Bus Tenders
Bus Tenders
DEPT OF THE NAVY USA Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Description: Request For Quote
telecom Supplies
this Is A Request For Quote. This Is Not An Order. This Document Is Not Legally Binding And Does Not Commit The Us Government In Anyway.
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
this Solicitation Is A 100% Small Business Set Aside. Naics 517112
upon Completion Of This Quote, Please Email Your Response To Sgt Dario Gonzalez At Dario.gonzalez@usmc.mil. All Quotes Are Due To The Responsible Contracting Office No Later Than Mondayjanuary 27, 2025 @ 4:00 P.m. Eastern Standard Time Quotes May Not Be Accepted Past The Aforementioned Date & Time Specified.
the U. S. Government Intends To Award A Firm Fixed Price Purchase Order To The Successful Offeror Of This Rfq. Award Will Be Made To The Responsible Offeror Whose Offer Conforming To The Request For Quote Will Be Most Advantageous And Provide The Best Value To The Government, Price And Other Factors Considered. All Quotes Must Comply As Follows:
all Quotes Shall Be Evaluated On The Ability To Meet Required Saliant Characteristics, Delivery, And Cost. A Quote That Is So Lacking In Information, That A Proper Evaluation Would Require Elaborate Explanation, May Be Deemed Technically Unacceptable.
quotes Must Confirm That The Offered Items And/or Services Are In Accordance With The Saliant Characteristics As Outlined Within This Rfq.
the Offeror Shall Submit A Quotation That Includes All Prices For The Listed Items And The Delivery Dates For Each Item.
the Basis Of Award For This Solicitation Will Be “price And Other Factors”. The Government Will Determine Best Value By Reviewing The Following Factors. All Evaluation Factors Other Than Cost Or Price, When Combined, Are Approximately Equal To Cost Or Price..
price;
past Performance
other Factors (other Factors Include But Are Not Limited To Technical Acceptability, Delivery Time If All Offers Are Longer Than The Requested Rdd)
to Be Eligible For Award Under This Rfq, Contractors Must Respond To This Rfq By The Closing Date And Time As Referenced Above. Failure To Submit The Required Information May Result In Your Quotation Being Considered Non-responsive.
the Government Intends To Make One Aggregate Award Resulting From The Rfq But Reserves The Right To Make Multiple Awards Without Discussions. The Government Will Determine The Awardee Based On The Quote That Provides The Overall Best Value To The Government, Price And Other Factors Considered. To Be Found Technically Acceptable, Vendor Must Meet All The Requirements In The Solicitation. Quotes Shall Be Evaluated Based On Technical Acceptability, Price, Delivery, And Satisfactory Past Performance.
5. The Contractor Shall Quote The Requested Items As Detailed Below In Us Dollar, (usd).
********** Please Provide The Following Information **********
company Name:
address:
phone Number:
point Of Contact:
e-mail Address:
********system For Award Management (sam) Information*******
uei:
cage Code:
authority Of Government Personnel
notwithstanding Any Provision To The Contrary Contained Elsewhere In This Solicitation, The Contracting Officer Is The Only Person Authorized To Approve And Issue Amendments To This Solicitation. Any Amendment To This Solicitation, In Order To Be Effective, Shall Be Issued By The Contracting Officer.
minimum Government Requirements
the Referenced Brand Names Are Not Intended To Be Restrictive But Represent The Minimum Requirements Of The Government. It Is The Bidder’s Responsibility To Furnish Sufficient Information To The Government To Determine Acceptability Of The Offered "equal" Items. It Is The Governments Intent To Award One Aggregate Award But Reserves The Right To Make Multiple Awards.
(quote) Total Amount:
usd
clin
description
u/i
qty
price
detailed Description
required Delivery Date
0001
unlocked Smart Phone
ea
10
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0002
unlocked Wifi Puckwith Ethernet Port
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0003
integrated Services Router (isr)
ea
4
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0004
international Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
12
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
0005
international Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim)
ea
8
usd__________
see Attached Saliant Characteristics Sheet.
10 Days After Notice Of Award.
clauses Incorporated By Full Text
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):
https://www.acquisition.gov/
(end Of Provision)
52.252-2clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
https://www.acquisition.gov/
(end Of Clause)
clauses Incorporated By Reference
52.204-7
system For Award Management
oct 2016
52.204-13
system For Award Management Maintenance
oct 2016
52.204-16
commercial And Government Entity Code Reporting
jul 2016
52.204-18
commercial And Government Entity Code Maintenance
jul 2016
52.204-21
basic Safeguarding Of Covered Contractor Information Systems
jun 2016
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.204-25
prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
aug 2019
52.212-1
instructions To Offerors--commercial Items
oct 2018
52.212-3
offeror Representations And Certifications--commercial Items (aug 2018) Alternate I
oct 2014
52.212-4
contract Terms And Conditions – Commercial Items
jan 2017
52.232-39
unenforceability Of Unauthorized Obligations
jun 2013
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
52.240-1
prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities
nov 2024
52.247-34
f.o.b. Destination
nov 1991
252.203-7000
requirements Relating To Compensation Of Former Dod Officials
sep 2011
252.204-7004
antiterrorism Awareness Training For Contractors
feb 2019
252.204-7012
safeguarding Covered Defense Information And Cyber Incident Reporting
oct 2016
252.204-7015
notice Of Authorized Disclosure Of Information For Litigation Support
may 2016
252.211-7003
item Unique Identification And Valuation
mar 2016
252.223-7008
prohibition Of Hexavalent Chromium
jun 2013
252.225-7040
contractor Personnel Supporting U.s. Armed Forces Deployed Outside The United States
oct 2015
252.225-7043
antiterrorism/force Protection Policy For Defense Contractors Outside The United States
jun 2015
252.225-7993 (dev)
prohibition On Providing Funds To The Enemy (deviation 2015-o0016)
sep 2015
252.232-7003
electronic Submission Of Payment Requests And Receiving Reports
june 2012
252.232-7006
wide Area Workflow Payment Instructions.
jan 2023
252.232-7010
levies On Contract Payments
dec 2006
252.237-7010
prohibition On Interrogation Of Detainees By Contractor Personnel
jun 2013
252.244-7000
subcontracts For Commercial Items
jun 2013
252.246-7004
safety Of Facilities, Infrastructure, And Equipment For Military Operations
oct 2010
252.247-7023
transportation Of Supplies By Sea
apr 2014
clauses Incorporated By Full Text
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (dec 2023)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004s) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.]
___ (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655).
___ (2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
___ (3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
___ (4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community--see Far 3.900(a).
x (5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note).
___ (6) [reserved]
___ (7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
___ (8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C).
x (9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
___ (10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders--federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115-390,
title Ii).
___ (11)(i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders--prohibition. (dec 2023) (pub. L. 115-390, Title Ii).
___ (ii) Alternate I (dec 2023) Of 52.204-30.
x (12) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note).
___ (13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
____ (14) [reserved]
____ (15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a).
____ (16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a).
____ (17) [reserved]
____ (18)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644).
____ (ii) Alternate I (mar 2020) Of 52.219-6.
____ (19)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644).
____ (ii) Alternate I (mar 2020) Of 52.219-7.
____ (20) 52.219-8, Utilization Of Small Business Concerns (sep 2023) (15 U.s.c. 637(d)(2) And (3)).
____ (21)(i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)).
____ (ii) Alternate I (nov 2016) Of 52.219-9.
____ (iii) Alternate Ii (nov 2016) Of 52.219-9.
____ (iv) Alternate Iii (jun 2020) Of 52.219-9.
____ (v) Alternate Iv (sep 2023) Of 52.219-9.
____ (22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)).
____ (ii) Alternate I (mar 2020) Of 52.219-13.
____ (23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s).
____ (24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)).
____ (25) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f).
____ (26) (i) 52.219-28, Post-award Small Business Program Rerepresentation (sep 2023) (15 U.s.c. 632(a)(2)).
____ (ii) Alternate I (mar 2020) Of 52.219-28.
____ (27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)).
____ (28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)).
____ (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)).
____ (30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s).
x (31) 52.222-3, Convict Labor (jun 2003) (e.o. 11755).
x (32) 52.222-19, Child Labor--cooperation With Authorities And Remedies (nov 2023) (e.o. 13126).
____ (33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
____ (34)(i) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246).
____ (ii) Alternate I (feb 1999) Of 52.222-26.
____ (35)(i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
____ (ii) Alternate I (jul 2014) Of 52.222-35.
____ (36)(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
____ (ii) Alternate I (jul 2014) Of 52.222-36.
____ (37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
____ (38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
x (39)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
____ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
____ (40) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.)
____ (41)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
____ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.)
____ (42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693).
____ (43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693).
____ (44)(i) 52.223-13, Acquisition Of Epeat® Registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (oct 2015) Of 52.223-13.
____ (45)(i) 52.223-14, Acquisition Of Epeat® Registered Televisions (jun 2014) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-14.
____ (46) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b).
____ (47)(i) 52.223-16, Acquisition Of Epeat®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514).
____ (ii) Alternate I (jun 2014) Of 52.223-16.
x (48) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513).
____ (49) 52.223-20, Aerosols (jun 2016) (e.o. 13693).
____ (50) 52.223-21, Foams (jun 2016) (e.o. 13693).
____ (51)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
____ (ii) Alternate I (jan 2017) Of 52.224-3.
____ (52) (i) 52.225-1, Buy American--supplies (oct 2022) (41 U.s.c. Chapter 83).
____ (ii) Alternate I (oct 2022) Of 52.225-1.
____ (53)(i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
____ (ii) Alternate I [reserved].
____ (iii) Alternate Ii (dec 2022) Of 52.225-3.
____ (iv) Alternate Iii (nov 2023) Of 52.225-3.
____ (v) Alternate Iv (oct 2022) Of 52.225-3.
____ (54) 52.225-5, Trade Agreements (nov 2023) 19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note).
x (55) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
____ (56) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
____ (57) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150
____ (58) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150).
____ (59) 52.229-12, Tax On Certain Foreign Procurements (feb 2021).
____ (60) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
____ (61) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805).
____ (62) 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332).
x (63) 52.232-34, Payment By Electronic Funds Transfer—other Than System For Award Management (jul 2013) (31 U.s.c. 3332).
____ (64) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332).
____ (65) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a).
____ (66) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)).
____ (67)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631).
____ (ii) Alternate I (apr 2003) Of 52.247-64.
____ (iii) Alternate Ii (nov 2021) Of 52.247-64.
(c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [contracting Officer Check As Appropriate.]
_____ (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
_____ (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
_____ (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
_____ (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67).
_____ (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67).
_____ (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67).
_____ (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658).
_____ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
_____ (9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792).
(d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records--negotiation.
(1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract.
(2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved.
(3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause—
(i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509).
(ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712).
(iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232).
(vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328).
(vii)(a) 52.204-30, Federal Acquisition Supply Chain Security Act Orders--prohibition. (dec 2023) (pub. L. 115-390, Title Ii).
(b) Alternate I (dec 2023) Of 52.204-30.
(viii) 52.219-8, Utilization Of Small Business Concerns (sep 2023) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts
to Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities.
(ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
(x) 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246).
(xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212).
(xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
(xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212).
(xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40.
(xv) 52.222-41, Service Contract Labor Standards (aug 2018), (41 U.s.c. Chapter 67).
(xvi) _____ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627).
_____ (b) Alternate I (mar 2, 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
(xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--requirements (may 2014) (41 U.s.c. Chapter 67.)
(xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) (41 U.s.c. Chapter 67)
(xix) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989).
(xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022) (e.o. 13658).
(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706).
(xxii) (a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a).
(b) Alternate I (jan 2017) Of 52.224-3.
(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations. (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6.
(xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40.
(xxvi) 52.247-64, Preference For Privately-owned U.s. Flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64.
(2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
(end Of Clause)
saliant Characteristics
required Delivery Date: 10 Days After The Company Has Received A Notice Of The Award.
delivery Address:
1st Mlg, Hq, Ecp Bldg 140199 Ammunition Road Bay 3 Oceanside, Ca 92055-56
clin0001 - Unlocked Smart Phone - Quantity 10
saliant Characteristics:
- Minimum Of 256gb Storage Space
-minimum Of 8gb Memory
- Must Be Unlocked For International Use (phone Must Not Be Carrier Locked)
- Must Have The Capability To Dual-sim And Be Esim Compatible.
- Network Capability (2g Gsm, 3g Umts, 4g Fdd Lte, 4g Tdd Lte,5g Fdd Sub6, 5g Tdd
sub6, 5g Tdd Mmwave)
-wifi 802.11 A/b/g/n/ac/ax 2.4g+5ghz+6ghz,he160, Mimo, 1024-qam
- Must Have Hotspot Capability
-minimum Of 4500 Mah Battery Capacity
- Operating System:qualcomm Snapdragon 8 Gen 1 Or Similar
- Cpu Type Octa-core Or Similar
- Rear Camera Resolution 50.0 Mp + 12.0 Mp+ 8.0 Mp Or Similar
- Front Camera Resolution 10mp - Display1080 X 2340 (fhd+)
clin0002 - Unlocked Wifi Puckwith Ethernet Port - Quantity 4
saliant Characteristics:
- Battery: Removable Li-ion Battery(5040 Mah); Up To 11 Hours Of Continuous Usage
-wifi: Full Dual-band/dual-concurrent Wifi. Wifi802.11 B/g/n 2.4 Ghz. Wifi 802.11
a/n/ac 5 Ghz
-technology/bands : Max 1 Gbps Download Speeds,and 150 Mbps Upload
speeds. Lte Cat 16, 4-bandca And 4x4 Mimo. Up To 4x Carrier Aggregationand Support
for Laa In Future Firmware Upgrades.lte/4g Bands: 1, 2, 3, 4, 5, 7, 12, 14, 29, 30, 66. 3g
bands: 1 ,2, 5. Ipv6 Support
- Must Be Unlocked For International Use (must Not Be Carrierlocked)
- Must Have A Minimum Of 1 Sim Card Slot
-must Have A Minimum Of 1 Ethernet Port
clin0003 -integrated Services Router (isr) - Quantity 4
saliant Characteristics:
- 8gb Memory
- Must Be Able To Bus, Poe/poe+, Adr Gnss Slot, Ssd Slot
-must Have 2 Wan Ports
- Gige
- Must Be Capable Of Operating At -40f 140 F Temperature
- 4 X Input/ Output, Console: 1 X Usb 2.0 - Mini-usb Type A,lan: 4 X 1000base-x - Rj-45,
serial: 1 X Rs-232 -rj-45, Serial: 1 X Rs-232/485 - Rj-45, Usb 2.0: 1x 4 Pin Usb Type A,
wan: 1 X 1000base-t - Rj-45, Wan: 1 X 1000base-x - Sfp (mini-gbic) Or Similar
-compliant With Dod Directives Like 8570 (personnelcertification) And 8551.1 (network
securityguidelines)
clin0004 - International Prepaid Phone Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 12
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Phones, Wifi Pucks And Isr Provided.
