Cable Tenders
Cable Tenders
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
U S COAST GUARD USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: This Item Is Set To Be Awarded Sole Source
56100_tab_0125_753
item 1: Steering Actuator, Overhaul
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Overhaul The Rotary Vane Steering Actuator Assembly For The Starboard Steering System.
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
n
actuator Overhaul Kit
nsn: 2530-01-699-0680
pn: Rrm000445315
2 Ea.
n
hydraulic Coupling Kit
nsn: 2530-01-699-0654
pn: Rrm000444570
2 Ea.
2. References
coast Guard Drawings
coast Guard Drawing 750-wmsl_100_44, Rev K, Unit 3320 Struct - Inner Bottom 2nd Deck Fr 89-98 (asc100332)
coast Guard Drawing 750-wmsl-243-003, Rev B, Shipping & Unshipping Of Propulsion Shafting (asc243004)
coast Guard Drawing 750-wmsl-556-004, Rev E, Steering Gear Hydraulic Diagram (asc556003)
coast Guard Drawing 750-wmsl-556-022, Rev H, Steering Gear And Stern Gate Hydraulic Piping - Unit 3330 (asc556333-hy)
coast Guard Drawing 750-wmsl-561-001, Rev D, Steering Gear Foundation (asc561001)
coast Guard Drawing 750-wmsl-562-002, Rev C, Rudder (asc562002)
coast Guard Drawing 750-wmsl-562-003, Rev D, Rudder Support System (asc562003)
coast Guard Publications
coast Guard Technical Publication (tp) 7182a, Swbs 561, Jan 2022, Steering Machinery Subsystem – Operation & Maintenance Manual
coast Guard Technical Publication (tp) 7193, Swbs 561, Jan 2022, Steering System Operations And Maintenance Manual
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes
surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
international Standard Organization (iso) 4406, 2021, Hydraulic Fluid Power - Fluids - Method For Coding Level Of Contamination By Solid Particles
kongsberg Maintenance Manual Dmn000278736, Rev C, Kongsberg Steering Gear Type Sr And Sv
mil-std-419, Sept 2021, Cleaning And Protecting Piping Tubing, And Fittings For Hydraulic Power Transmission Equipment
3. Requirements
3.1 General.
3.1.1 Cir.
none.
3.1.2 Tech Rep. The Contractor Must Provide The Services Of Tech Reps In Accordance With The Following Subparagraphs.
3.1.2.1 The Contractor Must Provide The Services Of An Oem Authorized/ Licensed Tech Rep For The Kongsberg Steering Actuator To Accomplish The Following On Site:
provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system.
assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system.
perform All Actual Repair Work On The Actuator.
3.1.2.1.1 Ensure The Tech Rep Is An Oem Certified Representative For The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Wmsl Steering System Hydraulic Power Units To Accomplish The Following On Site:
advise On Manufacturer's Proprietary System Information.
ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system As Applicable.
3.1.2.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000.
3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000.
3.1.3.3 Maintain The Strictest Standards Of Cleanliness In Accordance With Mil-std-419 While Hydraulic System Is Open. Work On The Steering Hydraulics Is Not Permitted While Any Blasting, Grinding, Welding, Etc. Is Being Performed In, Or Adjacent To, The Steering Gear Space.
3.1.3.4 Hatch Opening Must Be Covered And Roped Off To Prevent A Falling Hazard To Personnel When Not In Use.
note
plastic Bags May Be Used Only When Arrangement Or Configuration Prevents The Use Of The Other Sealing Methods Specified Above.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
access Plate (berp) Located Above The Port And Starboard Steering Actuator.
piping
electrical Wires
padeye Plate Covers
rudder Support Covers
hydraulic Oil (approx. 560 Gals.)
overhead
ventilation Ducts
insulation
pipe Hangers/brackets
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must, Under The Direction Of The Oem Tech Rep, Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Perform The Following Inspections. Use Data Sheet No. 1 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr.
3.2.1 Verify That All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion.
warning
special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System.
3.2.2 Starboard Steering Gear: In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage.
3.2.3 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat.
3.2.4 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test.
note
the Cutter Is Currently Outfitted With Recessed Padeyes As Located On Cg Drawings 750-wmsl_100_44 And 750-wmsl-243-003 And Are In Place In The Hull Above Each Propeller And Rudder. Padeye Numbers Are 22, 23, 24, And 25 As Identified On Coast Guard Drawing 750-wmsl-243-003.
access Covers For The Recessed Padeyes Are Not Required To Be Reinstalled.
each Rudder Weighs Approximately 12,000 Lbs.
3.3 Rudder Support. The Contractor Must Ensure The Rudder Has Been Supported In Place To Allow Repairs Of The Steering Actuator Assembly. Coast Guard Divers Will Remove Metal Plate Covers To Access The Recessed Padeyes Above Each Rudder. The Contractor Must Pull Test All Existing Recessed Padeyes To 150% Of Their Maximum Expected Working Load For 10 Minutes. In No Case May A Padeye’s “expected Working Load” (a) Exceed The Tabulated Maximum Working Load For The Padeye’s Size Or (b) Exceed The Structure’s (that Padeye Is Attached To) Ability To Carry The Load. At Conclusion Of The Pull Test, Visually Inspect Each Padeye For Damage.
note
the Centerline Of The Rudder Post Is Located Forward Of Frame 96, Above The Stern Gate Utility Room And Forward Of An Inaccessible Void. If Additional Padeyes Are Necessary, It May Be Necessary To Clean And Gas Free These Spaces.
3.4 Hydraulic Reservoir Inspection. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis. Label And Retain One Extra Oil Sample From Each System For Back-up Testing If Necessary. Drain All 2135 Th Hydraulic Oil From The Hpu Actuators And Reservoirs (approximately 550 Gallons Total), And Dispose Of In Accordance With All State, Local And Federal Regulations. Provide Cfr With Test Results. For Steering Gear Hydraulic System Details, See Coast Guard Drawings 750-wmsl-556-004 And 750-wmsl-556-022.
3.4.1 Remove Access Covers From Reservoirs And Storage Tanks. Take Samples Of Any Heavy Sludge Or Particulate Matter In The Tanks. Remove All Sludge And Debris And Wipe Down With Lint Free Rags. If Any Metallic Debris (metal Filings, Shavings, Babbitt) Is Present, Notify The Coast Guard Inspector Immediately.
3.4.2 When All Tanks Are Thoroughly Clean, And Just Prior To Closure Ensure All Foreign Objects Have Been Removed (e.g. Rags, Caps, Towels, Plugs). Contractor Must Present These Areas To The Coast Guard Inspector, Then Close In The Presence Of The Coast Guard Inspector. Install New Gaskets.
3.5 Steering Actuator Disassembly And Inspection. The Contractor Must, Under The Direction Of Or Performed By The Oem Tech Rep Support, Overhaul The Starboard Steering Actuators In Accordance With Oem Procedures. Rudder Foundation, Rudder Stock, And Rudder Support System Are Shown On Cg Dwgs 750-wmsl-561-001 And 750-wmsl-562-003. At A Minimum, The Contractor Must Renew The Following Parts:
piston Seals
hp Seals And Backing Strips
lp Seals
bearing Shells
o-rings
3.5.1 Collect And Dispose Of All Drained Fluids In Accordance With All Federal, State, And Local Regulations.
3.5.2 Prior To Disassembly, Wipe Down The Exterior Of The Actuator Assembly And The General Area Near The Actuator To Remove Dirt And Contaminants. Maintain A Clean Environment When Working Around Open Hydraulic Equipment.
3.5.3 Actuator Internal Inspection. Inspect The Interior Of The Actuators (including, But Not Limited To, The Piston, Piston Dividers, Upper And Lower Housings, Hydraulic Coupling, Rotor, And Rudder Stock) For Any Indications Of Wear Or Damage. Submit A Cfr Documenting The Existing Condition Of The Actuators.
3.5.4 During Final Installation Of The Actuator, Ensure The Rudder And Rudder Stool Are Aligned, And The Actuator And Helm Are Set At 0 Degrees.
warning
foreign Materials Present A High Risk Of Severe Damage To Steering Gear System. Extra Precautions Are Required To Ensure Cleanliness Of The Hydraulic System.
note
suction Strainers Are Located Inside The Service Tanks.
3.6 Filters And Strainers, Renew. The Contractor Must Renew The Return, Charge, And Servo Filters On Each Of The Starboard Hpu’s. Close Up Filter Housings And Torque Fasteners In Accordance With Chapter 5.3 Of Cg Tech Pub 7182a. Renew The Suction Strainers And Reservoir Filter Breather On Each Hpu.
