 Set Hard Drive Storage 10 3 Set Network Keyboard Controller 11 2 Set 6kva Single Phase Online Ups 12 1 Set 55" Interactive Touchscreen Monitor 13 1 Set Desktop Pc 14 4 Set 55" Video Wall Display Unit 15 2 Set 42u Data Cabinet 16 10 Roll Utp Cable 17 30 Set Patch Cord 1m Cat6 18 30 Set Patch Cord 2m Cat6 19 30 Set Patch Cord 3m Cat6 20 20 Set Patch Cord 5m Cat6 21 3 Set Horizontal 6a Power Supply Strip (6 Socket) 22 2 Set Patch Panel 24 Ports 23 20 Set Direct Attach Cable 24 500 Pc Rj 45 Modular Plugs: Cat6 25 500 Pc Rubber Boots Connector 26 20 Set Sc - Sc Cable 27 20 Set Sc-lc Cable 28 4 Set Cable Manager 1u 29 4 Set Cable Manager 2u 30 4 Set Rack Level 31 1 Unit Network Video Recorder, 8/16 Channel Compact 1u 8poe 4k & H.265 Lite 32 2 Set Ip Port 33 1 Set Relay 12ch 10a With Motors, Fcu Control Function 34 1 Set Tis Bus To Dmx 48 Bridge Module 35 1 Set Led Driver Dmx 4ch *5a 36 1 Set Energy Servant 10 Functions, Ceiling Mount Sensor 37 1 Set Power Supply 24vdc 38 1 Set 4 Zone Digital Input 39 1 Set Luna Tft 4.3" Panel Black 40 1 Set Automatic Electrical Rouhging-ins 41 3 Set Access Point 42 1 Set Door Access With Brackets, Barrels And Complete Accessories 43 5 Pc Pvc Octagonal Junction Box 4"x4" (deep Type) 44 2 Pc Metal Pullbox 6"x6"x4" 45 1 Pc 5/8"ø X 3000mm Grounding Rod 46 1 Roll Thhn Stranded Wire 47 1 Set Ippbx With 4fxo Module & 4gsm, With Complete Accessories 48 25 Set Ip Phone With Complete Accessories 49 1 Set Base Radio Base Radio With Power Supply And Antenna 50 1 Set Antenna Tower And Repeaters With Complete Accessories 51 11 Length 1" X 2" X 1.2mm Rectangular Tube 52 20 Length 2" X 2" X 3.5mm Wire Mesh 53 4 Kg Welding Rod 54 1 Gal Epoxy Primer Gray 55 1 Gal Paint Thinner 56 3 Piece Paint Brush #3 57 1 Sq.m. Acrylic Signage In Stainless Finish Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 06 February 2025 To 12:00 Noon Of 27 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 06 February 2025 To 12:00 Noon Of 27 February 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 13 February 2025; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 27 February 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 27 February 2025 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Closing Date27 Feb 2025
Tender AmountPHP 11.1 Million (USD 192.8 K)
City Of Cagayan De Oro Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387 - 2024 1. The City Government Of Cagayan De Oro, Non-office - 2024 Equipment Upgrading Of Brgy. Carmen Emergency Operation Command Center Capital Outlay, Intends To Apply The Sum Of Eleven Million One Hundred Sixty Thousand And 0/100 Pesos Only (php11,160,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387 - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 2 Set Core Smart Switch 24 Ports + Sfp 2 4 Set Core Smart Switch 12 Ports + Sfp 3 1 Piece Core Router 4 1 Set Server Poweredge R750 With Windows Server 2022, Standard Rok, 16 Core, With Dss8pro-video - License 5 1 Set Embedded Video Storage - 36 Bay 6 1 Set Multi-screen Controller 7 1 Set Encoding Card 8 1 Set Decoding Card 9 45 Set Hard Drive Storage 10 3 Set Network Keyboard Controller 11 2 Set 6kva Single Phase Online Ups 12 1 Set 55" Interactive Touchscreen Monitor 13 1 Set Desktop Pc 14 4 Set 55" Video Wall Display Unit 15 2 Set 42u Data Cabinet 16 10 Roll Utp Cable 17 30 Set Patch Cord 1m Cat6 18 30 Set Patch Cord 2m Cat6 19 30 Set Patch Cord 3m Cat6 20 20 Set Patch Cord 5m Cat6 21 3 Set Horizontal 6a Power Supply Strip (6 Socket) 22 2 Set Patch Panel 24 Ports 23 20 Set Direct Attach Cable 24 500 Pc Rj 45 Modular Plugs: Cat6 25 500 Pc Rubber Boots Connector 26 20 Set Sc - Sc Cable 27 20 Set Sc-lc Cable 