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- 12 Of The Sim Cards Must Be Able To Each Provide A Minimum Of 300 Texts, 500 Minutes Of Talk (voice Calls), And 10 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Talk Text And Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia,
cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
clin0005 - International Prepaid Data Only Sim Cards (can Be Esim/esim
voucher/physical Sim) - Quantity 8
salient Characteristics:
- Sim Cards Must Be Compatible For Use With The Wifi Pucks And Isr
- Sim Cards Must Be Valid And Available For Use Between March 2025 To October 2025
- Sim Cards Must Each Be Able To Provide A Minimum Of 20 Gb Of Data Per Month From March 2025 To October 2025.
- Each Sim Card Should Have A “top Up” Style Capapbility That Will Allow The User To Add Additional Data In The Event That They Run Out Prior To The End Of Any Of The Monthly Periods.
- Countries That Should Be Covered As Much As Possible By Sim Cards Are: Australia, Cambodia, India, Indonesia, Japan, Malaysia, Philippines, Singapore, Sri Lanka, Taiwan,
thailand, Brunei, Timor Leste.
(end Of Saliant Characteristics)
Closing Date27 Jan 2025
Tender AmountRefer Documents
The City of All Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the contract is the preparation of project documentation, surveys, design supervision and engineering activities for the event "revitalization of the Lower Square in Vsetín - design documentation, design supervision". The subject of the public contract is the preparation of project documentation (pd) for issuing a decision on the permission of the plan (pdpz) and at the stage for the implementation of construction (pdps). The Pd will be prepared according to applicable standards. The Pd will also include a draft of the dio, the identification and solution of the affected engineering networks according to the actual state. The contract includes engineering activities (ič) necessary to ensure the statements, opinions and documents necessary for submitting applications for the issuance of all permits for the specified event. The Lower Square in Vsetín is an urbanistically significant part of the central zone of the city with the main function of trade, services, and administration. The main area of the square is in the shape of a triangle, delimited by continuous building fronts from the northwestern and southeastern sides. In the southern part, it continues along the Svárov street corridor, which is part of the through route connecting the square to the transport system - in the southern part, on Na Hlásence and Tyršova streets, and in the northwestern corner of the square, on Ul. Mostecká. Transport service also includes municipal public (bus) transport. The proposed modifications to the square affect all paved areas and areas of urban greenery, but do not change, with the exception of partial modifications, the existing operational, urban and architectural concept of the space (given by the proposal and project for the overall reconstruction carried out in 2002). The current use, character and development of the area are not changed. The most significant change is in the solution to the greenery. The alley rows of trees in the traffic paving strips are expanded in the new solution and supplemented with 22 trees (the original 28 + 22).
Closing Date18 Feb 2025
Tender AmountCZK 4.2 Million (USD 175.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Martinsburg Va Medical Center Is Conducting This Sources Sought To Identify Contractors Who Possess Capabilities To Provide The Services Described In The Statement Of Work Below.
as Permitted By The Far Part 10, This Is A Market Research Tool Being Utilized For The Informational And Planning Purposes. Your Responses Will Assist The Government In The Development Of Its Acquisition Strategy.
response Is Strictly Voluntary It Is Not Mandatory To Submit A Response To This Notice To Participate In Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted As A Result Of This Sources Sought Notice.
respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought.
this Service Will Be Implemented Using The North American Industry Classification System (naics) Code 485999.
if A Small Business Is Interested In This Procurement, They Must Provide At Least 51 Percent Of The Services Rendered.
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Only To Tracy.dotson@va.gov. Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted. Responses To This Sources Sought Notice Must Be Received No Later Than January 22, 2025 At 3:00 P.m. (eastern Standard Time). This Sources Sought Notice May Or May Not Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
interested & Capable Responses
nco 5 Is Seeking Responses From Businesses That Are Interested In This Procurement And Consider Themselves To Have The Resources, Rights, And Capabilities Necessary To Provide These Services. Please Respond With Your:
business Name (including Unique Entity Id (sam.gov), Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Person Of Contact (including Telephone Number & Email Address).
capability Statement
gsa Contract Number, If Applicable, To Include Naics
brief Summary Of Categories Of Professional Services That Your Company Can Provide.
applicable Certification(s)/licenses
performance Work Statement (pws)
general Procedure:
the Contractor Shall Be Required To Furnish All Necessary And Appropriate Labor, Supervision, Materials, Equipment, And Supplies To Provide Valet Parking Services In Accordance With The Terms And Conditions Of The Resulting Contract And The Specifications And Requirements, As Specified Herein. The Contractor Shall Provide Valet Parking Services To Alleviate Parking Problems Experienced At The Martinsburg Vamc. The Valet Parking Services Shall Be Intended To Accommodate Veteran Patients, Their Family Members, And Visitors. The Contractor Shall Be Required To:
staffing: The Contractor Will Provide Adequate Staffing Of Customer Service Attendant(s) For The Hours Of Operation Specified. The Contractor Will Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. The Contractor Does All Recruiting, Hiring, Training, And Supervising.
contractor Should Base Their Plan On The Martinsburg Vamc Serving Approximately 100 Vehicles Per Day.
provide Va Approved Valet Claim Checks, Securing Keys, Parking Vehicles, Delivering Vehicles, And Directing Certain Valet Vehicles To And From The Valet Greeting Area.
provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed.
blocking Of Any Roadway Or Re-routing Of Traffic Must First Be Approved By The Martinsburg Va Police Department.
the Contractor Will Provide Va Approved Walkie-talkies Or Radios For The Valet Staff To Communicate With Each Other While Conducting Their Normal Duties Of Valet Parking.
contractor Will Provide And Install A Minimum Of 2 "no Tipping" Signs. Signs Must Be A Minimum Of 30 X30 . The No Tipping Policy Shall Be Strictly Enforced. Valet Parking Attendants And All Other Parking Staff Shall Be Restricted From Accepting Tips Of Any Kind.
contractor Will Provide And Install A Minimum Of 2 Insurance Liability Signs For Vehicle Damage Claims. Signs Must Be A Minimum Of 30 X30 .
provide Experienced, Fully Trained, And Professional Valet Parking Attendants To Perform The Valet Parking Services.
constantly Assess Va Parking Situation Taking Into Consideration All Parking Spaces Available To Adjust The Level Of Parking Service And Personnel Required To Perform Under The Contract Without Exceeding The Required Wait Time To Valet Parked And Retrieved Vehicles.
provide Parking And Traffic Control Recommendations As Deemed Appropriate And Necessary To Provide Quality Services.
location:
martinsburg, Wv Va Medical Center: 510 Butler Ave, Martinsburg, Wv 25405
period Of Performance:
base Period (year) + 4 Option Periods (year).
site Inspection:
a Pre-proposal Site Inspection / Walk-through For All Interested Contractors Will Be Scheduled By The Contracting Officer For Any Interested Contractors. All Interested Contractors Are Encouraged To Attend The Site Inspection And Walk-through Of The Martinsburg Va Facility. Only One Walk-through For This Solicitation Shall Be Conducted. The Intent Of The Site Inspection Is To Give All Interested Contractors An Opportunity To Get Familiar With The Parking Lots Designated To Be Used For The Valet Parking.
note: The Contractor Shall Be Responsible For All Costs And Travel Expenses Associated With The Site Inspection Visit. While Not Mandatory, Failure To Attend The Site Inspection Walk-through Of The Martinsburg Va Facility Shall Not Release The Contractor From Complying With The Terms, Conditions, Specifications, And Requirements Of The Resulting Contract.
designated Valet Parking Lots:
the Martinsburg Vamc Will Designate Parking Lots To Be Used For The Valet Parking Services.
the Contractor Shall Have Complete Control Of Vehicles Parked In Designated Valet Parking Area(s) In The Context Of Maximizing The Space Available And Facilitating A Smooth Operation. The Martinsburg Vapd Will Always Maintain Authority Over All Vehicles And Parking At The Facility. If Deemed Necessary By The Martinsburg Vamc, The Contractor Shall Be Required To Double Stack Vehicles To Maximize The Space Available. The Contractor Shall Be Responsible For Parking Control And Monitoring The Designated Parking Lots Assigned For The Valet Operation.
contractor Responsibilities:
the Contractor Shall Provide Consistent, Responsive, Secure, And Efficient Valet Parking Operations. The Contractor Shall Be Responsible For Providing Patrons With A Valet Claim Check/ticket, Securing Keys, Parking, Delivering, And Directing Certain Valet Vehicles To And From The Valet Drop Off And Pick Up Area. The Martinsburg Vamc Will, At Their Discretion, Provide The Contractor With Instructions On Addressing The Issue Of Who Qualifies For Valet Parking Services And The Method Of Identifying Such Individuals. Such Instructions May Include Verbiage Such As Vehicles Requiring Valet Parking Shall Be Stopped By The Valet Parking Attendants, Who Shall Be Required To Ask The Patients Or Drivers For An Appointment Letter, Va Patient Identification Card, Clinic Or Healthcare Service Which Will Be Visited And The Estimated Time Of Departure. Valet Parking Attendants Shall Also Be Required To Ask Visitors The Name Of The Inpatient Veteran, Name Of Event Attending Or The Name Of The Va Staff That Will Be Visited And Their Estimated Time Of Departure. The Exact Procedures Will Be Provided To The Contractor By The Cor Covered In This Statement Of Work. The Contractor Shall Be Responsible For Screening Out Vendors And Employees, Except Those With Handicapped Placards Or License Plates, From Inappropriately Using The Valet Parking Services At The Martinsburg Vamc. All Vehicles Parked By The Parking Attendants Shall Be Locked And Secured. Driver S Keys Shall Be Secured At The Valet Booth(s). A Claim Check Shall Be Issued To The Driver Using The Valet Service. Claim Checks Shall Contain The Valet Company S Liability Disclaimer And Contact Information. Contractor Shall Be Responsible For Directing Vehicles Not Wishing To Participate In The Valet Parking Services To Other Designated Parking Locations. Contractor Shall Designate A Full-time Supervisor To Be On Site During Set-up, Tear-down Operations, And Performance Of The Work. The Contractor Shall Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. Duties Of The Supervisor Shall Also Include But Not Be Limited To Customer Relations, Training, And Improving All Valet Services And Coordinating All Work And Additional Services With The Contracting Officer S Representative (cor). Contractor Shall Coordinate With The Cor To Designate Front Drop Off And Pick Up Area(s) Near The Entrance For Loading And Unloading Of Handicapped Patients/patrons So As Not To Interfere With Normal Valet Parking Operation. Handicapped Patients/patrons Shall Be Permitted To Pull To The Designated Drop Off And Pick Up Area(s) Near The Entrance. The Parking Attendants Shall Then Be Required To Park The Vehicles Or Direct The Drivers To A Handicap Space For Self-parking. Patients With Handicap Placards Or License Plates On Their Vehicles Shall Be Given The Option Of Self-parking In Handicapped Slots Or Valet Parking. Non-handicapped Employees Shall Be Directed To Self-park.
patient Assistance:
the Service Shall Include Assisting Patients And Their Families Who Request Front Door Service, Assisting With Wheelchairs And Other Devices In And Out Of Cars, And Parking Of Automobiles To Include Vehicles With Adaptive Equipment. To Reduce The Risk Of Injuries To Valets And Potentially To The Veterans Using Valet Services, Valets Will Be Responsible For Following The Martinsburg Vamc S Practices For Safe Patient Handling And Mobility (sphm) Program. The Contractor Shall Deliver These Wheelchairs Upon Patient Or Caretaker Request To The Patient To Facilitate Patient Travel From The Drop Off Area To The Volunteer Desk At The Hospital Entrance, If Requested. The Contractor Will Not Escort Patients Within The Hospital/facility. All Wheelchairs Used Will Be Noted On The Contractor Ticket For Accountability. Parking Patrons Shall Be Always Treated Courteously And With Respect. Parking Attendants Shall Drive Slowly And Cautiously, Paying Attention To Pedestrian Traffic.
training/licenses/qualifications:
the Contractor Shall Provide Bonded, Fully Trained, Experienced Parking Attendants Who Possess A Valid State Driver S License, Be U.s. Citizens And Be Fluent In The English Language. Contractor Personnel Shall Be At Least 18 Years Of Age, Have No Criminal History, And Be Able To Perform All General Duties, Functions, And Activities As Required. Contractor S Staff Qualifications Shall Also Include Expertise In The Proper Operation Of All Types Of Motor Vehicles, And A Commitment To The Highest Level Of Respect, Courtesy, Compassion, And Safety. The Contractor Shall Furnish At Its Cost, Evidence Of Qualifications And Competency Assessment Of All Employees. Such Evidence Shall Include But Are Not Limited To Copies Of Driver S Licenses, Dmv Printouts, And Copies Of Security Background Checks. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Satisfactorily Complete Va Talent Management System (tms) Web Base Training. Effective March 23, 2012, All Contractors Are Required To Begin Using Tms For Their Mandatory Training, Utilizing The Create New Feature At Contract Employees Will Self-enroll Into Tms And Select The Following Courses. Training Is To Be Accomplished Outside Of Contract Duty Hours. Tms Courses Will Require Completion Annually. The Contractor Shall Be Responsible For Providing A Facility Orientation To All Valet Parking Attendants And Offer A Training Program That A Minimum Will Include The Following:
security
patient Privacy
safety
emergency Procedures
accidents / Injuries
communication (with Contractor Staff /martinsburg Vamc).
the Contractor Shall Maintain Documentation Certifying That All Employees Assigned To The Contract Have Received The Training. If Deemed Necessary By The Government, Additional Training Shall Be Offered At The Martinsburg Vamc And Scheduled At The Post Award Meeting On A Mutually Agreeable Date And/or Coordinate With The Cor. In Addition To Safe Driver Training, The Minimum Customer Service Training Must Be Provided And Documented For Each Employee.
the Importance Of A Positive Attitude
verbal Communication Methods That Are Courteous And Informative
non-verbal Communication
appearance
volume And Tone
face To Face Contact
self-evaluation
violence In The Workplace
contractor Employees Must Know Basic Directions For Destinations In The Hospital And Around The Community. Contractor Employees Must Keep The Work Area Clean And Always Appear Ready For Work, Even When No Customers Are Present.