3.7 Manifold And Valve Inspection And Testing. The Contractor Must Clean, Inspect And Test The Hydraulic Manifold And Valves (i.e. Control, Relief, And Locking Valves) For The Starboard System. Clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Foreign Material. Submit A Cfr.
note
hydraulic Hoses Life Is 12 Years
3.8 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses Identified In Tables 1 And 2 And Submit A Cfr With The Following Information. Hoses That Require Renewal Will Be Subject To A Change Request.
hose Physical Condition
service Life Dates (date For Required Hose Renewal; If Not Specified, Add 12 Years To Installation Date)
table 1 – Stbd Steering Gear (compartment: 2-94-1-e)
hose Serial #
length (in.)
size (in.)
part Number
fitting #1
fitting #2
test Pressure (psi)
sg-f-001
20
1
f20606-16-16-16c-20.00
female Jic
female Jic
200
sg-f-002
26
1/2
f20606-8-8-8c-26.00
female Jic
female Jic
375
sg-f-003
49
2
2651-32
female Jic
male Cpv
5000
sg-f-004
35
2
2651-32
male Cpv
male Cpv
5000
sg-f-005
31.5
3/4
f20606-12-12-12c-31.50
female Jic
female Jic
200
sg-f-006
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-007
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-008
26.5
3/4
f2060606-12-12-12c-26.50
female Jic
female Jic
200
sg-f-009
32
1/2
f2060606-8-8-8c-32.00
female Jic
female Jic
375
table 2 – Port Steering Gear (compartment: 2-94-2-e)
hose Serial #
length (in.)
size (in.)
part Number
fitting #1
fitting #2
test Pressure (psi)
sg-f-011
20
1
f20606-16-16-16c-20.00
female Jic
female Jic
200
sg-f-012
26
1/2
f20606-8-8-8c-26.00
female Jic
female Jic
375
sg-f-013
31.5
3/4
f20606-12-12-12c-31.50
female Jic
female Jic
200
sg-f-014
49
2
2651-32
female Jic
male Cpv
5000
sg-f-015
35
2
2651-32
male Cpv
male Cpv
5000
sg-f-016
26.5
3/4
f2060606-12-12-12c-26.50
female Jic
female Jic
200
sg-f-017
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-018
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-019
32
1/2
f2060606-8-8-8c-32.00
female Jic
female Jic
200
3.9 Hydraulic Oil Refilling. The Contractor Must Refill The Reservoirs With Hydraulic Oil Per Mil-h-17672, Symbol 2135, In Accordance With Cg Tech Pub 7182a. The Contractor Must Filter New Hydraulic Oil In Accordance With Sflc Std Spec 5000, Paragraph C2.1.2 Prior To Entry Into The Cutter’s Tanks Or System. Cleanliness Of Oil Must Be Iso 4406 Cleanliness Code Of 17/14 Or Better.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
if Covered By A Separate Work Item, Final Testing Of The Steering System Is Only Required To Be Performed Once During This Availability.
3.10 Operational Test, Post Repairs. After Completion Of Work And In The Presence Of The Coast Guard Inspector, The Contractor Must Thoroughly Test And Demonstrate The Equipment Listed Below To Be In Satisfactory Operating Condition. Use Data Sheet No. 2 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr.
3.10.1 Verify That The Rudders Operate Throughout Their Full Range With No Indications Of Binding And Appear Smooth During Operation.
3.10.2 All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion.
3.10.3 The Contractor Must Perform The Initial Startup Procedures In Accordance With Coast Guard Tp 7182, Paragraph 7-2. Upon Completion, Verify That The Relief Valves Are Properly Set In Accordance With Table 3.
table 3 – Relief Valves
service Description
set Point (psig)
pump Main System Relief Valve
1530 ± 25
relief Valve (charge)
217 ± 25
relief Valve (servo)
1450 ± 25
cross-line Relief Valve
1580 ± 25
warning
special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System.
3.10.4 Starting With The Starboard Steering Gear, And In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage.
3.10.5 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat.
3.10.6 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test.
3.10.7 The Contractor Must Perform The Internal Leakage Test Per Paragraph 7.10 Of The Kongsberg Maintenance Manual Dmn000278736 For Both Port And Starboard Actuators. Measure The Total Leakage During Each Separate Segment Of Testing (port To Starboard Hard-over, Hard-over Starboard, Starboard To Port Hard-over, And Hard-over Port) And Submit The Results Via Cfr.
3.11 Oil Sample Analysis. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis To Demonstrate Cleanliness Has Been Maintained. Submit A Cfr With The Oil Sample Analysis Report.
3.12 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs.)
4.0 Place Of Performance- Cgc Hamilton In Charleston Sc.
5.0 Period Of Performance- 17 Feb 2025 – 28 Feb 25
6.0 Points Of Contact. Uscg-sflc-lre Pl Asset Management: Cwo Matthew Temple, Matthew.temple@uscg.mil, 510-460-8195
Closing Date3 Feb 2025
Tender AmountRefer Documents
City Of Canlaon Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Multi-purpose Building Into 2 Stories Building The Local Government Of Canlaon City, Through The Aip 2024 Intends To Apply The Sum One Million, Two Hundred Seventy-six Thousand, One Hundred Fifty-seven (p1,276,157.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Multi-purpose Building Into 2 Stories Building, Brgy. Linothangan, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Multi-purpose Building Into 2 Stories Building, Brgy. Linothangan, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 19, 2024 To January 8, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand (p5,000.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. The Local Government Of Canlaon City Will Hold A Pre-bid Conference On December 26, 2024 – 11:00 Am At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To Prospective Bidders Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 8, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 8, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 18, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvement Of Multi-purpose Building Into 2 Stories Building Brief Description: Supply And Delivery Of Various Construction Materials Location: Brgy. Linothangan, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 2 Kgs. 1 1/2" Concrete Nails 126.00 2. 50 Lgth. 1 1/2" X 1/4" (6mm) Angle Bar 1,219.00 3. 50 Pcs. 1" Gypsum Screw 4.00 4. 6 Lgth. 1" X 3/16" (4.5mm) Angle Bar 472.00 5. 2 Pcs. 1/2"ø Gate Valve 383.00 6. 2 Pcs. 1/2"ø Hdpe Coupling 125.00 7. 4 Pcs. 1/2"ø Hdpe Elbow 125.00 8. 30 Mtrs. 1/2"ø Hdpe Pipe 30.00 9. 8 Lgth. 1/2"ø Pvc Blue Pipe 120.00 10. 8 Pcs. 1/2"ø Pvc Blue Tee 20.00 11. 18 Pcs. 1/2"øx90° Bend Pvc Blue Elbow 15.00 12. 8 Pcs. 1/2"øx90° Bend Pvc Blue Elbow With 1 Side Threaded 20.00 13. 2 Shts. 1/4"x 4' X 8' Opw 580.00 14. 25 Shts. 1/4"x4'x8' Fiber Cement Board 908.00 15. 10 Pcs. 1/8" Ø Drill Bit For Steel 115.00 16. 5 Boxes 1/8" Ø X 1/2" Blind Rivets, 1,000 Pcs/box 552.00 17. 350 Lgth. 10mmø X 6.0m Dsb, G-33 239.00 18. 6 Lgth. 10mmø X 6m Plain Round Bar 239.00 19. 20 Lgth. 11mm X 37mm X 11mm X 1.6mm X 5m Carrying Channel 279.00 20. 60 Pcs. 120 Grit Sand Paper 38.00 21. 4 Pcs. 16" X 8' X 0.4mm Pre-painted Fascia Cover, White 467.00 22. 20 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5m Double Furring 217.00 23. 200 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5m Double Furring 217.00 24. 