28 4 Set Cable Manager 1u 29 4 Set Cable Manager 2u 30 4 Set Rack Level 31 1 Unit Network Video Recorder, 8/16 Channel Compact 1u 8poe 4k & H.265 Lite 32 2 Set Ip Port 33 1 Set Relay 12ch 10a With Motors, Fcu Control Function 34 1 Set Tis Bus To Dmx 48 Bridge Module 35 1 Set Led Driver Dmx 4ch *5a 36 1 Set Energy Servant 10 Functions, Ceiling Mount Sensor 37 1 Set Power Supply 24vdc 38 1 Set 4 Zone Digital Input 39 1 Set Luna Tft 4.3" Panel Black 40 1 Set Automatic Electrical Rouhging-ins 41 3 Set Access Point 42 1 Set Door Access With Brackets, Barrels And Complete Accessories 43 5 Pc Pvc Octagonal Junction Box 4"x4" (deep Type) 44 2 Pc Metal Pullbox 6"x6"x4" 45 1 Pc 5/8"ø X 3000mm Grounding Rod 46 1 Roll Thhn Stranded Wire 47 1 Set Ippbx With 4fxo Module & 4gsm, With Complete Accessories 48 25 Set Ip Phone With Complete Accessories 49 1 Set Base Radio Base Radio With Power Supply And Antenna 50 1 Set Antenna Tower And Repeaters With Complete Accessories 51 11 Length 1" X 2" X 1.2mm Rectangular Tube 52 20 Length 2" X 2" X 3.5mm Wire Mesh 53 4 Kg Welding Rod 54 1 Gal Epoxy Primer Gray 55 1 Gal Paint Thinner 56 3 Piece Paint Brush #3 57 1 Sq.m. Acrylic Signage In Stainless Finish Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 26 December 2024 To 12:00 Noon Of 23 January 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 26 December 2024 To 12:00 Noon Of 23 January 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 09 January 2025; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 23 January 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 23 January 2025 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 11.1 Million (USD 190.5 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: See Attached Sow.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With Far Part 13 Simplified Acquisition Procedures And 12.6 Streamlined Procedures For Evaluation And Solicitation For Commercial Items.
this Announcement Constitutes The Only Solicitation; A Request For Quotation (rfq) Is Being Requested And A Written Solicitation Will Not Be Issued. The Solicitation Number Is N00244-24-q-0087. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Latest Federal Acquisition Circular And Dfars Change Notices. This Solicitation Is Issued As Full And Open Competition. Naics Code 541330 Engineering Services Is Applicable And Business Size Is $25.5 Million. The Solicitation Will Start On The Date This Solicitation Is Posted And Will End On 25 February 2025 4:00 Pm Pacific Standard Time.
contractor Must Complete All Representations And Certifications Found In The Provisions Listed Below Within Their Profile In The System For Award Management (sam) At Http://www.sam.gov To Be Considered For This Solicitation.
requirements
**************************************************************************
navsup Flc San Diego Require Topside Covers To Prevent Corrosion.
refer To Statement Of Requirements For Full Detail.
qty. See Attached Sow
period Of Performance:
one Year Starting On Contract Award Date.
delivery: Fob Destination.
inspection And Acceptance: At Destination By The Government.
contract Type: Order/ Contract Resulting From This Solicitation Will Be Firm Fixed Price (ffp).
requiremnets
see Attached Sow.
end
this Solicitation Documents And Incorporates Provisions And Clauses In Effect Through The Latest Fac And Dfars Change Notices. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov
post Award Contract Administration Will Be Performed By Navsup Fleet Logistics Center San Diego, Code 220.
payment: The Us Navy Anticipates Using Wide Area Workflow (wawf) To Pay Invoices Iaw Dfar 252.232-7003 And Dfars 252.232-7006.