uniforms:
the Contractor S Uniform Should Be Prior Approved By The Cor Before Initial Commencement Of Work. The Selected Uniform Will Be Standard For All Employees. At No Time Will Any Contract Employee Wear Their Own Jacket, Shirt, Pants, Coat, Gloves, Or Head Gear. All Cold Weather/rain Gear Will Be Supplied By The Contract Company. Uniforms Shall Facilitate Easy Identification Of Contractor Employees By Employee Name And Company Name. Uniforms Shall Be Always Worn During Performance Of Contract Duties. Uniforms Will Be Neat In Appearance. Shirts And Pants Will Be Ironed Or Pressed. The Cor Can Request A Contractor To Be Sent Home If Their Uniform Is Not Presentable. The Contractor Will Replace Any Worn-out Or Torn Uniform At No Cost To The Government Or Employee. Approved Uniforms And Related Accessories, Listed Below, Do Not Have To Be New But Must Be In Good Condition:
Shirt, Button Up, Long Sleeve (cold Weather Days)
Shirt, Button, Up Short Sleeve
trouser, All-season Weight
jacket, Winter, Heavyweight Artic Field Coat
jacket, Lightweight
trench Raincoat
winter Gloves, (pair), (color To Match Accessories)
hat With Company Logo Or Valet Written On Face, (color To Match Accessories)
earmuffs Or, (color To Match Accessories)
the Outermost Article Of Clothing Being Worn By The Valet Staff Above The Waist Shall Have, In Whole Or In Part, Reflective Material To Improve Worker Visibility To Alert Drivers Of The Valet S Presence When Walking Through The Lots. The Reflective Gear Shall At A Minimum Meet Ansi 107-2015 Type R, Class 2 Requirements.
claims/damage:
the Contractor Shall Be Completely Liable For All Vehicle Damages Occurred While At The Possession Of The Valet Staff And/or Service. All Vehicle Damage Claims Brought To The Attention Of The Valet Contractor Shall Be Immediately Investigated And Validated Claims Shall Be Processed For Settlement.
any Claims Of Damage Or Missing/stolen Property Involving Patient/customer S Vehicles Shall Be The Responsibility Of The Contractor. The Va Assumes No Responsibility For Such Claims. All Claims Shall Be Directed To And Handled By The Contractor Supervisor Who Shall Immediately Notify The Cor And The Va Police Department (vapd). Corrective Actions To Resolve All Claims Shall Commence Immediately. All Claims Shall Be Settled Within Fourteen (14) Working Days Unless Extenuating Circumstances Warrant Additional Time And Is Authorized By The Contracting Officer. All Vehicle Accidents Or Theft Claims Should Be Immediately Reported To The Va Police For Investigation.
martinsburg Vamc Hours Of Operation:
proposed Hours Of Operation Are 6:30 Am To 5:00 Pm Monday Through Friday For The Martinsburg Vamc, Excluding Federal Holidays. The Cor Will Notify The Contractor If Valet Will Be Operating On Other Days Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Adjust The Level Of Valet Parking Staff As Necessary To Ensure An Efficient Operation. If Deemed Necessary By The Government, The Hours Of Operation May Be Periodically Adjusted Based Upon Volume And Demand. The Medical Center Does Not Routinely Close For Adverse Weather Conditions. When The Medical Center Remains Open During Adverse Weather Events It Is Expected Sufficient Staff Will Be On Site To Operate The Valet Service. At 5:00 Pm, The Parking Attendants Shall Turn Over All Remaining Keys And Associated Tickets To The Aod. A Log Will Be Completed For All Remaining Keys Turned Over To The Aod. The Log Will Include The Ticket Number, Vehicle Make And Model, Registration Number, Valet Attendant S Name That Tuned Keys Over To The Aod, And The Aod S Name With Signature That Took Responsibility Of The Keys. The Aod Will Then Lock Up The Keys In The Aod S Safe.
federal Holidays:
listed Below Are The Eleven Federal Holidays: No Work Will Be Performed On These Days.
new Year S Day
january 1
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 4
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
special Events:
the Contractor Shall Be Notified In Advance Of Any Special Events Which Might Cause Parking Problems Because Of Additional Patients, Patrons, Or Visitors To The Medical Center. Contractors Shall Be Required To Adjust The Level Of Parking Staff To Accommodate The Workload Or Extra Vehicle Volume.
proposed Plan:
after Notification Of Contract Award, The Contractor Shall Have Forty-five (45) Calendar Days For Full Operational Implementation. This Must Include Finalizing Staff Requirements, Including Government-administered Background Investigations, Etc. The Contractor Shall Be Required To Implement Their Proposed Valet Parking Service Plan And Perform On A Day-to-day Basis For The Duration Of The Contract.
ordering Activity:
the Contractor Shall Not Accept Any Instructions Issued By Any Person Other Than The Contracting Officer Or Delegated Government Representative Such As The Cor Who Is Acting Within The Limits Of His/her Authority.
quality Assurance:
the Contractor Shall Be Responsible For Complying With All Appropriate Regulations And Guidelines Of The Occupational Safety And Department Of Transportation, And/or Any Other Pertinent Federal, State, And Local Policies Relating To The Herein Mentioned Work Or Valet Parking Services. The Contractor Shall Always Provide Adequate On-site Supervision To Achieve Quality Assurance And To Handle All Customer Concerns And Parking Incidents. All Tasks Accomplished By The Contractor Personnel Shall Be Performed To Preclude Damage Or Defacement To Vehicles Or Government-owned Furnishings, Fixtures, Equipment, And Facilities. The Contractor Shall Report Any Damage Observed Or Caused By The Contractor Personnel To The Cor. The Contractor Shall Be Responsible For The Replacement Of Items Or To Repair Vehicles Or Facilities To Previous Condition If The Contractor Is Determined To Be At Fault For The Damage.
Complaints:
the Contractor Shall Promptly And Courteously Respond To Complaints Within 10 Working Days, Including Complaints Brought To The Contractor S Attention By The Contracting Officer Acting As The Quality Assurance Evaluator (qae). The Contractor Shall Maintain A Written Record Of All Complaints, Both Written And Oral Showing The Identity Of The Individual, The Nature Of The Complaint, And The Contractor S Response. The Contractor Shall Permit The Government To Inspect Such Records Upon Request.
reports:
the Contractor Shall Establish A Method To Validate The Number Of Vehicles Parked Per Day (i.e., Parking Stubs) And Submit A Monthly Report To The Contracting Officer And Cor Within Seven (7) Calendar Days After Each Month Ends. The Report Shall Summarize The Number Of Vehicles Parked By Valet Attendants Based On Date And Time (sorted By Morning Or Afternoon). The Report Shall Also Identify The Peak Hours During The Day And How Many Vehicles Were Parked During Those Peak Hours. The Report Shall Also Include Any Incidents, Accidents Or Special Situations With Patients, Visitors, Va Employees, Or Va Volunteers. The Reports Must Be Legible And Easy To Understand. Reports Should Be Signed By The Supervisor And/or Authorized Representative Of The Contractor. Contractor May Provide For Approval A Sample Of The Types Of Report Forms Used On Similar Projects.
disruptive Behavior:
the Contractor Shall Always Provide Adequate Onsite Supervision To Handle Disruptive Behavior Of Any Parking Attendant Performing Under The Contract. The Contractor Agrees To Permanently Remove Any Member Of Its Parking Staff From Performing Work Associated With This Contract, At The Sole Discretion Of The Va. Any Legal Misconduct Or Violations Will Be Subject To Governing Security, Law Enforcement, And Standards Of Conduct On Veterans Affairs Property, 38 Cfr 1.218.
examples Of Misconduct Include:
neglect Of Duty, Including Sleeping While On Duty, Unreasonable Delays, Or Failure To Carry Out Assigned Tasks, Conducting Personal Affairs During Official Time, Lack Of Or Limited Productive Service And Refusing To Render Assistance Or Cooperate In Upholding The Integrity Of The Valet Program At The Worksite.
disorderly Conduct, Use Of Abusive Or Offensive Language, Quarreling, Rude Inappropriate Comments, Sexual Harassment, Intimidation By Words Or Actions, Or Fighting. Also, Participation In Disruptive Activities Which Interfere With The Normal And Efficient Operations Of The Government.
Theft, Vandalism, Immoral Conduct, Or Any Other Criminal Act.
selling, Consuming Or Being Under The Influence Of Intoxicants, Drugs, Or Substances Which Produce Similar Effects.
involvement In Commercial Activities At Any Time While On Government Controlled Property (included Soliciting Sale, Donation, Etc., From Employees, Patients, Or Others).
Improper Use Of Official Authority Or Credentials.
unauthorized Use Of Communications Equipment Or Government Property (includes Unauthorized Or Personal Use Of Internet, Long Distance Telephone Services Or Government Computer Network).
Possession Or Misuse Of Weapons(s).
Receiving Gifts Or Tips From Va Employees, Veterans, Or Their Family Members.
the Contracting Officer, In Conjunction With Cor Will Make All Determinations Regarding The Removal Of A Person(s) From The Work Site(s). In The Event Of A Dispute, The Contracting Officer Will Make Final Determination. Specific Reasons For Removal Of An Employee(s) Will Be Provided In Writing To The Contractor.
buses Or Large Vehicle:
patients Driving Buses Or Large Motor Vehicles Shall Be Directed To Self-park Their Vehicles In The Parking Areas Designated By Va Police.
changes To Parking Lots:
no Alterations To The Parking Lots Shall Be Permitted.
government Responsibilities:
the Participating Va Medical Center Shall Provide Orientation And Training On Va Policies And Procedures Relating To Security, Patient Privacy, Safety, Emergency Procedures, Accidents/injuries, And Communication With Va Staff. The Required Training Shall Be Scheduled At A Post Award Meeting On A Mutually Agreeable Date And Coordinated With The Cor.
contractor Submittals / Insurance Requirements:
contractor Shall Be Required To Provide Copies Of The Following:
automobile Liability Insurance For Bodily Injury And Property Damage On All Vehicles Used In The Performance Of This Contract. Policies Covering Automobiles Operated In The United States Shall Provide Coverage Of At Least $200,000 Per Person And $500,000 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage.
the Contractor Shall Assume Full Responsibility For All Contracted Employees And Maintain At The Minimum Liability Insurance. Proof Will Be Required, And Spot Checked Randomly Per Employee.
background Screening:
in Accordance With Vha Directive 0710 All Contractor Personnel Providing Services Under This Contract Shall Be The Subject To A Background Screening And Must Receive Favorable Adjudication From The Va Prior To Contract Performance. The Level Of Screening For This Contract Is: Special Agency Check (sac). Any Employee Whose Background Investigation Yields Unfavorable Results Shall Be Removed Immediately From Performance Under This Contract. In The Event The Screening Is Not Completed Prior To Contract Performance, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract.
contractor Personnel Security Requirements:
all Contractor Employee S Will Be Issued A Government Piv Card (id Card). The Piv Card Must Be Always Worn While On Va Property. The Piv Card Must Be Worn Above The Waist And Clearly Visible. The Contractor Shall Be Required To Coordinate With The Cor To Obtain The Va Provided Piv Cards For All Valet Parking Staff. All Va Provided Piv Cards Shall Be Returned If The Contractor Employee Leaves The Employment Of The Contractor, At The End Of The Contract Or Upon Completion Of Service.
the C&a Requirements Do Not Apply, And That A Security Accreditation Is Not Required.
drug/alcohol Policy:
contractor Shall Ensure That All Valet Parking Staff Performing Under This Contract Complied With The Martinsburg Vamc Alcohol And Drug Free Workplace Policy. The Contractor Shall Be Expected To Conduct Random Alcohol And Drug Tests On All Valet Parking Staff. Random Alcohol And Drug Tests Shall Be Conducted At Least Once A Year On Each Employee. Proof Of Drug Screen Shall Be Submitted To The Cor And Will Be The Responsibility Of The Contractor To Cover The Cost. Valet Parking Staff Shall Also Be Subject To Drug And Alcohol Testing When Reasons Exist To Suspect The Use Of Illegal Drugs And/or Alcohol While On Duty That Impaired Judgment, Performance, Operation Of Vehicles And The Safety Of Veteran Patients, Va Employees, Visitors, Voluntaries And/or Other Valet Parking Staff. Upon Request, The Contractor Shall Be Expected To Provide Evidence Or Copy Of The Results Of Employee Drug And Alcohol Testing. This Shall Also Be At The Expense Of The Contractor.
smoking Policy:
vamc Martinsburg Is A Smoke/vape Free Campus. Smoking Or Vaping Is Not Permitted Within Or Around The Va Facility Grounds.
cell Phone:
cell Phone Use Shall Not Be Permitted While Parking Vehicles.
performance Standards Summary:
performance Standards Define Desired Services. The Government Performs Surveillance To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards.