530 Pcs. 2 1/2" Tekscrew 5.00 25. 2 Pcs. 2" Paint Brush 60.00 26. 6 Lgth. 2"ø Pvc Sanitary Pipe S-1000 420.00 27. 5 Pcs. 2"ø Pvc Sanitary Tee 110.00 28. 16 Pcs. 2"øx90° Bend Pvc Elbow 90.00 29. 25 Lgth. 2"x2"x8ftx0.50mm Thk Wall Angle, Woodgrain Design 250.00 30. 8 Lgth. 2"x3"x6m G.i. Square Tube, G-16 931.00 31. 2 Lgth. 2"x4"x6m (4.5mm) Channel Bar 3,510.00 32. 25 Lgth. 2"x4"x6m G.i. C-purlins, G-16 875.00 33. 4 Pcs. 24" X 8' X 0.4mm Pre-painted Fascia Cover, Brown 700.00 34. 12 Pcs. 24" X 8' X 0.4mm Pre-painted Wall Capping 700.00 35. 2 Kgs. 3" Cwn 95.00 36. 3 Lgth. 3" Ø X 6m G.i. Pipe, Sched 40 3,804.00 37. 3100 Pcs. 4" Chb 18.00 38. 2 Kgs. 4" Cwn 90.00 39. 1 Pc. 4" Diamond Cutting Disc, Tatara 800.00 40. 5 Pcs. 4" Grinding Stone 90.00 41. 5 Pcs. 4" Ø Clean Out With Plug 110.00 42. 6 Pcs. 4" Paint Brush 90.00 43. 2 Pcs. 4" Stainless Steel Floor Drain 500.00 44. 25 Pcs. 4"ø Cutting Disc For Steel 129.00 45. 6 Lgth. 4"ø Pvc Sanitary Pipe S-1000 1,127.00 46. 6 Pcs. 4"ø Pvc Sanitary Tee 204.00 47. 2 Pcs. 4"ø Pvc Sanitary Wye 204.00 48. 8 Pcs. 4"øx90° Bend Pvc Elbow 80.00 49. 2 Pcs. 4"x2"ø Pvc Bushing Reducer 50.00 50. 2 Pcs. 4"x2"ø Pvc Sanitary Tee 204.00 51. 4 Pcs. 5" Putty Knife 150.00 52. 5 Pcs. 5/32 Ø Drill Bit For Steel 115.00 53. 2 Boxes 5/32 Ø X 1/2" Blind Rivets, 1000 Pcs 552.00 54. 10 Pcs. 5/32" Ø Drill Bit For Steel 115.00 55. 5 Boxes 5/32" Ø X 3/4" Blind Rivets, 1,000 Pcs/box 552.00 56. 68.80 Lm. 6 Shts - 10.50m X 1092mm X 25mm X 0.50mm Thk. Dn Rib 25 Straight Panel, Brown 600.00 57. 6 Pcs. 7" Paint Roller With Tray 210.00 58. 6 Pcs. 7" Paint Roller With Tray 210.00 59. 60 Pcs. 80 Grit Sand Paper 50.00 60. 20 Pack Abc Tile Grout, 2kg./pack, Grey 165.00 61. 4 Sets Acu Outlet With Ground, 1 Gang 350.00 62. 3 Lgth. Aluminum Stair Nosing Step Trim, Silver 620.00 63. 4 Pcs. Bolt, 1/2"ɸ X 6", B.i., Full Thread With Nut And Washer 85.00 64. 15 Tubes Builders Bond Construction Adhessive, 300ml Cartridge 300.00 65. 24 Gals. Buildrite, Sapal Rtu, Grey 1,840.00 66. 4 Gals. Buildrite, Sapal Rtu, White 1,840.00 67. 100 Pcs Cable Ties, 8 X 300 Mm 12.00 68. 1 Pc. Caulking Gun 320.00 69. 2 Sets Cluster Hanger 2,000.00 70. 15 M. Conductor Wire, 22.0 Mm² Tw, For Grounding 50.00 71. 400 M. Conductor Wire, 3.5mm² Thw, Cu. 52.00 72. 40 M. Conductor Wire, 30.0mm² Thw, Cu. 150.00 73. 100 M. Conductor Wire, 5.5mm² Thw, Cu. 101.00 74. 10 Pcs Conduit Clamp, 40mmɸ Upvc, Orange Color W/ Concrete Nail 6.00 75. 15 Pcs Conduit Elbow, 20mm ɸ Upvc 90 Deg Long Radius, Thick Walled, Orange Color 29.00 76. 10 Pcs Conduit Elbow, 32mm ɸ Upvc 90 Deg Long Radius, Thick Walled, Orange Color 38.00 77. 25 Lgths Conduit Pipe 20mm ɸ X 10' Upvc, Thick Walled, Orange Color 149.50 78. 5 Lgths Conduit Pipe 32mm ɸ X 10' Upvc, Thick Walled, Orange Color 201.50 79. 1 Lngth Conduit Pipe, 40mm ɸ X 3m', Rsc 1,150.00 80. 1 Pc. Connector Ground Rod For ⅝"ɸ, Galv. 102.00 81. 5 Pcs Connector, Compression, Parallel #100 150.00 82. 1 Pc Connector, Hot Line Clamp, 3/0-6 550.00 83. 14 Sets Convenience Outlet, Duplex, Universal, Flush Type 197.00 84. 1 Set Convenience Outlet, Duplex, Universal, Flush Type, Floor Type, Pop-out 3,500.00 85. 4 Cu.m. Crushed Stone, G-¾ 2,378.00 86. 1 Set Cut-out And Arrester Combination, H.d.,100a With Mounting Bracket 9,000.00 87. 2 Sets Duplex Switch, Flush Type 350.00 88. 80 Kgs. E6013 Welding Electrode 175.00 89. 6 Tubes Elasto Seal Pioneer, 300ml 450.00 90. 5 Rolls Electrical Tape, (0.16mm X 19mm X 16yrds), Plastic 75.00 91. 1 Pc Entrance Cap, 40mm ɸ, Rsc 190.00 92. 36 Pcs. Espana Premium 30x60 Rcm Gray 140.00 93. 6 Rolls Fibergalss Mesh Tape 2"x30m 50.00 94. 23 Cu.m. Fined Sand 1,350.00 95. 100 M. Flexible Conduit Pipe, 20mmɸ Upvc, Coilable, Orange Color 25.00 96. 10 M. Flexible Conduit Pipe, 40mm ɸ Upvc, Orange Color, Coilable 113.00 97. 53 Kgs. G.i. Tie Wire G.a. 16 103.00 98. 1 Lngth Ground Rod, ⅝" ɸ X 10' , Galv. Steel 933.00 99. 60 Bags Heavy Duty Tile Adhesive, 25kg./bag 550.00 100. 50 Kgs. Island Patching Compound 50.00 101. 15 Bags Island Super Kinis Skim Coat, 20kg, White 580.00 102. 25 Bags Island Super Kinis Skim Coat, 20kg, White 580.00 103. 48 Pcs. Italgres Premium 60x60 Marble Dk. Brown 250.00 104. 134 Pcs. Italgres Premium 60x60 Terrazo Gray 250.00 105. 40 Pcs. Junction Box, 4" X 4" Upvc, Orange Color W/ Cover And Screws 54.00 106. 1 Assy. Kwh-meter, Socket Connected, Ringless Tupe, Class 200, Fm 1s, 2-wire, Kv2c, 240 With Meter Base 30,000.00 107. 6 Gals. Lacquer Thinner 782.00 108. 30 Pcs Led Bulb (12w) 250.00 109. 2 Pcs Led Wall Mounted Outdoor Lamp, 8w 1,500.00 110. 1 Pc. Lenox Blade 125.00 111. 12 Lgth. Master Tile Trim, 10mm X 2.5m Aluminum, Silver 185.00 112. 24 Gals. Mcs-6101 Cloudy Gray, Semi-gloss 1,050.00 113. 6 Pcs Modern Ceiling/center Lamp, Dimmable Completw With Remote, 30w 3,500.00 114. 27 Lgth. Moulding Polywood 15x70x2400mm, Oakwood Design 450.00 115. 2 Pcs Outdoor Celing Surfaced Lamp For Balcony/terrace 1,500.00 116. 1 Assy. Panel Board, 100at/125af, Bolt-on, 240v, Complete With 2-15at, 2-20at, 5-30at, 10 Holes Bolt-on Branch Circuits 35,000.00 117. 8 Gals. Pioneer Epoxy Primer With Catalyst, Gray 1,500.00 118. 4 Gals. Pioneer Epoxy Primer With Catalyst, White 1,500.00 119. 2 Liters Pioneer Pro Concrete Epoxy A & B 1,800.00 120. 128 Pcs. Platinum Thomson 30x60 Grey 140.00 121. 100 Pcs Polyflex Hose Connector For Flexible Pipe 20mm ɸ 12.00 122. 320 Bags Portland Cement, 40kg/bag, Type I 287.00 123. 29 Gals. Prima Primer 301, White 1,050.00 124. 2 Pcs. Pull Box, 12" X 12" X 6" Depth, Melamine Coated W/ Cover 1,100.00 125. 1 Pc Pvc Pipe Cement, 100cc 100.00 126. 7 Cans Pvc Solvent, 200ml 110.00 127. 1 Gal. Qde, Black 1,251.00 128. 4 Gals. Qde, Dv-470 Silver Aluminum 1,251.00 129. 14 Lm. Rib Type Spandrel, 84 Pcs. 0.15m X 1.10m X 0.40mm Thk., Woodgrain Design 160.00 130. 1 Pc. Rubber Mallet 350.00 131. 6 Gals. Rust Converter 948.00 132. 2 Sets Secondary Rack With Sool Insulator 1-3/4" Dia, Groove, Brown Porcelain Hd 400.00 133. 7 Gals. Semi-gloss Paint, Prima Sg 300sg White 1,050.00 134. 50 M. Service Drop Wire, 22.0mm², Duplex, All Aluminum 48.00 135. 4 Sets Single Pole Switch, Flush Type, Anam Or Equivalent 148.00 136. 1 Pc. Spurtar 6" Stainless Steel Vernier Caliper 2,000.00 137. 5 Pcs Square Box 5x5, Wut-005, 12.5x12.5x5.2 Cm 150.00 138. 2 Pcs. Stainlees Steel Faucet (shark) 500.00 139. 1 Gal. Stickwell Glue 980.00 140. 2 Gals. Super Thoroseal 1,000.00 141. 15 Pcs Surface Mounted Round Downlight Light Fixture, 4'' Dia X 220mm Height, E27 Holder, Black, Recessed Type 350.00 142. 15 Pcs Surface Mounted Round Downlight Light Fixture, 4'' Dia X 220mm Height, E27 Holder, Black, Surfaced Type 350.00 143. 3 Pcs. Terminal Lug, Sa 135, Solderless 196.00 144. 1 Kg Tie Wire #4 Solid 102.00 145. 1 Pc Transformer, Distribution, 7620/240v., 25 Kva Single Phase 130,000.00 146. 2 Sets Triplex Switch, Flush Type 369.00 147. 5 Pcs Utility Box, 2"x 4" Metal, Heavy Duty 65.00 148. 20 Pcs. Utility Box, 2"x 4" Upvc, Orange Color 32.00 149. 3 Cu.m. Washed Sand 1,750.00 150. 2 Units Water Closet & Wall Hung Lavatory W/ Complete Accessories (lafonza Salerno Package "b") 18,000.00 151. 200 Pcs. W-clip / Double Furring Clip 18.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date8 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.9 K)