requests For Technical And Or Contractual Clarification Are To Be Submitted In Writing. Technical Questions Are To Be Submitted Via Email To Jason.a.pelle.civ@us.navy.mil Received No Later Than 21 February 2025 3:00:00 Pm Pacific Standard Time. Answers To Questions Will Be Provided In The Form Of An Amendment To This Solicitation.
the Following Provisions And Clauses Are Applicable And Are Hereby Incorporated Into The Solicitation By Reference And By Full Text.
it Is The Responsibility Of The Interested Contractors To Obtain Copies Of The Necessary Provisions And Or Clauses That Are Required As A Part Of This Solicitation. Required Clauses/provisions That Are Not Submitted May Render A Quote Not To Be Accepted By The Government.
review Of Agency Protests
the Contracting Activity, Fleet Logistics Center San Diego (flcsd) Will Process Agency Protests In Accordance With The Requirements Set Forth In Far 33.103(d).
pursuant To Far 33.103(d)(4), Agency Protests May Be Filed Directly With The Appropriate Reviewing Authority; Or, A Protester May Appeal A Decision Rendered By A Contracting Officer To The Reviewing Authority.
the Reviewing Authority For Flcsd Is The Director, Regional Contracts Department, Fleet Logistics Center San Diego At 3985 Cummings Road, San Diego, Ca 92136-4200. Agency Procurement Protests Should Clearly Identify The Initial Adjudicating Official, I.e., The "contracting Officer" Or "reviewing Official".
offerors Should Note This Review Of The Contracting Officer's Decision Will Not Extend Gao's Timeliness Requirements. Therefore, Any Subsequent Protest To Gao Must Be Filed Within 10 Days Of Knowledge Of Initial Adverse Agency Action.
unit Prices
contractor Unit Prices, When Incorporated Into A Government Contract, May Be Releasable Under The Freedom Of Information Act (foia) In The Event Navsup Flcsd Receives A Foia Request.
new Equipment Only; No Remanufactured Or "gray Market" Items. All Items Must Be Covered By The Manufacturer's Warranty.
no Partial Shipments Are Permitted Unless Specifically Authorized At The Time Of Award.
wage Determination
wd 2015-5635 (rev.26) And Posted On Sam.gov Is He To View The San Diego County, Ca Wage Determination-please Visit Https://beta.sam.gov
provisions Incorporated By Reference
52.203-11
certification And Disclosure Regarding Payments To Influence Certain Federal Transactions
sep 2007
only For $150k+
52.204-7
system For Award Management
oct 2018
52.204-16
commercial And Government Entity Code Reporting
jul 2019
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
dec 2019
52.209-11
representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
feb 2016
52.211-6
brand Name Or Equal
aug 1999
when Brand Name Or Equal Products
52.212-1
instructions To Offerors—commercial Items (cd 2018-o0018)
jun 2020
52.212-2
evaluation—commercial Items
oct 2014
52.212-3
offeror Representations And Certifications—commercial Items
jun 2020
52.217-3
evaluation Exclusive Of Options
apr 1984
remove If No Options
52.217-5
evaluation Of Options
jul 1990
remove If No Options
52.252-5
authorized Deviations In Provisions
apr 1984
252.203-7005
representation Relating To Compensation Of Former Dod Officials
nov 2011
252.204-7008
compliance With Safeguarding Covered Defense Information Controls
oct 2016
252.204-7016
covered Defense Telecommunications Equipment Or Services--representation
dec 2019
252.204-7017
prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation
dec 2019
252.213-7000
notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations
sep 2019
252.219-7012
competition For Religious-related Services
apr 2018
religious Services Only
252.225-7973
prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems—representation. (deviation 2020-o0015)
may 2020
252.225-7974
representation Regarding Persons That Have Business Operations With The Maduro
regime (deviation 2020-o0005)
feb 2020
252.239-7009
representation Of Use Of Cloud Computing
sep 2015
for It Services
252.239-7017
notice Of Supply Chain Risk
feb 2019
for It Supply And/or Services
clauses Incorporated By Reference
52.203-12
limitation On Payments To Influence Certain Federal Transactions
jun 2020
only For $150k+
52.203-19**
prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
jan 2017
52.204-9
personal Identity Verification Of Contractor Personnel
jan 2011
only If Vendor Will Have Routine Access To Federal Facility Or Information System.