performance Objective
acceptable Quality Level (aql)
method Of Surveillance
incentive/disincentive
contractor Shall Perform All Of The Requirements In Accordance With Sow Section General Procedures -valet
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Patient Assists
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Training
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Uniforms
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow: Reporting Requirements
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Claims For Damages
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
place Of Performance
martinsburg Va Medical Center
510 Butler Ave
martinsburg, Wv 25405
Closing Date22 Jan 2025
Tender AmountRefer Documents
Province Of Ifugao Tender
Others
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. 368 Date: January 30, 2025 Office: Panop Dh 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 General Home Supplies , 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 Fmarch 06, 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 2025 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2025 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 6 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 Bulb (spiral, 24w Led) Pc 30 - 2 Flourescent Bulb -short Pc 15 3 Flourescent Holder 20 Watts Pc 15 4 Fan, Exhaust Fan 12" Pc 4 5 Angular Bar 1x4" X 2" Pcs 14 6 Bolo, Tabas W/ Handle Pcs 5 7 Convinience Outlet, 4 Sucket Pc 10 8 Cutting Disc Unit 15 9 Electrical Staple Wire 1" Box 4 10 Electrical Tape Roll 10 11 Extension Wheel W/ 10 Meters Cord W/ 9 Set 2 12 Grass Cutter Pc 1 Type: 4 Stroke , Ohc, Sibgle Cylinder Displacement: 35.8cm -40cm Bore X Stroke: 39.0 X 30.0mm Net Power: 1:1.0 Kx-1:1.5 @ 7,000rpm-10,000rpm Page 2 Fuel Consumption: 260g/kwh-400g/kwh Lubrication System: Oil Mist Oil Capacity: 0.1-2 Starting System: Recoil Starter Air Cleaner: Sime Dry Type - Weight: 7.49 Kg-10kg - 13 Grass Cutter Blade Unit 1 14 Grass Cutter, Scissor-type Heavy Duty, Original Pc 4 15 Grinding Disc Unit 10 16 Hogwire 5ft Roll 8 17 Male Plug 3 Gang Pcs 20 18 Nail, 3 Inches (common) Kgs 3 19 Nail, 4 Inches (common) Kgs 3 20 Steel Bar, 10mm Pc 18 21 Teflon Tape Pc 25 22 Thhn Wire # 3.5 Box 1 23 Universal Outlet (wwu-200) Pc 10 24 Flourescent Tube For Phot Therapy (ryz20bt132) Pc 10 25 Water Faucet, Copper 1/2", Good Quality (us) Pc 20 26 Vulcaeal, 1 Liter Liter 5 27 Tie Wire No. 16 Kilo 5 28 Paint Brush 2" Pc 5 29 Paint Brush 1" Pc 5 30 Faucet, Stainless Casting, Sus-304 Pc 5 31 Radiator Coolant Liter 4 32 Auto Spray Paint, Sky Blue Pc 10 33 Auto Spray Paint, Red Pc 10 34 Auto Spray Paint, Black Pc 10 35 Laquer Thinner Gal 1 36 Long Nose Plier, Heavy Duty 10' Pc 2 37 Tiles Glazed Porcelane 600mm X 600mm Pc 30 38 Tiles Fleece Beige 600mm X 600mm Pc 30 Page 3 39 Tiles, Dirty White 600mm X 60mm Pc 30 40 Corrugated Gi Sheet 0.5 X 6 Pc 12 41 Angle Bar 1/8 X 1 1/2" Pc 14 42 Tubular Bar 1 X 2" Pc 10 43 Text Screw 2" Box 1 44 Steel Matting (galvanize) Pc 6 45 Door Hinges 4"x 4" Pair 15 - 46 Flourescent Holder 40 Watts W/ Ballast Pc 15 47 Quick Dry Enamel, Chocolate Brown Gal 1 48 Led Bulb (high Power Lamp), White 50 Watts Pc 10 49 Battery Charger, 12v-24v Output Ce Approval, Safe And Reliable Electronic Circuit Design, Small Size, Light Weight. High Efficiency, Convenient Carrying And Simple Use. It Is Suitable For Charging The Batteries Of Motorcycles, Battery Cars, Tractors, Small Cars And Buses, Engineering Vehicles, Transport Vehicles, Sailboats And Yatchs Ect...charging Variuos 12v Or 24 V Lead-acid Batteries, Fast Charging Function For 12 V Batteries, Pointer-type Current Displays Dynamic Currents During Charging, Visible Real Time Charging Current Makes It More Accutate And Faster, Double Humidity Control And Two Fuses, Providing Safety Protection. Pc 1 50 Tubular Bar 1.2 X 1 X 1 Pc 2 51 Stainless Flexible Hose 1/2 X 1/2 X 8" Pc 5 52 Laboratory Sink Accessories Set 5 53 Oil Pressure Sender (21 Ybo54 1602013967251) Pc 1 54 Orbit Fan 16"- 18" Plastic Blade, 4 Speed Remote Switch With Thermal Fuse Protection Set 10 55 Tie Wire No. 16 Roll 3 56 Silicon Sealant Bot 3 Page 4 57 Emergency Loght, Good Quality Unit 10 58 Pressure Washer, Portable, Reachargeable (aircon). Materials: Abs, Voltage: 220v-50hz-230-50hz, Protection Level: Ipx5, Rated Power: 1200w-1400w, Rated Pressure: 75b-80 Bar, Max. Pressure: 100-150bar, Max. Water Inlet Temperature: 38-40 Degrees, Max. Water Inlet Pressure: 7-8bar, Product Function: Cleaning Of Cars, Motorcycles, Bicycles And Gardening Water. Note: This Product Is High-pressure Cleaning Equipment. Packing List: High Pressure Washer, 1-water Inlet Pipe (250-300cm), 1-outlet Pipe (550-600cm), 1 Handle, 1 Short Tube, 1 Multi-function Adapter, 1-quick Connector, 1-water Inlet Filter Nut, 4 Sealing Rubber Ring, 3 Bracket, 2 Screw, 1 Instruction Manual. Unit 1 **** Nothing Follows **** Grand Total: 247,893.90 - Purpose: For Maintenance And Minor Repairs Of Exiting Facilities. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 5 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 6
Closing Date6 Mar 2025
Tender AmountPHP 247.8 K (USD 4.2 K)
Province Of Ifugao Tender
Civil And Construction...+1Construction Material
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. 368 Date:january 30, 2025 Office: Panop Dh 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 Building Maintenance Supplies & Materials, 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 7 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 Bulb Pcs 30 - 2 Flouresent Bulb Pcs 15 - 3 Floursesent Holder 20 Watts Pcs 15 - 4 Fan, Exhaust Fan 12'' Pcs 4 - 5 Angular Bar 1/4'' X 2'' Pcs 14 - 6 Bolo, Tabas With Handle Pcs 5 - 7 Convenience Outlet, 4 Socket Pcs 10 - 8 Cutting Disc Unit 15 - 9 Electrical Staple Wire 1'' Box 4 - 10 Electril Tape Roll 10 - 11 Extention Wheel Wih 10 Meters Cord With 9 Set 2 - Page 2 12 Grass Cutter Specs:type: 4-stroke,ohc,single Cylinder Displacement: 35.8cm-40cm Bore X Stroke: 39.0 X 30.0 Mm Net Power: 1:1.0 Kw-1:1.5 @ 7000rpm-10000rpm Fuel Consumption: 360g/kwh-400g/kwh Lubrication System: Oil Mist Oil Cpacity: 0.1-2 Starting System: Recoil Starter Air Cleaner: Semi-dry Type Weight: 7.49 Kg-10kg Pcs 1 - 13 Grass Cutter Blade Unit 1 - 14 Grass Cutter,scissor-type Heavy Duty,original Pcs 4 - 15 Grinding Disc Unit 10 - 16 Hogwire 5ft Roll 8 - 17 Male Plug 3 Gang Pcs 20 - 18 Nail,3 Inches(common) Kgs 3 - 19 Nail, 4 Inches(common) Kgs 3 - 20 Steel Bar, 10mm Pcs 18 - 21 Teflon Tape Pcs 25 - 22 Thin Wire No. 3.5 Box 1 - 23 Universal Outlet(wwu-200) Pcs 10 - 24 Flouresent Tube For Poto Theraphy(ryz20bti132) Pcs 10 - 25 Water Fuacet,copper 1/2'',good Quality(us) Pcs 20 - 26 Vulcaseal, 1 Liter Liter 5 - 27 Tie Wire No. 16 Kilo 5 - 28 Paint Brush 2'' Pcs 5 - 29 Paint Brush 1'' Pcs 5 - 30 Faucet,stainless Casting, Sus-304 Pcs 5 - Page 3 31 Radiator Coolant Liter 4 - 32 Auto Spray Paint, Sky Blue Pcs 10 - 33 Auto Spray Paint, Red Pcs 10 - 34 Auto Spray Paint, Black Pcs 10 - 35 Laquer Thinner Gal 1 - 36 Long Nose Plier,heavy Duty 10' Pcs 2 - 37 Tiles Glazed Porcelane 600mm X 600mm Pcs 30 - 38 Tiles Fleece Beige 600mm X 600mm Pcs 30 - 39 Tiles, Dirty White 600mmx600mm Pcs 30 - 40 Corugated Gi Sheet 0.5x6 Pcs 12 - 41 Angle Bar 1/8 X 1 1/2'' Pcs 14 - 42 Tubular Bar 1x 2'' Pcs 10 - 43 Text Screw 2'' Box 1 - 44 Steel Matting(galvanize) Pcs 6 - 45 Door Hinges 4'' X 4'' Pair 15 - 46 Flouresent Holder 40 Watts W/ Ballast Pcs 15 - 47 Quick Dry Enamel,chocolate Brown Pcs 1 - 48 Led Bulb(high Power Lamp), White, 50 Watts Pcs 10 - Page 4 49 Battery Charger,12v-24v Output Ce Approval, Safe And Reliable Electronic Circuit Design, Small Size, Light Weight, High Efficiency, Convenient Carrying And Simple Use.it Is Suitable For Charging The Batteries Of Motorcycles, Battery Cars, Tractors, Small Cars And Buses,engineering Vehicles,transport Vehicles,sailboats And Yatchs Etc.. Charging Various 12v Or 24v Lead-acid Batteries, Fast Charging Function For 12v Batteries, Pointer-type Current Displays Dynamic Currents During Charging,visible Real-time Charging Current Makes It More Accurtae And Faster, Double Humidity Control And Two Fuses, Providing Safety Protection. Pcs 1 - 50 Tubular Bar 1.2x1x1 Pcs 2 - 51 Stainless Flexible Hose 1/2x1/2x8'' Pcs 5 - 52 Laboratory Sink Accessories Set 5 - 53 Oil Pressure Sender (21 Yb054 160201 3967251) Pcs 1 - 54 Orbit Fan 16''-18'' Plastic Blade, 4-speed Remote Switch With Thermal Fuse Protection Set 10 - 55 Tie Wire No. 16 Roll 3 - 56 Silicon Sealant Bot 3 - 57 Emergency Light,good Quality Unit 10 - Page 5 58 Pressure Washer,portable,reachargeable(aircon). Material: Abs, Voltage: 220v-50hz-230-50hz, Protection Level: Ipx5, Rated Power: 1200w-1400w, Rated Pressure: 75b-80bar, Max. Pressure: 100-150bar, Max. Water Inlet Temperature: 38-40degrees, Max. Water Inlet Pressure: 7-8bar, Product Function: Cleaning Of Cars,motorcycles,bicycles, And Gardening Water. Note: This Product Is High-pressure Cleaning Equipment. Packing List: 1-high Pressure Washer,1-water Inlet Pipe(250-300cm), 1-outlet Pipe(550-600cm), 1-handle, 1-short Tube, 1-multi-function Adapter, 1-quick Connector, 1-water Inlet Filter Nut, 4-sealing Rubber Ring, 3-bracket, 2-screw, 1-instruction Manual Unit 1 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 247,893.90 - = Purpose: For Maintenance And Minor Repairs Of Existing Facilities. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 6 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 7
Closing Date20 Feb 2025
Tender AmountPHP 247.8 K (USD 4.2 K)
Philippine Coast Guard Tender
Software and IT Solutions
Philippines
Details: Description Lot Supply And Delivery Of Ict Equipment And Other Materials For Cghrmc For Fy 2025 1. Webcam - 18 Units Fhd Webcam 2k 1440p Live Broadcast Web Cam With Microphone For Laptop Pc 2. Router - 3 Units Dual Band Gigabit Wi-fi 6 Router 3. Voice Recorder - 4 Units Digital Voice Recorder 64gb Built-in Memory 4. Printer - 18 Units Ecotank L5290 A4 Wifi All-in-one Ink Tank Cis Printer With Adf (3in1) 5. Computer Desktop Set - 18 Units Processor: Ryzen 7 5700g 3.80ghz 8 Cores 16 Threads Motherboard: B450m-a Promax Msi Igpu:radeon Vega 8 8gb Total Shared Ram: 32gb (2x16)3200mhz Rgb Ddr4 Tforce Delta Ssd:256gb M.2 Hdd 1tb 3.5 Powersupply: 800 Watts Semi Rated Case:tempered Glass Rog Cyborg Fan: 6x Argb Withremote Monitor:27” 165hz Curve Va Fhd In27fgp Accessories:keyboard, Mouse,mousepad 6. Hi-speed Scanner - 4 Units 2600 F1 Scans Up To 25 Ppm / 50 Ipm Up-to 1,500 Pages Daily Scan To Text, Image, Pdf Word (doc, Docx), Excel (xls, Xlsx), Csv, 60-page, Two-sided, Single-pass Auto Document Feeder Compact Design That Fits On The Desktop. 7. Ups - 18 Pcs Product Specifications Input Voltage Range 140 - 300 Vac ± 5% Pro700sfc 650va Avr/ups Input Frequency50 Or 60hz (auto Sensing) Output Nominal Voltage230vac Output Voltage Regulation (battery Mode) ± 10% Output Frequency50 Or 60hz ± 1hz Output Transfer Time (typical)2ms Battery Recharge Time2-4 Hours Recover To 90% Capacity Led Displayac Mode - Green Lighting 8. Dslr Battery Camera - 1 Pc Rechargeable Lithium-ion Battery 9. Sd Card For Dlsr Camera - 1 Pc Storage Capacity: 128gb Card Type: Sdxc Speed Class: 10 10. Laptop - 14 Units Amd Ryzen 5 7535hs, 8gb Ddr5-5600 So-dimm, 512gb Pcie Nvme M.2 Ssd, 15.6"fhd(1920x1080)144hz, Nvidia Geforce Rtx 2050 4gb Gddr6, Windows 11 Home 11. Avr - 18 Units Output Power Capacity 360 Watts 650va/ Ups Bvx650i – 650va, Avr, 230v, 360watts, 4 Outlets Output Connections (4) Nema 5-15r (battery Backup) Nominal Output Voltage 230v Nominal Input Voltage 230v Input Connections Nema 5-15p 12. Megaphone - 11 Pcs Pistol Grip, Wired Handheld Mic, Recording Function & Usb/sd Slot 50w W/ Spa 50w Power Pistol Grip Wired Handheld Microphone Button Activated Siren Recording Function Option For External 12v Dc Mp3 Playback Via Usb Sd Slot Bluetooth Connectivity Auxiliary 13. Projector - 4 Units The Latest Generation Full-closed Optical Machine, Higher Dust-proof Level, Brings Longer Using Life. 900 Ansi High Brightness, Cinema-level 90% Dci-p3, Presents More Real Color And Clearer Image Quality. 