The City Government Of Baguio Tender
Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Communications Equipment 2,200,000.00 6 Unit Base Radio, Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency Specifications General A. Frequency Range - Uhf: 400-470mhz*; Vhf:136-174mhz B. Channel Capacity- 48 (16 Channels Per Zone) C. Zone Capacity - 3 D. Channel Spacing - 12.5/25khz E. Operating Voltage - 13.6 V ± 15% F. Current Drain - Standby: Around 0.3a Receive: < 1>1ghz G. Weight - 1100g H. Dimensions - 164 X 43 X150 Mm I. Frequency Stability - ±0.5 Ppm J. Antenna Impedance - 50ω Receiver A. Sensitivity - Analog: 0.3µv (12db Sinad); 0.22µv (typical) (12db Sinad); 0.4µv (20db Sinad) Digital: 0.3µv/bers5% B. Selectivity - Tia-603: 60db @ 12.5khz/ 70db @ 25khz Etsi: 60db @ 12.5khz/ 70db @ 25khz C. Intermodulation - Tia-603: 70db @ 12.5/25khz Etsi: 65db @ 12.5/25khz D. Spurious Response Rejection- Tia-603: 70db @ 12.5/25khz Etsi: 70db @ 12.5/25khz E. Blocking- Tia-603: 90db Etsi: 84db E. Hum And Noise- 40db @ 12.5khz; 45db @ 25khz F. Rated Audio Power Output- Internal (@ 16 Ohm Load): 4w External (@8 Ohm Load): 8w Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) G. Max Audio Power Output - Internal (@16 Ohm Load): 6w External (@ 8ohm Load): 12w H. Rated Audio Distortion - ≤3% I. Audio Response - +1~-3db J. Conducted Spurious Emission - <-57dbm Transmitter A. Rf Power Output – Low Power Version: 1-25w (uhf/vhf) High Power Version: 5-45w (uhf) / 5-50w (vhf) B. Fm Modulation – 11kof3e @ 12.5khz; 16k0fe @ 25 Khz’ C. 4fsk Digital Modulation – 12.5khz Data Only: 7k60fxd 12.5khz Data & Voice:7k60fxw D. Conducted/radiated Emission - -36dbm<1ghz>1ghz E. Modulation Limiting- ±205khz @ 12.5khz F. Fm Hum & Noise- 40db @ 12.5khz 45db @ 25khz G. Adjacent Channel Power- 60db @ 12.5khz; 70db @ 25khz’ H. Audio Response- +1 ~ -3db I. Audio Distortion- ≤3% J. Digital Vocoder Type- Ambe+2™ Or Selp K. Digital Protocol- Etsi-tsi02 361-1, -2, -3 1 Lot Engineering Plans And Services (professional Fee) 30 Unit Handheld Radio (vhf), Ntc Type Approved Equipment, 136-174mhz Frequency Range, 5 Watts' Maximum Out-put Power, Programmable To Ntc Award Frequency. Accessories: 1. Belt Clip 2. Standard Desk Charger 3. Rubber Duck Antenna 4. Manual General: A. Frequency Range- Uhf: 400-470 Mhz, Vhf:136-174mhz B. Channel Capacity - 128 C. Zone Capacity - 8 D. Zone Channel - 16 E. Channel Spacing - 12.5khz/20kh/25khz F. Operating Voltage -7.4v G. Battery - 1500mah (standard); 2000mah (optional) H. Battery Life - (5/5/90 Duty Cycle, High Tx Power) - Analog: 12h (1500mah), 16h (2000mah) - Digital: 16h (1500mah), 21h (2000mah) I. Frequency Stability - ±0.5ppm J. Antennal Impedance - 50ω K. Weight (with Antenna & Battery) -230g L. Dimensions (h X W X D) - 115 X 55 X 295mm M. Display - 1.77 Inch Tft Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Receiver: A. Sensitivity - Digital: 0.18µv / Bers % Analog: 0.18µv(12db Sinad) B. Adjacent Channel Selectivity - Tia -603: 60db@12.5khz, 70db@20/25khz Etsi: 60db@12.5khz, 70db@20/25khz C. Intermodulation- Tia- 603:70db@12.5/20/25khz Etsi: 65db@12.5/20/25khz D.spurious Response Rejection- Tia -603: 70db@ 12.5/20/25khz Etsi: 70db@12.5/20/25khz E. Blocking - Tia -603:80db Etsi: 84db F. Hum And Noise- 40db@20khz, 45db@25khz G. Rated Audio Power Output - 1w H. Rated Audio Distortion - <3>1ghz E. Modulation Limiting - +2.5khz@12.5khz, +4.0khz@20khz, 15.0khz@25khz F. Fm Hum&noise - 40db@12.5khz, 43db@20khz, 45db@25khz G. Adjacent Channel Power- 60db@12.5khz, 70db@20/25khz H. Audio Response- +1 To -3db I. Audio Distorted - ≤% J. Digital Vocoder Type - Ambe +2™ Environmental: A. Operating Temperature - -30°~+60°c B. Storage Temperature - -40°c~+85°c C. Esd - Iec 61000-4.2 (level 4) ±8kv (contact); ±15kv(air) D. Dust And Water Intrusion - Iec60529-ip54 E. Humidity - Mil -std-810g F. Shock And Vibration - Mil-std-810g 1 Lot Installation Of Communication Equipment 1 Unit Mini Duplexer (vhf) -tuned To Working Frequency, 50 Watts 7 Unit Mobile Radio (vhf) - Ntc-approved Type (commercial), 50w, Programmable To Ntc Assigned Frequency Frequency Range 136-174 Mhz, With Magnetic Mount Mobile Antenna 6 Lot Ntc Permit To Purchase/possess And Radio Station License 6 (six) Units Base Radio 30 Lot Ntc Permit To Purchase/possess And Radio Station License For 30 (thirty) Units Handheld Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Lot Ntc Permit To Purchase/possess And Radio Station License For 1 (one) Unit Repeater 7 Lot Ntc Permit To Purchase/possess And Radio Station License For 7 (seven) Mobile Radio 1 Lot Programming, Commissioning/propagation And Testing And Delivery (30 Days) Additional Requirements: * Provide A Network Diagram That Is Applicable To The Area * With History/experience In The Installation Of A Working Communication System In The Area *accredited With Ntc-car 1 Unit Repeater (vhf), Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency. Specifications: General A. Frequency Range - Uhf 1: 400-470mhz; Uhf 2: 450-520mhz; Uhf 3: 350-400mhz; Vhf: 136-174 Mhz B. Channel Capacity - 16 C. Channel Spacing - 12.5khz/20khz/25 Khz D. Operating Voltage - 13.6v±15% E. Current Drain - Standby: ≤0.8a; Transmit:≤11a F. Frequency Stability - ± O.5ppm G. Antenna Impedance - 50ω H. Duty Cycle - 100% I. Dimensions (h X W X D) - 88 X 483 X 366 Mm J. Weight - 8.5 Kg K. Lcd Display - 220 X 176 Pixels, 262000 Colors; 2.0 Inch, 4 Rows Receiver A. Sensitivity - Analog: 0.28µv (12 Db Sinad); 0.22µv (typical) 12db Sinad) 0.4 Μv (20db Sinad) Digital: 0.3µv/ber5% B. Adjacent Channel Selectivity- Tia-603: 65db @ 12.5 Khz; 75 Db @20/25khz Etsi: 65 Db @ 12.5 Khz; 75 Db @ 20/25khz C. Intermodulation- Tia -603: 75db @ 12.5/20/25khz Etsi: 70db @ 12.5/20/25khz D. Spurious Response Rejection Tia-603: 80db @ 12.5/20/25khz Etsi: 80db @ 12.5/20/25khz E. Hum And Noise - 40db@ 12.5khz; 43db@20khz; 45db@25khz F. Rated Audio Power Output - 0.5w G. Rated Audio Distortion- ≤3% H. Audio Response - +1 ~ -3db I. Conducted Spurious Emission - <-57dbm Transmitter Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) A. Rf Power Output - 5-50w B. Fm Modulation - 11k0f3e @ 12.5khz; 14k0f3e @ 20khz; 16k0f3e @ 25 Khz C. 45sk Digital Modulation - 12.5khz Data Only: 7k60fxd; 12.5khz Data And Voice:7k60fxw D. Conducted/radiated Emission - -36dbm ≤ 1ghz; -30dbm > 1ghz E. Modulation Limiting - ±2.5khz @ 12.5 Khz; ±4.0khz @ 20khz; ±5.0khz @ 25khz F. Fm Hum & Noise - 40db @ 12.5khz; 43db @ 20khz; 45db @ 25khz G. Adjacent Channel Power - 60db @ 12.5khz; 70db @ 20/25khz H. Audio Response - +1 ~ -3db I. Audio Distortion - ≤3% J. Digital Vocoder Type - Ambe +2™, Selp, Nvoc, Comm K. Digital Protocol - Etsi-ts102 361-1, -2-, -3 Environmental Specifications A. Operating Temperature - -30°c ~+60°c B. Storage Temperature - -40°c ~ +85°c Accessories: 1. 1 Unit Tx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Assigned Frequency 2. 1 Unit Rx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Frequency 3. 100 M Coax Cable Rg-8 (japan) 4. 4 Pcs. Pi-259 Connector (good Quality) 5. Regulated Power Supply (13.8 V Dc/30 Amp) 6. With Pt Mask Antenna And Repeater Cabinet This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Supply, Delivery And Installation Of Communications Equipment For Use Of Bfp Under Pr No. 2 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 5