52.204-10*
reporting Executive Compensation And First-tier Subcontract Awards
jun 2020
only For $30k+
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.204‐19
incorporation By Reference Of Representations And Certifications.
dec 2014
when Following Procedures Other Than Commercial Procedures (far Part 12).
52.204-23**
prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
jul 2018
52.204-25**
prohibition Of Contracting For Certain Telecomunications And Video Surveillance Services Or Equipment
aug 2019
52.209-6*
protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment
jun 2020
only For $35k+
52.209-10***
prohibition On Contracting With Inverted Domestic Corporations
nov 2015
52.212-4
contract Terms And Conditions—commercial Items
oct 2018
52.212-5
contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Items
nov 2020
cd 2018-0021
52.217-9
option To Extend The Term Of The Contract
mar 2000
remove If No Options
52.219-4
notice Of Price Evaluation Preference For Hubzone Small Business Concerns (cd 2020 O0008)
keep If Using Full An Open Competition
52.219-6
notice Of Total Small Business Set-aside (deviation 2020-o0008)
keep If Small Bus Setaside
52.219-14
limitations On Subcontracting.
mar 2020
keep If Small Bus Setaside
52.219-28*
post-award Small Business Program Rerepresentation
jun 2020
52.219-33*
non-manufacturer Rule (deviation 2020-o0008)
remove If Not A Manufacturing Or Supply Naics And Setaside.
52.222-3*
convict Labor
june 2003
52.222-19*
child Labor—cooperation With Authorities And Remedies (cd 2020-o0019)
52.222-21*
prohibition Of Segregated Facilities
apr 2015
52.222-26*
equal Opportunity
sep 2016
52.222-35*
equal Opportunity For Veterans
jun 2020
only If Over $150k Or Relief Efforts For Coronavirus
52.222-36*
equal Opportunity For Workers With Disabilities
jun 2020
only If Over $15k Or Relief Efforts For Coronavirus
52.222-37*
employment Reports On Veterans
jun 2020
only If Over $150k
52.222-50*
combating Trafficking In Persons
jan 2019
52.223-18*
encouraging Contractor Policies To Ban Text Messaging While Driving
jun 2020
52.225-13*
restrictions On Certain Foreign Purchases
jun 2008
52.226-4*
notice Of Disaster Or Emergency Area Set-aside
nov 2007
when Local Area Set-aside
52.226-6*
restrictions On Subcontracting Outside Disaster Or Emergency Area
nov 2007
when Local Area Set-aside
52.232-33*
payment By Electronic Funds Transfer—system For Award Management
oct 2018
52.232-18
availability Of Funds
apr 1984
52.232-36*
payment By Third Party
may 2014
only If Paying By Credit Card
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
52.233-3**
protest After Award
aug 1996
52.233-4**
applicable Law For Breach Of Contract Claim
oct 2004
52.247-34
f.o.b. Destination
nov 1991
if Fob Is Destination
52.245-1
government Property
jan 2017
in All Purchase Orders For Repair, Maintenance, Overhaul, Or Modification Of Government Property
52.245-9
use And Charges
apr 2012
only If 52.245-1 Is Included.
52.252-2
clauses Incorporated By Reference
feb 1998
when Following Procedures Other Than Commercial Procedures (far Part 12)
52.252-6
authorized Deviations In Clauses
apr 1984
252.201-7000
contracting Officer's Representative
dec 1991
only If Cor Is Anticipated.
252.203-7000
requirements Relating To Compensation Of Former Dod Officials
sep 2011
252.203‐7002
requirement To Inform Employees Of Whistleblower Rights
sep 2013
252.204-7004
dod Antiterrorism Awareness Training For Contractors
feb 2019
when Routine Access To Federal Facility Is Needed.
252.204-7012
safeguarding Covered Defense Information And Cyber Incident Reporting
dec 2019
do Not Use If Cots Items.
252.204-7015
notice Of Authorized Disclosure Of Information For Litigation Support
may 2016
252.204-7018
prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
dec 2019
252.204-7020
nist Sp 800-171 Dod Assessment Requirements.
nov 2020
do Not Use If Cots Items.
252.204-7021
contractor Compliance With The Cybersecurity Maturity Model Certification Level Requirement.
nov 2020
do Not Use If Cots Items.