1080p Full Hd Resolution With 4k Decoing. 16-points High Quality Image Projecting, Make Sure Each Inch Of The Image Is Clear And Sharp. 3000:1 High Color Contrast Ratio. 2.4g& 5g Wifi: Competiable With Both 2.4ghz & 5ghz Frequancy Wi-fi, 2.4ghz Got Better Signal While Going Through Walls, 5ghz Got Higher Speed 14. Projector Screen - 4 Pcs 120-inch Hd Projector Screen With Stand Ratio 4:3/16:9 Portable Projection Screen 50491 50495 Size & Spec.: 120'(diagonal Length) No.50491 Screen Ratio: 4:3 No.50495 Screen Ratio: 16:10 Size: 1970*1480mm Size & Spec.: 120'(diagonal Length) Fitting: Bracket High-definition Coating, High Color Reductivity, Sharp Contrast Over 150 Degrees, Panoramic View 1* Projector Screen With Stand 15. Paper Shredder - 7 Units 3l Automatic Paper Shredder Big Capacity Machine For Office School Size & Spec.: Shred Capacity: 10 Sheets; Shred Size: 4x25mm; Security Level:4 Specs 1: Can Shred: Card, Paper Clip, Staple Specs 2: Continuous Run Time: 10min Specs 3: Bin Capacity: 23l Specs 4: Machine Noise: 60db Specs 5: Machine Power: 180w Specs 6: 350x250x550mm Sales Point 1: German Level 4 Confidentiality Sales Point 2: Nitride Steel Knife, Sharp And Durable Sales Point 3: Intelligent Induction, Overheat Protection, Stop Protection, Auto Reverse Sales Point 4: 23l Visible Paper Bucket Sales Point 5: Simple Design, Quick Operation 16. Mouse - 6 Pcs 10,000,000 Click Life Time 1.8m Nylon Braided Cable Tracking Method: Optical Smooth Mouse Feet 125hz Polling Rate High Speed Non- Slip Side Style: 6d 15g Hand Orientation: Both Hands Cable Length: 1.8m Braided Cable 17. Hdmi - 5 Pcs Cable Heavy Duty, 10 Meters Lot 2 Supply And Delivery Of Ict Equipment And Other Materials For Cgssc For Fy 2025 1. Flash Drive (64gb) - 7pcs Usb 3.0 Usb-a Usb 3.0(backwards Compatible With Usb 2.0) 0.26” X 1.67” X 0.52” 2. Hard Drive (1tb) - 3pcs 2.5 Inch 12 Milimiters 7.8 Centimiters 11.5 X 7.8 X 1.2cm; 148 Grams Usb 3.0 5400 Rm Lot 3 Supply And Delivery Of Ict Equipment And Other Materials For Cgrbas For Fy 2025 1. Desktop Computer Min Processor: - 5 Units - Total Cores- 6 - Total Threads-12 - Max Turbo Frequency- 4.30 Ghz - Turbo Boost Technology 2.0 Frequency-4.30 Ghz Operating Sytem: - Latest Operating System As Of February 2025 64-bit Platform Ram:16 Gb 4.min.storage/hard Disk: - 256ssd + 1 Tb Hdd Graphics/video Processor Memory: 6gb Gddr6 Memory Bus: 192-bit Monitor At Least 24 Inches,1920x1080 Pixel Others Usb Keyboard And Mouse With Avr,650 Watts, 220 Volts 2. Printer - 3 Units All-in-one Functions - Print, Scan, Copy Printing Resolution - 5,760 X 1,440 Dpi Interfaces - Usb, Wifi, Wi-fi Direct Paper Formats - A4, A6, A5, B5, 10 X 15 Cm, 13 X 18 Cm, 16:9, Dl (envelope), No. 10 (envelope), C6 (envelope), Letter, User Defined, Legal Printer Output - Color Printing Speed Iso/iec: - 10 Pages/min 3. Uninterruptable Power Supply (ups) - 5 Units Output Power Capacity 360 Watts / 650va Output Connections (4) Nema 5-15r (battery Backup) Nominal Output Voltage 230v Nominal Input Voltage 230v Input Connections Nema 5-15p Cord Length 1.2meter 4. External Hard Drive - 5 Pcs Capacity: 1tb Storage Media: 2.5” Sata Hdd System Compatibility: Windows, Mac Os, And Linux Os Certificates: Ce/ Fcc/ Bsmi Warranty: 3 Years Interface (min.): Usb 3.2 Gen 1 Operation: Dc 5v (power Supplied Through Usb) Case Material: Rubber/plastic With Operating User’s Manual (english Translation) Accessories (min): With Usb 3.0 Cable 5. Flash Drive - 5 Pcs Capacity: 64gb Usb Version 3.0 Plug-and-play With Memory Chip/board Firmly Embedded In Durable Casing With Built-in Usb Interface Cover Warranty: 1 Year 6. Cellular Phone - 1 Unit Operating System: Android Ram: 4gb Storage: 128gb Battery: 5000mah Dual Sim And 5g-ready Fast Charging With At Least 6.67-inch Display 7. Power Extension Cord - 5 Pcs 4 Sockets With Switch 2-meter Cord Length Wattage: 2500w Voltage: 250 Ampere: 10a Material: Polycarbonate Plastic Lot 4 Supply And Delivery Of Ict Equipment And Other Materials For Cggad For Fy 2025 Supply And Delivery Of Ict Equipment And Other Materials For Cggad For Fy 2025 1. Computer Desktop - 10 Set Processor: At Least 7330u 4-core/8-thread Processor Operating System: Windows 11 Pro For Business Video Card: At Least Integrated Or Dedicated Graphics Card Compatible With The Recommended Processor Monitor: 23.8", Fhd 1920x1080, 60hz, Ait Non-touch, Anti-glare, Memory: At Least 8 Gb: 1 X 8 Gb, Ddr4, 3200 Mt/s. Storage/hard Disk: At Least 500 Gb Ssd Threads: 16 Threads Thermal Design Power: 65w Graphics/ Video Processor: At Least 4gb Resolution: 1920 X 1080 Or Higher Network Interface: Gigabit Ethernet 10/100/1000 Wireless Lan: Wifi 802.11ax, Bluetooth Version 5.0 Built-in Programs: With Microsoft Office Ports: 1 Usb 3.2 Type-c® Gen 2 Port 2 Usb 3.1 Gen 1 Ports With Power On/wake-up Support 1 Usb 3.1 Gen 2 Port Withpowershare 1 Hdmi 1.4b Port 1 Hdmi-in 1.4b Port 1 Power-adapter Port 1 Rj45 Ethernet Port 1 Headset Jack Pointing Device: Usb Optical Mouse With Mouse Pad Input Device: Usb Keyboard With Numeric Keypad 2. Document Scanner - 3 Set Scanner Type:a4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis)scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Optical Resolution:600 X 600 Dpi *1output Resolution:50 - 1,200 Dpi (in 1 Dpi Increments)bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size:50.8 X 50.8 Mm Max Document Size:215.9 X 6,096 Mm Supported Paper Weight:27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2)adf Capacity:100 Sheets (80g/m2)daily Scan Volume: Up To 10,000 Sheets / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0 3. Printer - 6 Set Print, Scan, Copy Print Method: Precision Core Printhead Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi Automatic 2-sided Printing: Yes (up To A4) Paper Handling: Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 250 Sheets Of Plain Paper (80 G/m2), Connect Features: Iprint, Email Print, Remote Print Driver, Scan To Cloud Other Mobile Solutions: Apple Airprint, Mopria Print Service, Epson Smart Panel Operating System Compatibility: Windows Xp Sp3 / Xp Professional X64 Sp2 / Vista / 7 / 8 / 8.1 / 10/11 Windows Server 2003 /2008 / 2012 / Rated Voltage: Ac 220-240 Vrated Frequency: 50 - 60 Hz Operating: 12.0 W Sleep: 0.7 W Power Off: 0.2 W Standby: 5.3 W Interface: Usb 2.0 Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Networkprotocol: Tcp/ipv4, Tcp/ipv6 Network Lot 5 Supply And Delivery Of Ict Equipment And Other Materials For Cmc For Fy 2025 1. Portable Document Scanner - 1 Unit • Resolution: 600 X 600 Dpi • Scan Speed: 26ppm/52ipm • Adf Capacity: 50 Sheets • Max Document Size: 215.9x3,048 Mm • Usb 2.0 Connectivity 2. Printer With Scanner - 1 Unit •inkjet (pizoelectric)esc/p-r • 180x1 Nozzles Black, 59 X1 Nozzles Per Color (cyan, Magenta, Yellow) • 5760x1440 Dpi Max Resolution 3. Desktop Computer Set - 2 Units • Monitor: 21 Inches 1080-4k Resolution • 16 Gb Ram • 1tb Hdd • 500 Gb Ssd • Amd Ryzen 5 4. Laptop - 1 Unit • 15.6-inch • 1920x1080 Resolution • Amd Ryzen 5 • 8gb Ram • 1tb Hdd • 250 M.2 Ssd • Windows 11 5. Tablet - 12 Units • 10.61” Ips Lcd Display, 1200x1200 Resolution • Storage: 4gb+128 Gb • Battery: 8000 Mah 6. External Hard Drive, 1tb, Ssd - 2 Units 7. Paper Shredder - 1 Unit • 23l Bin Capacity • Can Shred: Staples And Paper Clips • 100-sheet Auto Feed And 10-sheet Manual Feed Shredding Capacity (70gsm Paper) 8. Mirrorless Camera - 1 Unit • 24.2mp Aps-c Cmos Sensor • Digic 8 Image Processor • 4k 24p Video With Crop, Full Hd 60p • Dual Pixel Cmos Af With 143 Af Zones • 6.5 Fps Electronic Shutter • 2.36m-dot Oled Evf • 3" 1.04m-dot Lcd Screen • Wi-fi And Bluetooth With Sd Card Slot • Rf-s 18-45mm F/4.5-6.3 Is Stm Lens Lot 6 Supply And Delivery Of Ict Equipment And Other Materials For Hrpc For Fy 2025 1. Printer - 2 Unit Printer Type: Printer Type:print, Scan, Copy, Fax With Adf Printing Technology: Print Method:precisioncore Printheadprinter Language:esc/p-r, Esc/p Rasternozzle Configuration:400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow)maximum Resolution:4800 X 1200 Dpi (with Variable-sized Droplet Technology)automatic 2-sided Printing:yes (up To A4) 2. Utp Cat6 (200 Meters) - 2 Rolls 3. Cat6 Rj45 (100 Pcs) - 3 Packs 4. Regular Laptop - 2 Unit Processor: Intel® Core™ I7-13620h Memory: 16gb 4800mhz Lpddr5 Storage: 512gb M.2 Pcie Nvme Ssd 5. Universal Adaptor Socket Plug - 6 Pcs • Durable And Highly Conductive • Maintain Their Grip On The Plugs Even After Thousands Of Uses • Engineered To Conform To Local And International Standards • 10a 250v • Can Be Used For Various Appliances • We Only Sell 100% Authentic Brand-new Products Current: 10a Voltage: 250v 6. Ethernet Hub - 1 Unit Details Product Code: C52ig-5haxd2haxd-tc Architecture Arm: 64bit Cpu: Ipq-6010 Cpu Core Count: 4 Cpu Nominal Frequency: 864 Mhz Switch Chip Model: Ipq-6010 Routeros License: 4 Operating System: Routeros V7 Size Of Ram: 1 Gb 7. Ram Module (dimm) - 8 Pcs Type: Ddr4 Capacity: 8gb Frequency: 3200mhz 8. Paper Shredder - 1 Unit -shreds Paper Into 6 Mm Straight Cut Strips At 1.8 M/min -shreds 7 Sheets Of 70 Gsm Paper Or 6 Sheets Of 80 Gsm Paper At Once -with 60-minute Auto-rest Feature After 2 Minutes Of Continuous Shredding -handy Sized 9 Litre Bin With Easy Lift Off Head Holds Up To 45 Sheets -cut Type: Straight Cut -capacity: 9 Liters -power Consumption: 100 Watts -model: Shredmaster S206 -colour Black 9. Keyboard And Mouse - 4 Sets 10. Mobile Phone - 2 Unit Display 6.78-inch Fhd+ Amoled Display (1080 X 2436 Pixels, 393 Ppi) With Corning Gorilla Glass, 20.3:9 Aspect Ratio, 120hz Refresh Rate, 550 Nits Typ., 1300 Nits Peak, And Punch-hole Os: Android 14 With Xos 14.5 Chipset: Mediatek Helio G100 (6 Nm) Cpu: Octa Core Cpu 2x Cortex-a76 @ 2.2ghz + 6x Cortex-a55 @ 2.0ghz Gpu: Mali-g57 Mp2 Ram:8 Gb Storage:256gb Expansion:expandable Up To 1tb Via Microsd 11. Smart Tv - 1 Unit Qled Pro Aipq Pro Processor T-screen Pro Onkyo 2.1ch Slim & Uni-body 144hz Vrr Dolby Vision•atmos Hdr10+ Multiple Eye Care 12. Computer Set - 2 Unit Processor: Amd Ryzen 7 Mother Board: Am4 Socket Ddr4 Memory: 16 Gb 3600 Mhz Ddr4 Gpu: Gtx 1650 Ssd: 512gb M.2 Pcie Nvme Ssd Psu: 750 Watts Case: Micro Atx Monitor: 24” Led Keyboard & Mouse: Standard 13. Tablet - 7 Unit Tab Wifi Graphite 8gb+128gb 14. Adapter Charger - 7 Unit 20w Usb-c Power Adapter Model: Usb-c Power Adapter 15. Handheld Radio - 1 Set Item Type Walkie Talkie Devices Warranty Type Supplier Warranty Warranty Duration 3 Months Distance 5.0km Number Of Channels 16 Ntc Permit Number Esd-rce-2334748 Rce Number 2334748 16. Splitter - 2 Set 8 10/100mbps Auto-negotiation Rj45 Ports, Supports Auto Mdi/mdix Green Ethernet Technology Saves Power Consumption Ieee 802.3x Flow Control Provides Reliable Data Transfer Plastic Case, Desktop Design Plug And Play, No Configuration Required 17. Extension Wires - 2 Pcs Universal Heavy-duty Outlets 10 Meters Cord Length With Overheating Protection Button Power Leakage/surge Protector Safety Breaker Rapid Flame Retardant Lot 7 Supply And Delivery Of Mementos, Souvenirs, And Other Customized Items For Pmc For Fy 2025 1. Hard Drive 1 Tb - 1 Pc Type: External Storage Devices Sku: 1tb Slim Silver 2. Laptop - 1 Pc Hard Drive Capacity: 512 Gb Processor Core Type: Quad-core Ram Memory: 8 Gb Maximum Ram Supported: 12 Gb Operating System: Windows 11 Home Battery Life: 11.5 Hours Model: Viprb-81wa00q7us Dimensions: 22.00 X 4.00 X 14.00 Inches 3. Clicker - 1 Pc Wave Length: 640~660nm (red Light) Battery Type: 2 Aaa Batteries Battery Life (laser Pointer): 20-hour Maximum Battery Life (presenter): 1050-hour Maximum Wireless Operating Distance: Approx 10m 4. Tablet - 6 Pcs E-reader: Yes Storage Capacity: 256gb Primary Camera Resolution: 12mp Warranty Type: Supplier Warranty Warranty Duration: 5 Years Mobile Cable Type: Type C Build-in Battery: Yes Number Of Sim Card Slots: 2 Sim Type: Micro, Nano 5. Document Shredder - 1 Pc Description: Paper Shredder Size & Spec.: Shred Capacity: 8 Sheets; Security Level:4 Specs 1: Can Shred: Staple Specs 2: Continuous Run Time: 3min Specs 3: Bin Capacity: 15l