Closing Date10 Jan 2025
Tender AmountPHP 2.2 Million (USD 37.9 K)
NATIONAL POLICE COMMISSION REGION VIII Tender
Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 K)
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: Notice:
this Sources Sought Synopsis/request For Information (sss/rfi) Is Issued For Informational Purposes And Market Research Only. This Is Not A Request For A Quote, Request For Proposal, Or An Invitation To Bid, Nor Is This To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. This Request Neither Constitutes A Solicitation For Proposals Nor The Authority To Enter Negotiations To Award A Contract. Additionally, This Sss Does Not Restrict The Government To A Particular Acquisition Approach. The Government Will Not Reimburse Any Company Or Individual For Any Expenses Associated With Preparing/submitting Information In Response To This Posting Or Any Follow-up Information Requests. Responders Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sss. All Costs Associated With Responding To This Sss Will Be Solely At The Responding Party’s Expense. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By The Government In Developing Its Acquisition Strategy, Statement Of Work/statement Of Objectives, And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained Within Their Response As Instructed Later In This Sss/rfi. The Government Shall Not Be Liable For, Or Suffer Any Consequential Damages, For Any Proprietary Information Not Properly Identified. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.
overview:
the Air Force Life Cycle Management Center (aflcmc), Human Systems Division (hsd), Combat Ready Airman (cra) Branch, Wright-patterson Afb, Oh Is Conducting Market Research To Identify Possible Vendors And/or Manufacturers That Can Provide Aviator Helmets That Are Compatible With Fixed Wing Ejection And Non- Ejection Systems On Multiple Usaf Aircraft Weapon Systems.
background Information:
usaf Aircrew Require The Ability To Easily And Rapidly Transition Between Symbology Displays, Cueing, And Night Vision Or Use These Devices Simultaneously For Optimum Capability. Installing These Advanced Avionics On The Current 20+ Year Old Helmet Degrades The System's Operational Performance. If This Helmet Is Not Modified, Aircrew Will Continue To Have To Overcome Jitter, Loss Of Night Vision Image And Display Symbology, Neck Strain, And Increased Potential For Injury During Ejection. In Addition, Proprietary Helmets Designed To Optimize Specific Displays Will Be Introduced Into The Inventory, Increasing Logistical Footprint.
current Helmets Are Not Optimized For Use With Night Vision And Weapon Cueing/display Systems Required To Operate Modern Aircraft. Currently, Employing These Devices Require Extensive Modifications To Current Helmets That Were Not Designed To Accommodate Them. This Results In Poor Weight Distribution And Stability Which Contributes To Mission Degradation, Aircrew Fatigue, Neck Strain, And An Increased Potential For Injury. In Addition, Current Helmets Do Not Provide Adequate Noise And Impact Protection.
systems Requirements:
please Provide Information Regarding The Following Capabilities Of Your Helmet System Regarding The Following Categories And Provide Rationale How It Is Compliant:
key Performance Parameter (kpp)
1. Kpp #1: Stability
the Fwh Will Provide A Stable Fixed Reference To The User’s Eye Through The Full Range Of Aircraft Operations. When Used With Helmet Mounted Equipment, There Will Be No Vignetting (loss) Of Symbology Or Imagery Or Loss Of Resolution Of Optical Systems.
how Much Tension Load Can Your Helmet Withstand Over A 2.0-minute Exposure?
2. Kpp #2: Equipment Compatibility
the System And Its Components Will Be Compatible With And Not Degrade Aircrew Flight Equipment And Helmet Mounted Devices.
how Does Your Helmet System Integrate With Current Helmet Mounted Displays (hmds) (i.e. Joint Helmet Mounted Cueing System (jhmcs), Hybrid Optical-based Inertial Tracker (hobit), Night Vision Goggles (nvgs))?
are You Compatible With Any Other Hmds, Not Specifically Called Out?
what Capability Do You Have To Work With Other Companies To Understand Future Requirements/technologies For Helmet-related Systems To Include Hmds (ijhmcs, Etc.), Oxygen Masks, And Visors?
is Your Helmet System Compatible With The Equipment Listed In Attachment I?
3. Kpp# 3:weight, Center Of Gravity, And Principal Moments Of Inertia
the Weight, Center Of Gravity (cg), And Principal Moments Of Inertia (moi) Of The Fwh (in All Configurations) Will Decrease Neck Loads (compared To The Helmet(s) It Replaces) To The Aircrew During High-g Maneuvering, Bailout, 600 Knots Equivalent Air Speed (keas) Ejection, Parachute Opening, Ditching, And Crash-landing Scenarios.
what Data Can You Provide To Support Your Helmet Reduces Weight, Cg, And Moi To Decrease Neck Loads?
what Evidence Can You Provide To Show Your Helmet Decreases Neck Loads Against Mil-hdbk-516c, For Example: Multi-axial Neck Injury Criteria – Y Axis (manicy), Neck Moment Index (nmix), And Probability Of Concussion (poc)?
key System Attributes (ksa) Capability
4. Impact Protection
the System Will Protect The Crewmember’s Head From Impacts Associated With Basic Aircraft Maneuvers, Ejection, Bailout, Ditching, And Crash Landing Better Than The Helmet It Replaces
what Data Can You Provide To Show That Your Helmet Can Withstand A 600 Keas Ejection Sequence With Limited Physical Damage That Would Cause Injury To The Aircrew Or Impair The Ability Of The Helmet To Protect The Aircrew?
what Data Can You Provide To Show That No Part Of The Helmet System Will Become Foreign Object Debris In A 600 Keas Windblast?
5. Logistics
fwh Variants Will Use Common Components To Reduce The Logistical Footprint Compared To Existing Systems, And Be Organically Supportable By Defense Logistics Agency.
6. Anthropometric Accommodation
the Fwh Will Accommodate The Central 99% Of The Male And Central 99% Of The Female Aircrew Population (with 90% Confidence) In The Minimum Number Of Sizes, With The Remainder Being Fitted With Minor Modifications To Existing Sizes.
7. Acoustic Dose
the Fwh Will Ensure Wearers Experience Acceptable Noise Levels, Technically Defined As Less Than Or Equal To 100% Acoustic Dose (1.0 Total Daily Exposure (tde) @ Mean -2 Standard Deviations (sd) Performance For Fit) For Crew Positions In 90% Of Aircraft.
8. Speech Intelligibility
the Fwh Will Enable Helmeted Aircrew To Score Greater Than 80% On The Modified Rhyme Test (mrt) In The Laboratory With Talker And Listener Under Simulated Flight Noise Conditions.
9. Fit/wearability
the Fwh Fit, In All Configurations, Will Be Repeatable, Accommodate Missions Of Extended Duration, And Not Cause Hot Spots/pressure Points That Degrade Performance On 95% Of Aircrews.