252.211-7003
item Unique Identification And Valuation
mar 2016
use Only For Supplies Or Services Furnishing Supplies.
252.211-7007
reporting Of Government-furnished Property
aug 2012
keep Only If Using Far 52.245-1, Government Property.
252.211-7008
use Of Government-assigned Serial Numbers
sep 2010
only If 252.211-7003 Is Used And Is Required That Vendor Mark Major End Items.
252.222-7999
combating Race And Sex Stereotyping (deviation 2021-o0001)
use If 52.222-26, Equal
opportunity Is Included.
252.223-7008
prohibition Of Hexavalent Chromium
jun 2013
252.225-7001
buy American And Balance Of Payments Program--basic
dec 2017
use Clause, Unless: Acquired Via 6.302-3, Requires Require Domestic Or Qualifying Country End Products, An Exception Applies I.e. Non-availability, Used Outside Us, An Alternate Clause Applies.
252.225-7036
buy American—free Trade Agreements--balance Of Payments Program--basic
dec 2017
when Equal To Or Above $100k
and Less Than $180k
252.225-7036
buy American—free Trade Agreements--balance Of Payments Program--alternate I
dec 2017
when Equal To Or Above $25k
and Less Than $83,099k
252.225-7036
buy American—free Trade Agreements--balance Of Payments Program--alternate Iv
dec 2017
when Equal To Or Above $83,099k
and Less Than $100k
252.225-7048
export-controlled Items
june 2013
252.225-7972
prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems. (deviation 2020-o0015)
252.227-7015
technical Data--commercial Items
feb 2014
only If Deliver Technical Data Pertaining To Commercial Items, Components, Or Processes.
252.227-7037
validation Of Restrictive Markings On Technical Data
sep 2016
use Only If 252.227-7015 Or 252.227-7013 Is Included.
252.232-7003
electronic Submission Of Payment Requests And Receiving Reports
dec 2018
252.232-7006
wide Area Workflow Payment Instructions
dec 2018
remove If Not Wawf
252.232-7009
mandatory Payment By Governmentwide Commercial Purchase Card
may 2018
remove If Not Credit Card
252.232-7010
levies On Contract Payments
dec 2006
above Micropurchase
252.232-7017
accelerating Payments To Small Business Subcontractors--prohibition On Fees And Consideration
apr 2020
252.239-7010
cloud Computing Services
oct 2016
for It Services
252.243-7001
pricing Of Contract Modifications
dec 1991
252.244-7000
subcontracts For Commercial Items
jun 2013
252.246-7003
notification Of Potential Safety Issues
jun 2013
only For Repairs And Maintenance
252.246-7004
safety Of Facilities, Infrastructure, And Equipment For Military Operations
oct 2010
only For Repairs, Maintenance And Facilities
252.246-7008
sources Of Electronic Parts
may 2018
electronics Only
252.247-7023
transportation Of Supplies By Sea--basic
feb 2019
252.247-7028
application For U.s. Government Shipping Documentation/ Instructions
jun 2012
when Shipping Under Bills Of Lading And Domestic Route Orders Under Fob Origin, Export Traffic Release, Or Foreign Military Sales.
clauses Incorporated By Full Text
52.212-2 Evaluation--commercial Items (oct 2014)
(a) The Government Will Award On The Basis Of Price And Technical, Unless The Contracting Officer Is Aware Of Past Performance Information Related To The Low Price Quote/offer Which Indicates That Quote/ Offer May Not Represent Best Value. In That Case, The Government Reserves The Right To Consider The Past Performance Of Other Quotes/ Offers, Conduct A Price, Past Performance Tradeoff, And Award To Other Than The Lowest Price Quote/offer.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
end Of Clauses/provisions.
contractor Must Complete All Representations And Certifications Found In The Provisions Listed Below Within Their Profile In The System For Award Management (sam) At Http://www.sam.gov To Be Considered For This Solicitation.
quotation Information May Be Submitted Via Email. Submit Responses To: Jason.a.pelle.civ@us.navy.mil Reference Solicitation Number: N00244-25-q-0087 On All Documents And Requests For Information. Quotes Must Be Received No Later Than 25 February 2025 4:00 Pm Pacific Standard Time
Closing Date26 Feb 2025
Tender AmountRefer Documents
7481-7490 of 7537 archived Tenders