Specs 4: Machine Noise: <62db Specs 5: Machine Power: 80w Specs 6: 290mmx140mmx355mm Sales Point 1: German Level 4 Confidentiality Sales Point 2: Nitride Steel Knife, Sharp And Durable Sales Point 3: Overheat Protection Sales Point 4: 15l Visible Paper Bucket Lot 8 Supply And Delivery Of Ict Equipment And Other Materials For Hrms For Fy 2025 1. Computer Set - 3 Units Processor: Amd Ryzen™ 7-5700g (3.8ghz) Motherboard: A520m-k/csm Memory: Teamgroup 16gb Ddr4 Pc3200mhz Elite Storage: Teamgroup 512gb Mp33 Pcie Nvme M.2 Case: Vikings Runes Vkr-21 W/ 750 Watts Monitor: Pcx 23.8” 24qy01 Led Blk Mouse & Keyboard: Viking Gc-701 Gaming Combo Mouse Pad: Vikings Xxxl Blk Headset: Vikings Blaze Rgb Accessories: Gnrc Usb Wifi Adaptor 5x17 Inch Keyboard 2x4 Inch Mouse 2. Printer - 2 Units Compact Integrated Tank Design Print Speeds Up To 10.5ipm For Black And 5.0ipm For Colour Auto-duplex Printing 2 In 1 And 3 In 1 Wifi Borderless Printing Up To A4 Size Spill-free Ink Refilling Seamless Setup Via Epson Smart Panel Printer & Scanner Lot 9 Supply And Delivery Of Ict Equipment And Other Materials For Nupao For 2025 1. Rechargeable Digital Voice Recorder - 1 Unit Records Mp3 Or Wav Format, With 8gb Internal Storage And Expandable Memory, Lithium-ion Battery 20-24 Hours Recording Time, Usb Charger, With High-sensitivity Microphone, Built-in Speaker For Immediate Playback Or Can Connect To External Speakers/headphones Via 3.5mm Jack Or Bluetooth, Led Screen To Show Recording Status, Time, Battery Life, And File Information, Files Are Usually Easily Transferable Via Usb Cable Or Bluetooth To Computers Or Mobile Devices 2.printer With Scanner - 2 Units Ecotank System, Inkjet Printer (with Integrated Scanner), Resolution Up To 4800 X 1200 Dpi For Sharp, Detailed Prints, Connectivity: Wifi Or Wi-fi Direct, Usb 3.0, Ethernet, Mobile Printing Support, Support Paper Sizes: A4, A5, A6, Legal, Letter, And Custom Sizes, Paper Type Compatibility: Plain Paper, Photo Paper, Envelopes, Labels 3. Colour Laser Printer - 1 Unit Laser Printer With Color Printing Capabilities, 1200 X 1200 Dpi Or 2400 X 600 Dpi (enhanced) For Sharp And Clear Color Prints, Connectivity: Wifi Or Wi-fi Direct, Usb 3.0, Ethernet, Mobile Printing Support, Support, Input Tray Capacity: 250-500 Sheets, Paper Size: A4, A5, Letter, Legal, And Custom Sizes, Paper Type Compatibility: Plain Paper, Envelopes, Labels, Cardstock, And Glossy Photo Paper, Supports Full-color Prints, Toner Cartridges: Separate Cartridges For Each Color (cyan, Magenta, Yellow, Black) 4. Desktop Computer - 2 Units Processor (cpu): Intel Core I7 (10th Or 11th Gen) Or Higher Version, Memory (ram): 16gb Ddr4 Ram Expandable Ram For Future Upgrades, Storage: 256gb Ssd, 1tb Hdd, Graphics: Integrated Graphics (e.g., Intel Uhd Or Iris Plus, Or Amd Vega), Operating System: Windows 10 Pro, Ports And Connectivity: Usb 3.0/3.1 Ports: Minimum Of 4-6 For Connecting Peripherals, Hdmi/displayport, Ethernet (rj-45), Wi-fi 5 Or Wi-fi 6, Bluetooth 4.2 Or 5.0, Monitor Compatibility: Full Hd (1920x1080) Resolution, With Options For 2k Or 4k Monitors, Power Supply: 300w To 500w Power Supply, With Mouse And Keyboard 5. Mobile Phone - 1 Unit Processor (cpu): Qualcomm Snapdragon 8 Series Or Higher, Octa-core Processor For Fast Multitasking And Smooth Performance, Memory (ram): 8gb Ram, Storage: 128gb To 256gb Internal Storage With Expandable Storage, Display: 6.1 To 6.7-inch Full Hd+ Or Amoled Display, High Refresh Rate (90hz Or Higher), Battery: 5000mah Battery Or Higher For All-day Usage With Fast Charging Support, Connectivity: 45 And 5g Support, Bluetooth, Usb-c, Camera: 12mp To 50mp Primary Camera, Audio: Stereo Speakers, Durability: Ip68 Water And Dust Resistance
Closing Date10 Mar 2025
Tender AmountPHP 4.7 Million (USD 82.6 K)
City of Pecky Tender
Others
Corrigendum : Closing Date Modified
Czech Republic
Details: Reconstruction of the Existing Footpath on the Left Side of the Road in the Direction of Milčice From the Crossing for Pedestrians at the Pečka Bus Stop, Velké Chvalovice, Width of the Footpath 1.5 M (up to 2.4 M), the Footpath is Transferred to the North Side of the Road by a Place Allowing Crossing (between No. 4 A 5, P. no. 174/3), Pedestrian Crossing Is Proposed Place of intersection with Ul. Ke Dráze (at No. 135, At No. 177) – Connection of the Footpath Route Through the New Path for Pedestrians and Cyclists; New buildings Paths for pedestrians and cyclists on the right side of the road in the direction of Milčice, Width Mainly 2.4 M, Locally Reduced At No. 7, U P. no. 153 On 1.5 MZ Due to the Narrow Profile of the Site (a 130 cm high Railing will be installed) AU No. 198, U P. no. 107/5 Due to the Elevation of the Roadway and the Presence of Existing Exits, Connecting to the Existing Path for Pedestrians and Cyclists by Modifying the Intersection Ul. Ke Hřišti A Ul. Milčická, with a crossing for pedestrians and a crossing for cyclists (at the Chapel of St. John of Nepomuck in Velké Chvalovice); Construction of a Crossing Area at No. 146, U P. no. 205; Lighting Transitions; Directional adjustment of existing communication in Ul. Milčická In the section between Křižovatka S Ul. To The Track And To The Field, Designed About The Width Of 6 MS By Expanding In The Directional Arc; Adjustment of slopes, construction of drainage, execution of vertical and horizontal traffic markings, public lighting and public radio, vegetation adjustments. Note: Sat 105 Dopravní Ostrůvek, Incl. Relevant Parts of Vertical and Horizontal Traffic Markings, Public Lighting (2 Pcs Including Cable Lines) and Vegetation Treatments (Establishment of Approx. 73 M2 of Lawn), Already Implemented and Not Part of the List of Works, Supplies and Services. The performance of works within the framework of Sat 402 and Sat 403 of the network relocation is not the subject of this public order. Part of the performance of the Public Contract is, among other things, the performance of all activities related to the delivery of construction works and constructions, the performance of which is necessary for the proper completion and operation of the work. The implementation of the Public Contract will be carried out in accordance with the principle of "significantly do not harm" (dnsh) in the area of the environment. The Estimated Value Indicated Including the Value of Reserved Changes to Contractual Obligations.
Closing Date8 Jan 2025
Tender AmountCZK 35.1 Million (USD 1.4 Million)
Moravskoslezsky Region Road Administration, Contribution Organization Tender
Electrical and Electronics...+1Electrical Works
Czech Republic
Details: The subject of the public procurement is the conclusion of a contract for works with one supplier for the execution of construction works on the road Iii/4848a in the municipality of Kozlovice. This concerns work on the bridge No. 4848a-2, whereby the existing bridge, which carries the road Iii/4848a over the Ondřejnice River, will be removed and replaced with a new bridge. The new bridge will consist of a monolithic reinforced concrete slab frame and will be supplemented with parallel wings. Steel bridge railings will be installed on both edges of the bridge. The bottom of the riverbed and also partially the slopes will be fortified with paving made of quarry stone. The fortification is based on the existing shape of the bottom and riverbed. The Road Modification Will Be Implemented Over A Total Length Of 55.00 M. The Works Also Include The Relocation Of The Water Pipe, Which Is Suspended On The Existing Bridge. The Works On The Bridge No. 4848a-4 Also Consist Of The Removal Of The Existing Bridge, Which Will Be Replaced By A New Bridge With A Simple Frame Made Of Monolithic Concrete, Which Will Be Completed With Inclined Wings And A Retaining Wall At The Right Wing. The Bridge Will Be Equipped With A Bridge Steel Railing On Both Edges. The Road Modification Will Be Implemented Over A Length Of 53.00 M. The Implementation Of Construction Works On The Bridge Object No. 4848a-2 Excludes Road Traffic On The Road Iii/4848a With The Modification For Individual Bus Transport - Property Owners Will Be Allowed To Use A Detour Route. Construction Work On Bridge No. 4848a-4 Will Be Implemented During Complete Closure Of Road Iii/4848a In The Solved Section, While A Detour Route Will Be Established Within The Framework Of Temporary Traffic Signs. The Place Of Implementation Is Road Iii/4848a, Land Parcel No. 160, 2208/2, 2211, 2216, 3969/4, 4006, 4095/40, 4095/41, 4095/59, 4114/27, 4114/42, 4123/8, 4123/15 (for Bridge Object 4848a-2) And Land Parcel No. 1873/10, 1873/24, 1876.4, 1876/11, 1889, 1891/1, 3995/1, 4095/47, 4095/50, 4095/65, 4119/1, 4119/9, 4119/10 In The Cadastral Territory Of Kozlovice. The Expected Construction Period Is Set At 240 Calendar Days (Evaluation Criterion), With The Work Being Completed By The Submission Of All Documents For Putting The Work Into Full Operation, I.e. For Issuing The Building Inspection Approval.
Closing Date28 Feb 2025
Tender AmountCZK 31.9 Million (USD 1.3 Million)
Moravskoslezsky Region Road Administration, Contribution Organization Tender
Others
Czech Republic
Details: The subject of the public procurement is the conclusion of a contract for works with one supplier for the execution of construction works within the framework of the construction "repair of the surface of the road III/46620 Ostrava, Ul. Martinovská, II. Stage - 1st part". The continuous length of the repair is 1.1 km, while the section of the road III/46620 being addressed is defined from the intersection with Mk Ul. Aleše Hrdličky to the intersection with the local road Ul. Provostní and the local road Ul. 1. Czechoslovak Army Corps in Ostrava. The repair of the road surface will be carried out while maintaining the current directional and width arrangement. The existing asphalt layers will be milled to a depth of 110 mm. Local repairs to the area will be carried out using milling in Tl. 0.05 M, The Road Surface Will Be Cleaned, Subsequently An Infiltration Spray Will Be Applied To The Road And A Base Layer Of ACP Will Be Placed In Thickness 0.05 M. The Cracks Will Be Repaired By Milling The Chamber, Blowing Out Dirt From The Chambers And Subsequent Grouting With Modified Asphalt. Subsequently, The Entire Surface Will Be Cleaned, A Connecting Spray Will Be Applied And A Bed Layer Of ACL Will Be Placed In Thickness 0.07 M. The Laying Of The Bed And Wear Layer Of Sma Will Be Placed In Thickness 0.04 M Will Always Be Carried Out With A Single Longitudinal Working Joint. The Construction Also Includes The Repair Of Bus Stops, To Which The Item Within The Statement Of Measurements "Establishment And Removal Of Temporary Stops" Is Related. The Contracting Authority Notifies The Participants That It Is Necessary To Coordinate The Construction Work With The Construction Intent "Repair Of The Energo Bridge Ev. No. 46620-2..3", The Implementation of Which Is Planned For The Period From 01.06.2025 To 31.08.2025. The Place of Performance Is Road Iii/46620 Martinovská Street In Ostrava, Parcel No. 4426/1, 4426/2, 4427/2, 4427/2, 4427/6, 4428/7, 4428/8 In The Poruba-North Land Registry And Parcel No. 2396/15, 2397/2 And 2402/3 In The Martinov Ve Silesian Land Registry. The Structural Technical Condition Of The Roadway Is Determined In Grades 2 (5%), 3 (35%), 4 (45%) And 5 (15%). As part of the diagnostics carried out to determine the content of Pau, Zas-t3 was found in 2 out of 3 samples, so the contractor will also ensure the implementation of an Ahv analysis. The budget assumes the disposal of a certain amount of hazardous waste (approximately 20% of the total amount). If waste with the designation Zas-t1, Zas-t2 occurs, it can be reused in the curbs, or purchased according to the provisions of the commercial terms and conditions. The contracting authority requires that the participants submit in their bid the statements of measurements in all formats provided within the tender documentation (e.g. formats .xls; .xlxs; .xml) and also the construction work schedule, which will be Annex No. 2 to the contract for the work.