10. Aircraft Compatibility
the Fwh Will Be Compatible With The Aircraft Without Requiring Aircraft Modifications.
11. In-flight Mission Reconfiguration
the Fwh Will Accommodate Safe And Rapid In-flight Reconfiguration Of Fielded And Post-milestone B Helmet Mounted Devices Without Removing The Helmet During All Mission Profiles No Worse Than Legacy.
additional Performance Attributes
12. Head Supported Weight.
the Mass Properties Of The System Will Not Decrease The Ability Of The Wearer To Perform Related Tasks Over The Duration Of The Mission.
what Is The Weight Of Your Helmet System As Operationally Worn For The Slick Configuration? Weight Reported Will Include Fully Assembled Base Helmet As Worn By The User, Excluding Interfacing Aircrew Flight Equipment (afe) (i.e. No Oxygen Mask, Or External Communication Cabling). Please Report The Weights For Each Size Of The Helmet System.
in Addition To Head Supported Weight Of Your Helmet System (described Above), Report Mass Properties Of Your Helmet System, In All Configurations, For Day And Night Operations, Using The Template And Guidance Found In Attachment Ii. Upon Reporting According To The Template, Describe Set-up And Methods Utilized For Collecting Measurements.
13. Eye Protection
the Fwh (in All Configurations) Will Shield The Eyes During All Flight And Ground Operations, From Adverse Effects Of Solar Radiation, Windblast, Airborne Debris, Bailout, Ditching, And 600 Keas Ejection.
tell Us How Your Helmet System Will Provide Eye Protection In All Phases Of Ejection (initiation Of Ejection To Ground Landing), During Day And Night Operations With Respect To Slick, Jhmcs, Hobit, And Nvgs.
what Data Can You Provide To Show That The Visor Of Your Slick Helmet System Remains In A Down And Locked Position During All Phases Of A 600 Keas Ejection (initiation Until Ground Landing), During Day And Night Operations?
what Data Can You Provide To Show That Your Helmet System In The Jhmcs And Hobit Configuration Provides Eye Protection To The User During All Phases Of A 450 Keas Ejection (initiation Until Ground Landing), During Day And Night Operations?
14. Visor/visual Compatibility
the Fwh Will Provide Aircrew The Ability To Rapidly Transition Between Two Visors Using One Gloved Hand During Flight Operations. The Visors’ Optical Distortion Qualities And Transmissivity Options Will Be Equal To Or Better Than The Visor Configurations They Replace.
does Your Visor Meet The Criteria In Mil-dtl-43511d? If Any Deviations Exist, Please Note Them.
15. Field Of View/regard
the Fwh Will Provide A Field Of View And Field Of Regard Equal To The Helmet Being Replaced.
16. Penetration Protection
the System Will Protect The Crewmember’s Head From Penetrations Associated With Basic Aircraft Maneuvers, Ejection, Bailout, Ditching, And Crash Landing To A Level Equivalent To The Helmet It Replaces.
what Data Can You Supply From Testing To Show That Your Helmet System Supplies Protection Against Impact And Penetration?
17. Retention
the Fwh And Visor Will Be Safely Retained And Remain In Its Worn Position When Exposed To A 600 Keas Ejection
tell Us How Your Helmet System Can Be Retained In All Phases Of Ejection (initiation Of Ejection To Ground Landing).
18. Bulk
the Helmet Shape And Cabling Will Not Interfere With Aircrew Mobility, Ingress/egress (including Emergency Egress) Requirements, Or The Operation Of The Ejection Seats In All Aircraft.
19. Spinal Alignment
the Helmet Shape Will Enable Proper Spinal Alignment During Flight When Interfacing With The Ejection Seat Head Pad.
20. Audio Compatibility
the Fwh Noise Attenuation System Will Be Compatible With All Aircraft Systems And Will Not Impede Recognition Of Audible Aircraft Warning/caution Systems, Night Vision Equipment, Weapons System Employment, Or Decrease Accuracy Of Helmet-mounted Cueing Devices.
21. Aircraft Cockpit Simulator Compatibility
the Fwh Will Be Compatible With All Existing Aircraft Cockpit Simulators. If New Adapters Are Required, They Must Be Provisioned For And Provided As Part Of The System.
22. Internal Communication Systems (ics)
the Fwh Noise Attenuation System Will Be Compatible With All Aircraft Icss.
23. Emergency Ground Egress
the Fwh Will Not Interfere With Emergency Ground Egress Procedures Or Require Any Additional Aircrew Action To Disconnect The Helmet System From The Aircraft Wiring (i.e. Disconnect Will Break Away During Aircrew Egress).
24. Fire Safety
the Fwh Will Provide Flame, Drip, And Melt Protection Equal To Or Better Than Current Fielded Helmets.
25. Don And Doff
aircrew Will Be Able To Don And Doff The Helmet Without Assistance. The Aircrew Will Be Able To Remove The Helmet During An Emergency With One Hand Using Either Hand.
26. Audio Performance
the System Will Provide Broadband Audio Output With Minimal Distortion And Ensure Overall Sound Pressure Level And Electrical Polarity Are Matched Across Both Ears.
what Data Can You Provide For Audio Performance Testing That You Have Conducted On Your Helmet System?
if Available Please Provide Specifics On: Broadband Frequency Response, Distortion, Sensitivity Balance, Volume Control, And Speech Intelligibility.
27. Volume Control
adjustment Of The Aircraft Ics Volume Control Will Result In A Corresponding Volume Change At The Ear.
28. Cockpit Illuminator
the Fwh Will Provide A Modular, Night Vision Compatible Light Source With An On/off Switch Selectable By The Aircrew During Flight.
29. 3-d Audio
the Fwh Will Be Capable Of Accepting 3-d Audio Cueing For Radio Communication And Threat/targeting Information.
what Data Can You Provide To Show Your Helmet Provides 3d Spatial Audio Support?
30. External Audio
fwh Will Be Capable Of Providing An External Audio Capability That Allows Dismounted Aircrew The Ability To Hear The External Environment While Wearing The Helmet.
31. Atmospheric Pressure Changes
the Fwh Will Not Increase The Risk Of Aircrew Injury Throughout The Range Of Atmospheric Pressure Changes Experienced During Flight.
32. Altitude Protection
the Fwh Will Allow Users To Safely Operate Aircraft At Altitudes Up To The Maximum Operational Cabin Altitude.
33. Emi/emc Compatibility
the Fwh Will Not Emit Electromagnetic Energy That Exceeds The Limits Of Mil-std-461 And Ads-37a-prf As It Applies To Mission Critical Equipmentor Be Degraded By Electronic Emissions In Its Operational Environment.
28. Cockpit Illuminator
the Fwh Will Provide A Modular, Night Vision Compatible Light Source With An On/off Switch Selectable By The Aircrew During Flight.
29. 3-d Audio
the Fwh Will Be Capable Of Accepting 3-d Audio Cueing For Radio Communication And Threat/targeting Information.
what Data Can You Provide To Show Your Helmet Provides 3d Spatial Audio Support?
30. External Audio
fwh Will Be Capable Of Providing An External Audio Capability That Allows Dismounted Aircrew The Ability To Hear The External Environment While Wearing The Helmet.
31. Atmospheric Pressure Changes
the Fwh Will Not Increase The Risk Of Aircrew Injury Throughout The Range Of Atmospheric Pressure Changes Experienced During Flight.
32. Altitude Protection
the Fwh Will Allow Users To Safely Operate Aircraft At Altitudes Up To The Maximum Operational Cabin Altitude.
33. Emi/emc Compatibility
the Fwh Will Not Emit Electromagnetic Energy That Exceeds The Limits Of Mil-std-461 And Ads-37a-prf As It Applies To Mission Critical Equipment Or Be Degraded By Electronic Emissions In Its Operational Environment.
34. Electrostatic Discharge (esd).
fwh Performance Will Not Be Affected By Esd Events.
35. Communication Devices
the System Will Be Compatible With Or Replace Current Communications Devices Designed For Use With Aircrew Helmets And Oxygen Masks.
36. Boom Microphones
the Fwh Will Be Compatible With A Boom Microphone.
37. Habitability
fwh Will Allow Aircrew The Unimpeded Ability To Eat, Hydrate, And One- Handed Valsalva.
38. Operability
direct Manipulation Of The Donned Fwh By The Aircrew Under Operational Conditions, Will Require Only One Gloved (standard Nomex Flight Glove) Hand To Easily Operate Any Mechanism.
39. Positive Pressure Breathing
the Fwh Will Allow For The Effective Use Of Positive Pressure Breathing For Altitude And G Systems.
40. Temperature And Moisture Control
the Fwh Will Incorporate A Washable Moisture-wicking And Anti-microbial Interface That Does Not Present A Burn Hazard In Extreme Thermal Survival Environments.
41. Reliability
the Minimum Acceptable Mean-time-between-critical Failure (mtbcf) Is Seven Years.
42. Maintainability
mean Repair Time (mrt) Will Not Exceed 0.5 Hours, With 95 Percent Of The Tasks Not Exceeding 3.0 Hours.
43. Durability
the Fwh And Its Components Will Be Shatter Proof, Non-reflective, And Have Abrasion/chip/stain/ Corrosion Resistance Equal To The Current System.
44. Materials And Helmet Shape
materials And Helmet Shape Will Not Damage Aircraft Canopies, Windscreens, Other Transparencies, And Structures.
45. Survival And Rescue Compatibility
the Fwh Will Not Interfere With Or Degrade The Performance Of Any Survival/rescue Equipment Or Procedures.
46. Support Equipment (se)
if New Tmde, Se, Or Tools Are Required, They Must Be Provisioned For And Provided As Part Of The System.
47. Maintenance Planning
maintenance, Repair, And Reconstitution Tasks Will Be Accomplished By Appropriately Qualified Organizational Level Aircrew Flight Equipment Specialist.
48. Maintenance Environment
system Design Will Allow Maintenance To Be Performed In Hostile Environmental Conditions (e.g. Arctic And Mopp-4) At Operating Bases/locations Worldwide To Include Mobile, Sea-based, And Bare-base Facilities.
49. Inspections
periodic Inspections And Preventive Maintenance Tasks Will Be Sufficient To Ensure System Integrity. Inspection Intervals Will Be Equal To The Helmet It Replaces.
50. Technical Data
technical Orders/manuals (to/tm) For Integration/operation And Repair Will Include Illustrated Parts Breakdowns, Parts Listings, Diagrams, Theory Of Operation, Maintenance, And Troubleshooting Guides. The Technical Data Will Be Formally Verified, Validated, And Approved By The Appropriate Agencies Prior To The Delivery Of The First System. Time And Cost To Fully Incorporate Technical Data Will Be Part Of The Program Cost And Schedule.
51. Manpower
manning Required For The System Should Meet Current Authorized Levels. Specifically, No Additional Logistics, Maintenance Or Aircrew Flight Equipment Authorizations Will Be Required To Support The New Helmet.
52. Human Factors Engineering
human Factors Engineering Principles Specified In Mil-std-1472 Should Be Employed To The Maximum Extent Possible In Each Fwh System Solution.
instructions To Potential Respondents:
1. Submit One (1) Electronic Copy To Ms. Samantha Mckee, Samantha.mckee.1@us.af.mil, No Later Than 6:00 Pm Est On 30 January 2025. Title E-mail Responses In The Subject Line Of The E-mail As Follows: “response To Next Generation Fixed Wing Helmet Rfi Rou-a044401.”
2. Respondents, Please Provide Data That Can Support These Questions As Well As Ejection Data That You Have. Respondents Shall Provide Capability Descriptions In The Same Format As The Above System Requirements Table, Attachment I – Equipment Compatibility, And Attachment Ii – Mass Properties And Should Include Technical And Descriptive Text To Provide Sufficient Detail On How The Proposed Solutions Will Benefit The Human Systems Division (hsd), As Outlined In The Systems Requirements Section Above. Submissions Shall Be Limited To No More Than 28 Pages Inclusive Of Answers To Requirement Specifications/questions Detailed In The Matrix Above; Any Necessary Product Sheets, Test Data, Graphs, And Charts Supporting Those Answers Shall Be Limited To No More Than 5 Pages As Well As A Rom (detailed Below) Of No More Than 3 Pages. Please Identify A Representative To Support Further Government Inquiries And Requests For Clarification Of The Information Provided, If Needed. Marketing Materials Are Considered An Insufficient Response To This Sources Sought Synopsis.
3. Please Provide A Rough Order Of Magnitude (rom) Cost Estimate. Rom Length Should Be No More Than 3 Pages. Provide Estimated Cost For The Following: This Section Of Your Response Should Provide Estimated Costs For Development, Non-recurring Engineering, Qualification Testing, And Future Production Costs. Specifically For Production, Include Helmet Unit Costs And Monthly Production Capacity For A Total 22,500 Production Units. The Government Is Interested In Obtaining Product Support Engineering Data Or A Technical Data Package (tdp) That Includes The Appropriate Level Of Data To Support An Organic Level Of Maintenance (that Could Include Up To Level 3 Drawings Iaw Mil-std-31000, Rev B, Sections 4.2 And 5.4.1.3). Furthermore, Please Provide An Estimate For Technical Manuals For The Helmets, Initial Provisioning Data And Any Required Updates Through Full Rate Production, And Training Costs To Include Training Evaluations And Fielding.
4. Please Provide A Program Schedule To Include Emd, Production, And Fielding Timelines.
5. Responses Shall Include The Following Information:
company/institute Name:
address:
point Of Contact (to Include Phone Number And Email Address):
cage Code:
unique Entity Id:
web Page Url:
state Whether The Company Is Domestically Or Foreign Owned (if Foreign, Indicate The Country Of Ownership).
state Whether The Company Is Interested In Being A Prime Contractor Or Subcontractor For This Requirement.
state The Company’s Manufacturing Readiness Level In Support Of Helmet Production And Provide A Manufacturing Readiness Assessment.
state The Business Readiness To Support Financial Capabilities To Support Government Testing And Production Of Helmets.
provide Data Supporting Design Is Stable And Meets Above Listed Capabilities And Requirements Outlined In Table Above.
provide Supply Chain Process And Capabilities To Support Helmet Production.
lead Time Projected For Vendors To Support Manufacturing Of First Article Delivery
provide An Assertion Your Helmet System Is Compliant With The Following Regulations:
far 52.225-1, Buy American-supplies
dfars 252.225-7012, Preference For Certain Domestic Commodities
provide Data Rights Assertions, Please Use The Table Below:
contractors Must Identify Any Noncommercial Data (data Is Technical Data And Computer Software) To Be Delivered Or Otherwise Provided Under The Contract To The Government With Data Rights Requirements More Restrictive That Unlimited Data Rights.
provide Assertions At The Lowest Practical Segregable Level:
software: Module Or Subroutine
technical Data: Subsystem, Component Or Sub-component.
refer To Dfars 252.227-7017 For Appropriate Language
data Rights Assertions | Technical Data/computer Software To Be Furnished With Restrictions |basis Of Assertion |asserted Rights Category |person Asserting Restrictions
6. All Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Dod Contract. The North American Industry Classification System (naics) Code For This Requirement, If Applicable To The Company’s Capabilities, Should Be Included In The Company’s Naics Code Listing In Sam. To Learn More About This Sam Requirement And How To Register, Please Visit The Sam Website At Https://www.sam.gov/
7. The Naics Code For This Action Is 339113 – Helmets (except Athletic), Safety (e.g., Motorized Vehicle Crash Helmets, Space Helmets), Manufacturing With A Size Standard Of 800 Employees. Based On This Naics Code, Indicate Whether Your Company Qualifies As A:
self-certified Or Third Party Certified Small Business (yes / No)
self-certified Or Third Party Certified Women-owned Small Business (yes / No)
self-certified Or Third Party Certified Economically Disadvantaged Women- Owned Small Business (yes/no)
self-certified Or Third Party Certified Hubzone Certified (yes / No)
self-certified Or Third Party Certified Veteran-owned Small Business (yes / No)
self-certified Or Third Party Certified Service-disabled-veteran-owned Small Business (yes / No)
self-certified Or Third Party Certified 8(a) (yes / No)
self-certified Or Third Party Certified Sba
certification Date: ____________
sba Graduation Date: ______________
communication And Additional Considerations:
in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract.
the Government Will Not Award A Contract On The Basis Of This Rfi. A Determination Not To Compete This Action Based On Responses Received Is Solely Within The Government’s Discretion.
the Acquisition Strategy Is Still Being Determined. Market Research Results Will Assist The Air Force In Determining Whether This Requirement Will Be A Full And Open Competition, A Small Business Set Aside, A Sole Source Acquisition, Or Utilization Of Dla Contract.
not Responding To This Sss Does Not Preclude Participation In Any Future Rfp, If Any Is Issued.
the Government May Contact Respondents To Obtain Additional Information Or Clarification In Order To Fully Understand A Response. This May Include Discussions, Site Visits, Demonstrations, Etc. To Further The Government’s Understanding Of A Proposed Effort, As Well As The Respondent’s Understanding Of The Government’s Requirements.
responses To Questions From Interested Parties Will Be Promptly Answered And Posted On Sam.gov Unless Some Release Of Proprietary Information Is Involved Or The Answer Addresses A Question Peculiar To A Company Or That Company’s Response. Post Submittal, One-on-one Information Sessions With Respondents Are Not Contemplated; However, They May Be Offered To Respondents To Clarify The Government’s Understanding Of Their Submittal, The Capability Ramifications, Or To Discuss Their Business Approach. Information Feedback Sessions May Be Offered To Respondents After The Sss Assessments Are Completed.