Closing Date10 Feb 2025
Tender AmountCZK 35.8 Million (USD 1.4 Million)
City Government Of Davao Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description The City Government Of Davao Now Invites Bidders For The Projects Under Batch 02-2025 As Listed Below. The Prospective Bidder Must Have Completed A Single Largest Contract Cost (slcc) That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However, That Contractors Under Small A And B Categories Without Similar Experience On The Contract To Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab And Section 23.4.2.4 Of The 2016 Revised Irr Of Ra 9184 Updated As Of July 19, 2024. Moreover, A Contract Shall Be Considered "similar" To The Contract To The Bid If It Has The Same Major Categories Of Work. B02-2025-01 Project Title: Road Concreting From Sitio Crossing Ballah To Sitio Banus, Brgy. Salaysay, Marilog District Source Of Fund: Adf, Cy 2025 (25083) Approved Budget For The Contract: Php 142,000,000.00 Project Duration: 540 Calendar Days Pcab License: Road Medium A Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 2 Units Hydraulic Excavator (0.80 Cu.m) Crawler 10 Units Bar Cutter 2 Units Hydraulic Excavator With Breaker 102 Units Steel Forms 2 Units Bulldozer, D6h Series Ii Psds/dd 1 Unit One Bagger Concrete Mixer 2 Units Payloader (1.50 Cu.m) 1 Unit Heavy Duty Electric Drill (operated) 4 Units Dumptruck (12cu.yd.) Includes Hauling 2 Units Jackhammer W/ Air Compressor 2 Units Road Roller (125hp 10t, Static) 2 Units Backhoe Pc-60 2 Units Road Grader 140hp 1 Unit Cargo Truck/ Delivery Truck 2 Units Water Truck 1 Unit Applicator Machine 2 Units Concrete Vibrator 1 Unit Kneading Machine 2 Units Concrete Saw B02-2025-02 Project Titles: A. Construction Of 4-storey, 20-classroom Building At Malabog National High School, Barangay Malabog, Paquibato District, Davao City B. Additional Appropriation For The Construction Of 4-storey, 20-classroom Building At Malabog National High School, Barangay Malabog, Paquibato District, Davao City Sources Of Fund: A. Sef Ab Cy 2023 (3322) B. Sef Cy 2025 (3322-2504) Approved Budget For The Contract: A. Php 59,833,000.00 B. Php 12,000,000.00 -------------------- Php 71,833,000.00 Total Abc Project Duration: 480 Calendar Days Pcab License: Building Medium A Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 2 Units Bar/ Shear Cutter 1 Unit Boom Truck 4 Units Welding Machine 1 Unit Plate Compactor 4 Units 1 Tank Oxygen/ 2 Tank Acetylene 1 Unit Concrete Vibrator 4 Units Electric Grinder 1 Unit One Bagger Concrete Mixer 4 Units Electric Handrill B02-2025-03 Project Title: Road Concreting With Drainage System And Construction Of Slope Protection And Slope Stabilization System At Purok Namnam, Brgy. Marilog Proper, Marilog District (phase 1) Source Of Fund: Adf, Cy2025 (25082) Approved Budget For The Contract And Pcab License Requirements: Php 52,069,509.96 Road Medium A Php 4,430,490.04 Flood Control Small B --------------------- Php 56,500,000.00 Total Abc Project Duration: 240 Calendar Days Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 1 Unit Dumptruck (5 Cu.m) 1 Unit Hydroseeding Machine 2 Units Bulldozer, D6h Series Ii Psds/dd 1 Unit Pneumatic Air Rock Drilling Machine 1 Unit Chainsaw 1 Unit Grounting Machine 2 Units Hydraulic Excavator (0.80 Cu.m) 1 Unit Generator 2 Units Payloader (1.50 Cu.m.) 2 Units Concrete Mixer (1-bagger) 4 Units Dumptruck (10 Cu.m) 2 Units Concrete Vibrator 1 Unit Heavy Duty Electric Drill (operated) 2 Units Concrete Saw 1 Unit Motorized Road Grader (140hp), G710a 2 Units Handroller Vibratory 1 Unit Vibratory Roller (10mt), Sd100dc 2 Units Bar Cutter 1 Unit Water Truck/pump 86 Units Steel Forms 1 Unit Boom Truck B02-2025-04 Project Title: Road Construction From Purok Proper Magsaysay To Purok Bulawanon To Purok Campogon Going To Brgy. San Miguel, Arakan North Cotabato, Brgy. Magsaysay, Marilog District (phase 1) Source Of Fund: Adf, Cy2025 (25087) Approved Budget For The Contract: Php 46,880,236.00 Project Duration: 270 Calendar Days Pcab License: Road Medium A Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Dumptruck 5 Cu.m. Cap. 1 Unit Water Truck/pump (16000l) 2 Units Bakchoe Pc-60 1 Unit Concrete Vibrator 1 Unit Payloader (1.50 Cu.m. Cap) 1 Unit Concrete Saw 1 Unit Road Roller, Vibratory 1 Unit Bar Cutter 1 Unit Road Grader 90 Units Steel Forms 1 Unit One Bagger Concrete Mixer B02-2025-05 Project Title: Road Concreting With Drainage System At Doña Mercedes Phase I And Ii, Brgy. Panacan, Bunawan District Source Of Fund: Adf, Cy2025 (25072) Approved Budget For The Contract And Pcab License Requirements: Php 32,197,317.44 Flood Control Medium A Php 11,002,682.56 Road Small B ------------------ Php 43,200,000.00 Total Abc Project Duration: 240 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Dumptruck (5cu.m.) 2 Units Concrete Vibrator 2 Units Jackhammer W/ Air Compressor 1 Unit Water Truck 1 Unit Road Roller, Vibratory 1 Unit Concrete Saw 1 Unit Road Grader 99 Units Steel Forms 2 Units Hand Roller Vibratory 1 Unit One Bagger Concrete Mixer 2 Units Backhoe Pc-30 6 Units Bar Cutter 1 Unit Plate Compactor 1 Unit Heavy Duty Electric Drill (operated) 1 Unit Cut-off Machine 1 Unit Heavy Duty Electric Drill (operated) B02-2025-06 Project Title: Construction Of Farm To Market Road With Canal At Lower Kibangay, Brgy. Suawan, Marilog District (phase 1) Source Of Fund: Adf, Cy2025 (25084) Approved Budget For The Contract And Pcab License Requirements: Php 27,313,427.29 Road Small B Php 2,886,572.71 Flood Control Small B --------------------- Php 30,200,000.00 Total Abc Project Duration: 270 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 1 Unit Concrete Vibrator 3 Units Dumptruck 5 Cu.m. Cap. 1 Unit Concrete Saw 1 Unit Road Grader 2 Units Bar Cutter 1 Unit Road Roller, Vibratory 90 Units Steel Forms 1 Unit Water Truck/pump (16000l) 1 Unit Payloader 1 Unit One Bagger Concrete Mixer B02-2025-07 Project Title: Construction Of 2-storey, 6-classroom Building At Mabuhay National High School, Sitio Mabuhay, Marilog District, Davao City Source Of Fund: Sef, Ab Cy 2025 (3322-2509) Approved Budget For The Contract: Php 28,000,000.00 Project Duration: 280 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements 1 Unit Backhoe Pc-60 2 Units Electric Handrill 1 Unit Plate Compactor 2 Units Tile Cutter 1 Unit Walk-behind Compactor 1 Unit Concrete Vibrator 2 Units One Bagger Concrete Mixer 1 Unit Steel Bar Bender 2 Units Bar/shear Cutter 1 Unit Welding Machine 2 Units Electric Grinder 1 Unit Cut-off Machine B02-2025-08 Project Title: Road Concreting With Drainage System At Purok La Verna Hills Subdivision, Phase 2a & B, Brgy. Alfonso Angliongto Sr., Buhangin District Source Of Fund: Adf, Cy2025 (25057) Approved Budget For The Contract And Pcab License Requirements: Php 18,313,342.72 Flood Control Small B Php 7,686,657.28 Road Small B -------------------- Php 26,000,000.00 Total Abc Project Duration: 285 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Dumptruck (5.0cu.m. Cap) 1 Unit Road Roller 1 Unit Jackhammer W/ Air Compressor 1 Unit Road Grader 1 Unit Concrete Cutter 1 Unit Water Truck 1 Unit Backhoe Pc-60 1 Unit Concrete Vibrator 2 Units Dumptruck 10w 1 Unit Concrete Saw 1 Unit One Bagger Concrete Mixer 112 Units Steel Forms 4 Units Bar Cutter 1 Unit Concrete Drill 1 Unit Mini Dumptruck B02-2025-09 Project Title: Construction Of 2 Units 1-storey, 3-classroom Building At Datu Lamanta Integrated School, Sitio Sandunan, Brgy. Tamugan, Marilog District, Davao City Source Of Fund: Sef, Ab Cy 2025 (3322-2508) Approved Budget For The Contract: Php 21,000,000.00 Project Duration: 360 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Plate Compactor 4 Units Electric Handrill 2 Units One-bagger Concrete Mixer 4 Units Tile Cutter 2 Units Concrete Vibrator 2 Units Bar/shear Cutter 2 Units Oxygen-acetylene Cutting Outfit & Accessories 4 Units Welding Machine 2 Units Cut Off Machine 4 Units Electric Grinder B02-2025-10 Project Title: Road Concreting At Purok 1-molave, Brgy. Angalan, Tugbok District Source Of Fund: Adf, Cy 2025 (25088) Approved Budget For The Contract: Php 16,825,000.00 Project Duration: 200 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Dumptruck 10w 1 Unit Concrete Vibrator 1 Unit Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Payloader 1 Unit Bar Cutter 1 Unit Road Grader 86 Units Steel Forms 1 Unit Road Roller 1 Unit One Bagger Concrete Mixer 1 Unit Water Truck/pump B02-2025-11 Project Title: Construction Of Water System From Purok 14 Sitio Panuhuran To Purok 1 Baganihan Proper To Purok 3 Sitio Katandungan, Brgy. Baganihan, Marilog District Source Of Fund: Adf, Cy 2025 (25123) Approved Budget For The Contract: Php 20,000,000.00 Project Duration: 150 Calendar Days Pcab License: Water Supply System Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Concrete Mixer (1 Bagger) 1 Unit Pipe Threader 1 Unit Concrete Vibrator 1 Unit Electric Fusion Machine 1 Unit Dumptruck 1 Unit Electric Drill 1 Unit Generator Set 1 Unit Elf Truck 1 Unit Shear/ Bar Cutter 1 Unit Jackhammer 1 Unit Welding Machine 1 Unit Boom Truck 1 Unit Grinder Machine B02-2025-12 Project Title: Road Concreting With Drainage System And Slope Protection At Crossing Mares To Agila Phase 2, Purok 3, Sitio Katandungan, Brgy. Baganihan, Marilog District Source Of Fund: Adf, Cy 2025 (25079) Approved Budget For The Contract And Pcab License Requirements: Php 14,997,777.94 Road Small B Php 3,502,222.06 Flood Control Small B --------------------- Php 18,500,000.00 Total Project Duration:160 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Road Roller 1 Unit Chainsaw 14" Dia. 1 Unit Water Truck 2 Units Backhoe Pc - 60 1 Unit Concrete Vibrator 3 Units Dumptruck 10w 1 Unit Concrete Saw 1 Unit Backhoe With Breaker 1 Unit Bar Cutter 1 Unit Bulldozer, D6h Series Ii Psds/dd 80 Units Steel Forms 1 Unit Payloader 1 Unit One Bagger Concrete Mixer 1 Unit Road Grader B02-2025-13 Project Title: Improvement Of Road And Drainage System At Brgy. 16-b, Poblacion District Source Of Fund: Adf, Cy 2025 (25049) Approved Budget For The Contract And Pcab License Requirements: Php 8,076,054.85 Road Small B Php 4,723,945.15 Flood Control Small B ------------------ Php 12,800,000.00 Total Project Duration: 160 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 W/ Breaker 1 Unit Concrete Saw 1 Unit Jackhammer W/ Air Compressor 1 Unit Bar Cutter 4 Units Dumptruck 5 Cu.m. 1 Unit Concrete Mixer 1-bagger 1 Unit Backhoe Pc - 60 1 Unit Kneading Machine 1 Unit Road Grader 1 Unit Applicator 1 Unit Road Roller, Vibratory 1 Unit Mini Dump Truck 1 Unit Water Truck 86 Units Steel Forms 1 Unit Concrete Vibrator B02-2025-14 Project Title: Construction Of Road At Sitio Mawato, Brgy. Bantol Marilog District (phase 1) Source Of Fund: Adf, Cy 2025 (25081) Approved Budget For The Contract: Php 18,000,000.00 Project Duration: 180 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Cargo Stake Truck/hydraulic Truck 1 Unit Road Roller (125 Hp 10t, Static) 2 Units Hydraulic Excavator (0.80 Cu.m., Crawler) 1 Unit Water Truck 1 Unit Bulldozer, D6h Series Ii Psds/dd 1 Unit Concrete Vibrator 1 Unit Payloader (1.50 Cu.m.) 1 Unit Bar Cutter 1 Unit Backhoe Pc-60 1 Unit One-bagger Concrete Mixer 2 Units Dumptruck (10w) 1 Unit Concrete Saw 1 Unit Road Grader 135 Hp 64 Units Steel Forms B02-2025-15 Project Title: Road Concreting At Purok San Miguel, Anita Homeowners Association, Brgy. Indangan, Buhangin District Source Of Fund: Adf, Cy 2025 (25068) Approved Budget For The Contract: Php 15,000,000.00 Project Duration: 120 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Bar Cutter 1 Unit Backhoe Pc - 30 1 Unit Dumptruck (5 Cu.m.) 1 Unit Road Grader 1 Unit Dumptruck (12 Cu.yd) 1 Unit Road Roller 1 Unit Backhoe Pc-60 1 Unit Water Truck 1 Unit One-bagger Concrete Mixer 1 Unit Concrete Vibrator 1 Unit Hydraulic Excavator (0.8 Cu.m) 1 Unit Concrete Saw 84 Units Steel Forms B02-2025-16 Project Title: Road Concreting From Ayala-zobel To Makiisa St. , Brgy. Mandug, Buhangin District Source Of Fund: Adf, Cy 2025 (25069) Approved Budget For The Contract: Php 10,310,000.00 Project Duration: 180 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Road Grader 1 Unit Backhoe W/ Concrete Breaker 1 Unit Road Roller 2 Units 10w Dumptruck 1 Unit Concrete Saw 1 Unit Concrete Mixer 1 Unit Concrete Vibrator 86 Units Steel Forms 1 Unit Water Truck 1 Unit Bar Cutter 1 Unit Backhoe Pc 60 B02-2025-17 Project Title: Construction Of Multipurpose Hall At Purok 2, Brgy. Catigan, Toril District Source Of Fund: Adf, Cy 2025 (25115) Approved Budget For The Contract: Php 11,498,000.00 Project Duration: 210 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Dump Truck (5 Cu.m. Capacity) 1 Unit Concrete Vibrator 1 Unit Jackhammer W/ Air Compressor 2 Units Welding Machine 1 Unit Concrete Saw 1 Unit Boom Truck W/ Chainblock 2 Units Bar/shear Cutter 1 Unit Cut-off Machine 40 Unitsh-frame With Cross Bracing And Joint Pin 3 Units Electric Handrill 1 Unit Plate Compactor 2 Units One-tank Oxygen/ 2-tank Acetylene W/ Cutting Outfit 1 Unit One-bagger Concrete Mixer B02-2025-18 Project Title: Road Concreting With Drainage System At Marapangi Relocation, Brgy. Marapangi, Toril District Source Of Fund: Adf, Cy 2025 (25091) Approved Budget For The Contract And Pcab License Requirements: Php 7,484,483.40 Flood Control Small B Php 5,315,516.60 Road Small B --------------------- Php 12,800,000.00 Total Abc Project Duration: 210 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Concrete Vibrator 1 Unit Road Roller 4 Units Bar Cutter 2 Units Dump Truck 10w 88 Units Steel Forms 2 Units Chainsaw 1 Unit Hydraulic Excavator 1 Unit Water Truck 1 Unit Payloader 2 Units Submersible Pump 1 Unit Concrete Mixer B02-2025-19 Project Title: Road Concreting With Drainage System At Malagamot Relocation, Brgy. Panacan, Bunawan District Source Of Fund: Adf, Cy 2025 (25071) Approved Budget For The Contract And Pcab License Requirements: Php 9,229,403.55 Flood Control Small B Php 3,270,596.45 Road Small B -------------------- Php 12,500,000.00 Total Abc Project Duration: 150 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Dumptruck 5 Cu.m Capacity 1 Unit Concrete Vibrator 1 Unit Backhoe Pc - 60 1 Unit Concrete Saw 1 Unit Backhoe W/ Breaker 5 Units Bar Cutter 1 Unit Road Grader 90 Units Steel Forms 1 Unit Vibratory Road Roller 1 Unit One Bagger Concrete Mixer 1 Unit Water Truck 1 Unit Chain Block With Pulley B02-2025-20 Project Title: Construction Of Water System From Sitio Indaohong To Sitio Kalunasan, Barangay Salaysay, Marilog District Source Of Fund: Adf, Cy 2025 (25127) Approved Budget For The Contract: Php 10,000,000.00 Project Duration: 91 Calendar Days Pcab License: Water Supply Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 2 Units Dump Truck 1 Unit Wheel Barrow 1 Unit Pipe Threader 1 Unit Jack Hammer 1 Unit Electric Grinder 1 Unit Medium Duty Truck 1 Unit Welding Machine 1 Unit Concrete Vibrator 1 Unit Bar Shear Cutter 1 Unit Concrete Mixer B02-2025-21 Project Title: Road Construction At Purok 5, Brgy. Matina Biao, Tugbok District Source Of Fund: Df, Sb No. 3 Cy 2024 (24261) Approved Budget For The Contract: Php 8,900,000.00 Project Duration: 120 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 2 Units Dump Truck 10w 2 Units Chainsaw 1 Unit Backhoe Pc-60 1 Unit Concrete Vibrator 1 Unit Payloader 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Bar Cutter 1 Unit Road Roller 86 Units Steel Forms 1 Unit Water Truck/pump 1 Unit One Bagger Concrete Mixer B02-2025-22 Project Title: Construction Of Multipurpose Building At Purok Sto. Niño, Brgy. Leon Garcia Sr., Agdao District Source Of Fund: Adf, Cy2025 (25104) Approved Budget For The Contract: Php 7,500,000.00 Project Duration: 200 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-35 2 Units Welding Machine 1 Unit Mini Dumptruck 1 Unit 1 Tank Oxygen/2 Tank Acetylene 1 Unit Plate Compactor 1 Unit Boom Truck With Lattice (3 - 5 Tons Capacity) 1 Unit Hand Roller 1 Unit Electric Grinder 2 Units Concrete Vibrator 24 Units H-frame W/ Cross Bracing & Joint Pin 2 Units Bar/shear Cutter 2 Units Electric Drill 1 Unit Concrete Mixer B02-2025-23 Project Title: Construction Of Drainage System At Cenro Compound, Brgy. Maa, Talomo District Source Of Fund: Adf, Cy2025 (25134) Approved Budget For The Contract: Php 7,500,000.00 Project Duration: 120 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Compressor 1 Unit Concrete Mixer - 1 Bagger 2 Units Backhoe Pc-60 1 Unit Concrete Vibrator 2 Units Dumptruck 2 Units Bar Shear/cutter 1 Unit Plate Compactor 1 Unit Chainblock W/ A Frame 1 Unit Handroller, 2t Vibratory B02-2025-24 Project Title: Rehabilitation Of Drainage System At Diamond Avenue, Pampanga Executive Homes, Brgy. Vicente Hizon Sr., Buhangin District Source Of Fund: Adf, Cy2025 (25136) Approved Budget For The Contract: Php 7,000,000.00 Project Duration: 120 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc 30 1 Unit Concrete Vibrator 1 Unit Mini Dumptruck 4 Units Bar Cutter 4 Units Plate Compactor 1 Unit Concrete Mixer(1 Bagger) 1 Unit Submersible Pump 50 Units Steel Forms 1 Unit Handroller B02-2025-25 Project Title: Road Construction At Jade Valley, Brgy. Tigatto, Buhangin District Source Of Fund: Adf, Cy 2025 (25065) Approved Budget For The Contract: Php 7,000,000.00 Project Duration: 120 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe (with Breaker Attachment) 1 Unit Concrete Vibrator 1 Unit Backhoe Pc100-5-a 2 Units Concrete Saw 1 Unit Road Grader 3 Units Bar/shear Cutter 1 Unit Road Roller 2 Units Jackhammer W/ Compressor 1 Unit Concrete Mixer (one Bagger) 2 Units Dumptruck, 6 Cu.m. B02-2025-26 Project Title: Road Concreting Of Farm-to-market Road At Mahayag, Davao City Source Of Fund: Lgsf-sbdp Fy 2023 Approved Budget For The Contract: Php 6,606,882.17 Project Duration: 120 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-200 1 Unit Jackhammer W/ Compressor 1 Unit Backhoe Pc-60 2 Units Dumptruck, 6 Cu.m. 1 Unit Bulldozer 1 Unit Water Truck (4000 Liters Cap.) 1 Unit Payloader 1 Unit Concrete Vibrator 1 Unit Road Grader 135 Hp 2 Units Concrete Saw 1 Unit Road Roller 125 Hp, 10t, Static 2 Units Bar Cutter 1 Unit Handroller, 2t 1 Unit Chainsaw B02-2025-27 Project Title: Additional Appropriation For The Renovation Of Session Hall At Sangguniang Panlungsod, Davao City Source Of Fund: Df, Sb No. 3 Cy 2024 (24238) Approved Budget For The Contract: Php 5,800,000.00 Project Duration: 100 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Welding Machine 3 Units Riveter 1 Unit 1 Oxygen Tank/ 2 Acetylene Tank 3 Units Tile Cutter 2 Units Electric Grinder 36 Units H-frame W/ Cross Bracing & Joint Pin 3 Units Electric Handrill B02-2025-28 Project Title: Construction Of Multipurpose Building At Davao City Overland Transport Terminal For Davao Interim Bus System, Davao City Source Of Fund: Psep, Ab 2025 (25002-12) Approved Budget For The Contract: Php 5,500,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 W/ Breaker 1 Unit Grinder 1 Unit Dumptruck 5 Cu.m. 1 Unit Electric Drill 1 Unit Backhoe Pc-30 1 Unit Oxygen/acetylene Cutting Outfit And Accessories 1 Unit Concrete Vibrator 12 Units H-frame W/ Cross Bracing & Joint Pin 1 Unit One-bagger Concrete Mixer 1 Unit Pulley W/ Chainblock 2 Units Bar Cutter 2 Units Electric Handrill 2 Units Welding Machine B02-2025-29 Project Title: Construction Of Box Culvert And Riprapping Of Canal At Purok 1a, Brgy. Riverside, Calinan District Source Of Fund: Adf, Cy 2025 (25139) Approved Budget For The Contract: Php 5,000,000.00 Project Duration: 120 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe With Breaker 2 Units Submersible Pump (1.5hp) 1 Unit Jackhammer W/ Compressor 2 Units Bar Shear/cutter 1 Unit Dumptruck 1 Unit Concrete Mixer (one-bagger) 1 Unit Backhoe B02-2025-30 Project Title: Construction Of Multipurpose Building At Purok 2, Brgy. Bantol, Marilog District Source Of Fund: Adf, Cy 2025 (25037) Approved Budget For The Contract: Php 4,600,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe W/ Dozer, Pc-30 2 Units Grinding Machine 1 Unit Mini Dumptruck 60 Units H-frame With Cross Bracings And Joint Pin 2 Units Plate Compactor 4 Units Electric Handrill 6 Units Bar/shear Cutter 2 Units Mini Dumptruck 1 Unit One-bagger Concrete Mixer 1 Unit Electric Edger 6 Units Welding Machine B02-2025-31 Project Title: Construction Of Water System At Purok 17 Sitio Mansuley Village, Brgy. Baganihan, Marilog District Source Of Fund: Adf, Cy 2025 (25125) Approved Budget For The Contract: Php 4,509,000.00 Project Duration: 90 Calendar Days Pcab License: Water Supply Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Dump Truck 1 Unit Welding Machine 1 Unit Medium Duty Truck 1 Unit Bar Shear Cutter 1 Unit Pipe Threader 1 Unit Concrete Vibrator 1 Unit Electric Grinder 1 Unit Concrete Mixer B02-2025-32 Project Title: Road Concreting At Purok 4 To Purok 5, Brgy. Lacson, Calinan District Source Of Fund: Adf, Cy 2025 (25077) Approved Budget For The Contract: Php 4,100,000.00 Project Duration: 60 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Concrete Saw 1 Unit Road Grader 46 Units Steel Forms 1 Unit Road Roller 1 Unit Bar Cutter 1 Unit Concrete Vibrator B02-2025-33 Project Title: Road Concreting With Drainage System At Sto. Niño St. La Verna Hills Subdivision, Brgy. Cabantian, Buhangin District Source Of Fund: Adf, Cy 2025 (25058) Approved Budget For The Contract And Pcab License Requirements: Php 3,290,805.74 Road Small B Php 709,194.26 Flood Control Small B -------------------- Php 4,000,000.00 Total Abc Project Duration: 120 Calendar Days Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 2 Units Chainsaw 1 Unit Road Roller 2 Units Backhoe Pc-60 1 Unit Road Grader 2 Units Dumptruck 2 Units Conc. Mixer One Bagger 1 Unit Backhoe With Breaker B02-2025-34 Project Title: Construction Of Barangay Health Center Station At Purok 3, Barangay Dalagdag, Calinan District Source Of Fund: Adf, Cy 2025 (25044) Approved Budget For The Contract: Php 3,200,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 12 Units H - Frame With Cross Bracing And Joint Pin 1 Unit Concrete Mixer (one-bagger) 6 Units Electric Handrill 4 Units Bar/shear Cutter 2 Units Tile Cutter 4 Units Welding Machine B02-2025-35 Project Title: Construction Of Multipurpose Building At Purok San Pablo, Brgy. Fatima, Paquibato District Source Of Fund: Adf, Cy 2025 (25032) Approved Budget For The Contract: Php 3,000,000.00 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Electric Edger 1 Unit One Bagger Mixer 1 Unit Bar Cutter 1 Unit Concrete Vibrator 1 Unit Tile Cutter 1 Unit Welding Machine 1 Unit Chainsaw 1 Unit Plate Compactor 1 Unit Mini Backhoe 1 Unit Handroller B02-2025-36 Project Title: Construction Of Road At Purok 1 Brgy Camansi Toril District Source Of Fund: Adf, Cy 2025 (25090) Approved Budget For The Contract: Php 2,148,500.00 Project Duration: 80 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Bar/ Shear Cutter 1 Unit One Bagger Mixer 1 Unit Concrete Cutter 1 Unit Concrete Vibrator 40 Units Steel Forms 1 Unit Backhoe W/ Grader 1 Unit Plate Compactor 1 Unit Road Roller 1 Unit Chainsaw B02-2025-37 Project Title: Road Concreting And Construction Of Box Culvert At Purok 6 Brgy. Matina Biao, Tugbok District Source Of Fund: Adf, Cy 2025 (25094) Approved Budget For The Contract And Pcab License Requirements: Php 2,379,817.52 Road Small B Php 620,182.48 Flood Control Small B -------------------- Php 3,000,000.00 Total Abc Project Duration: 75 Calendar Days Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 4 Units Bar Cutter 1 Unit Backhoe Pc-30 1 Unit Conc. Mixer (1 Bagger) 1 Unit Plate Compactor 1 Unit Concrete Vibrator 1 Unit Road Grader, 125 Hp 40 Units Steel Forms(200mmthk) 1 Unit Concrete Saw 1 Unit Submersible Water Pump 1 Unit Road Roller, 135 Hp B02-2025-38 Project Title: Completion Of Renovation Of The Former City Library At The Sangguniang Panlungsod Building, Brgy. 2-a, Poblacion District Source Of Fund: Df, Sb3 2024 (24240) Approved Budget For The Contract: Php 2,160,000.00 Project Duration: 60 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 2 Units Electric Drill 1 Unit Tile Cutter 8 Units H - Frame With Cross Bracing And Joint Pin B02-2025-39 Project Title: Construction Of Multipurpose Building At Purok 1, Brgy. Marapangi, Toril District Source Of Fund: Adf, Cy 2025 (25117) Approved Budget For The Contract: Php 3,000,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 2 Units Grinding Machine 1 Unit Plate Compactor 4 Units Welding Machine 4 Units Bar/shear Cutter 1 Unit 1 Tank Oxygen / 2 Tank Acetylene 1 Unit One-bagger Concrete Mixer 1 Unit Electric Handrill 1 Unit Concrete Vibrator 4 Units Tile Cutter 4 Units H-frame With Cross Bracing And Joint Pin 2 Units Electric Edger B02-2025-40 Project Title: Construction Of Multipurpose Building At Brgy. Talomo River, Calinan District Source Of Fund: Adf, Cy 2025 (25111) Approved Budget For The Contract: Php 2,100,000.00 Project Duration: 90 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 24 Units H-frame With Cross Bracing And Joint Pin 1 Unit Electric Grinder 1 Unit One-bagger Concrete Mixer 2 Units Electric Handrill 2 Units Bar/shear Cutter 3 Units Tile Cutter 3 Units Welding Machine 1 Unit Plate Compactor B02-2025-41 Project Title: Construction Of Water System At Purok 2 Sitio Sto. Niño, Brgy. Baganihan, Marilog District Source Of Fund: Adf, Cy 2025 (25124) Approved Budget For The Contract: Php 2,000,000.00 Project Duration: 60 Calendar Days Pcab License: Water Supply System Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Concrete Mixer (1 Bagger) 1 Unit Shear/ Bar Cutter 1 Unit Concrete Vibrator 1 Unit Welding Machine 1 Unit Elf Truck 1 Unit Electric Drill B02-2025-42 Project Title: Completion Of The Service Entrance Upgrade Of Teofilo V. Fernandez National High School, Brgy. Indangan, Buhangin, Davao City Source Of Fund: Sef, Ab Cy 2025 (3322-2507) Approved Budget For The Contract: Php 1,500,000.00 Project Duration: 100 Calendar Days Pcab License: Electrical Works Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Concrete Mixer 1 Unit Boom Truck 1 Unit Concrete Vibrator 1 Unit Electric Handrill Procurement Activity Schedule A. Issuance Of Bidding Documents February 19 To March 12, 2025 8:00 Am To 5:00 Pm Bac Secretariat For Civil Works (excluding Saturdays, Sundays & Holidays) B. Pre-bid Conference February 26, 2025, 10:30 Am Virtual Meeting Through Zoom C. Deadline Of Submission And Receipt Of Bids March 12, 2025, 9:00 Am Bac Conference Room, Ground Floor, City Hall, Davao City D. Opening Of Bids March 12, 2025, 10:30 Am Virtual Meeting Through Zoom (sgd) Atty. Joseph Dominic S. Felizarta, Ce Bac Chairman
Closing Date12 Mar 2025
Tender AmountPHP 725 Million (USD 12.6 Million)
8331-8340 of 8345 archived Tenders