verbal Questions Will Not Be Accepted. All Questions Will Be Answered Through Postings To Sam.gov; Except As Provided Above. Additionally, Questions Must Not Contain Trade Secrets Or Classified Information. The Government Reserves The Right To Not Address Questions Received After 30january 2025.
respondents That Submit Proprietary Data Shall Clearly Mark The Data With Appropriate Markings On The Cover Sheet And On Each Applicable Page. Any Proprietary Data Submitted May Be Handled By Contract Support Services Personnel Who Have Signed An Nda. Any Proprietary Information Received In Response To This Request Will Be Properly Protected From Any Unauthorized Disclosure. The Government Will Not Use Proprietary Information Submitted From Any One Firm To Establish The Capability And Requirements For Any Future Systems Acquisitions, So As To Not Inadvertently Restrict Competition. Any Material That Is Not Marked Proprietary Will Be Considered Publicly Releasable
broad Industry Participation For This Sources Sought Is Encouraged. U.s. And Non-u.s. Firms Are Permitted To Respond To This Sss/rfi.
if A Company Is Capable Of Some, But Not The Entire Requirement Stated In This Sources Sought Synopsis, Please Provide A Response That Explains The Requirements For Which You Are Capable.
small Businesses Are Encouraged To Provide Responses To This Sss In Order To Assist The Program Office In Determining Potential Levels Of Competition Available In The Industry, As Well As Helping To Establish A Basis For Developing Any Subsequent Subcontracting Goals.
companies Responding To This Sss/rfi Are Encouraged To Provide Quotes For Existing Items. These Quotes Are For Planning Purposes Only.
indicate Whether The Company Is Currently Selling Proposed Solution To Department Of Defense Customers And Whether The Capability Can Be Obtained Under An Existing Government Contract. Provide The Contract Number(s) And Government Points Of Contact Accordingly.
this Notice May Be Updated As Additional Information Becomes Available. Please Check The Sam.gov For Updates To This Announcement And Register To Receive E-mail Notices Of Any Updates.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 3:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)
STATE, DEPARTMENT OF USA Tender
Others
United States
Description: U.s. Department Of State
bureau Of International Narcotics And Law Enforcement Affairs (inl)
you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application.
position Title: Senior Cybercrime Advisor
location: Abuja, Nigeria
salary Level: Fs-02 - $101,395 - $148,902 (equivalent Gs-14)
period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
issuance Date: 01/08/2025
closing Date: 01/30/2025
closing Time: 3:00 Pm Et
solicitation Number: Psc-25-013-inl
job Description: See Below
dear Prospective Offerors:
the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials:
1. Form Sf 171 (completed And Signed)
2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include:
a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements.
b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work.
c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s).
d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments.
e. U.s. Citizenship
note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration.
3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor.
4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References.
additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To:
Cecille D. Washington
U.s. Department Of State
Inl/ex/gapp
Washingtoncd@state.gov
sincerely,
margaret R. Gaudreau
contracting Officer
u.s. Department Of State
subject
a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl).
the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation.
pre-award Ethical Responsibilities Of Psc (jun 2011)
this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award.
how To Apply
offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process.
note Regarding Government Obligations For This Solicitation
this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application.
proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed):
1. Form Sf 171 (completed And Signed)
2. Resume
3. Evaluation Factor Responses
4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References.
note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed.
*** One Pdf Attachment Is Highly Recommended
veteran’s Preference
veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214.
all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor.
equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor.
submit Proposal Via E-mail To The Attention Of:
inl/cecille Washington
e-mail: Washingtoncd@state.gov
direct Questions Regarding This Solicitation To:
inl/cecille Washington
e-mail: Washingtoncd@state.gov
inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal.
general Statement Of The Purpose Of This Contract
mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World.
mission Of The Bureau Of International Narcotics And Law Enforcement Affairs (inl): The Bureau Of International Narcotics And Law Enforcement Affairs (inl) Is Part Of The Under Secretariat For Civilian Security, Democracy, And Human Rights (j) Within The Department Of State (dos). Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States And Its Citizens By Providing Effective Foreign Assistance And Fostering Global Cooperation.
inl’s Office Of Africa And The Middle East Programs (inl/ame) Develops And Manages Criminal Justice Sector Reform Programs And Contributes To Policy Formation On Civilian Security Issues In Both Regions. Inl Works To Improve The Effectiveness, Responsiveness, And Accountability Of Criminal Justice Sector Institutions (police, Justice Sector Actors, And Corrections). These Efforts Are Designed To Improve Stability, Human Rights, And Good Governance In Close Partnership And Cooperation With Host Government And Civil Society Actors.
inl Has Program Authority Derived From The Foreign Assistance Act Of 1961, As Amended (faa). Under The Faa, Inl Is Responsible For Providing Assistance To Host Governments To Develop And Implement Effective Counter Narcotics, Anticrime, And Border Control Programs.
the Purpose Of This Personal Services Contract Is To Fill The New Position Of Senior Cybercrime Advisor (senior Advisor) To The Inl Section At The U.s. Embassy In Abuja, Nigeria. The Senior Cybercrime Advisor’s Primary Responsibility Will Be To Support, Assist, And Advise The Inl Nigeria Director, The Inl Nigeria Deputy Director, The U.s. Embassy In Abuja, And The Inl/ame Nigeria Program Officer With Efforts To Build Inl Relationships With And Assist In The Coordination, Development, Training, Project Management, Technical Assistance, And General Capacity Building Involved With Inl’s Multiple Cybercrime And Information Technology (it)-based Initiatives In Nigeria. Inl Initiatives Involve Building Relationships And Coordinating Efforts With The Nigeria Police Force (npf), The Nigeria Security And Civil Defense Corps (nscdc), The Ministry Of Justice (moj), The Economic Financial Crimes Commission (efcc), The Nigeria Correctional Service (ncos), Nigeria’s National Agency For The Prevention Of Trafficking In Persons (naptip), The Office Of National Security Advisor (onsa), Among Others. As Inl’s Primary Poc For Nigerian Justice And Law Enforcement Agencies On Cybercrime, The Senior Advisor Shall Provide Subject Matter Expertise To Nigerian Government Agencies On Adopting And Implementing Laws, Policies, And International Best Practices And Procedures For Combatting Cybercrime And Ensuring Communication And Collaboration Between Nigerian Government On Select Programs And Application Designed To Facilitate Improved Criminal Justice Practices, As Well As Adoption And Adherence To International Best Practices And Policies. The Senior Advisor Shall Also Advise Law Enforcement And Justice Sector Training Academies And Staff, Through Direct And Continuous Engagement, On Development And Implementation Of Improved Training, Course Curricula, Instructor Development, Training Materials, And Training Requirements To Facilitate Success Of The Inl Nigeria Program.
the Senior Advisor Shall Be Responsible For Monitoring, Advising, And Collaborating With Inl Project Coordinators, Inl Project Partners, And Inl’s Implementing Personnel To Ensure High Quality Training, Equipment, And Technical Assistance To Nigerian Justice And Law Enforcement Agencies, As Well As Proper Design And Implementation Of Projects To Foster Institutional Capacity And Professionalization In Addressing Cybercrime And Inl-sponsored It Initiatives. Such Partners And Implementers Include Industry Partners, Un Office On Drugs And Crime (unodc), International Office Of Migration (iom), Public And Private Development Centre, Among Other Implementers. The Senior Advisor Shall Also Foster Among Nigerian Law Enforcement Adherence To Human And Constitutional Rights, International Best Practices For Cyber Investigations, And Maintaining Good Relations With The Nigerian Public. The Senior Advisor Shall Advise Nigerian Justice And Law Enforcement At The Executive And Mid-level Leadership Levels, Offering Technical Assistance At Multiple Levels On The Management, Operations, Logistics, Personnel Management, And Administration Of Cybercrime And It-related Initiatives. The Senior Advisor Shall Also Assist In Strengthening Nigerian Government Accountability And Protection Mechanisms For Officials’ And Citizens’ Personally Identifiable Information, As Well As Accountability And Disciplinary Mechanisms For Those Government Officials And Law Enforcement Officers Who Commit Crimes Or Misconduct. The Position Will Require Close Coordination With Moj, Onsa, Npf, Efcc, Ncos, Naptip, And Other Relevant Nigerian Ministries And Agencies.
additionally, The Senior Advisor Will Advise On Wide-ranging Policy And Technical Cybercrime And It-related Matters Relative To U.s. Contributions And Participation In Cyber-related Projects, Civilian Public Security/police Operations, And Security Sector Reform. The Senior Advisor Shall Also Stay Current On Cyber Developments In Nigeria And Proactively Seek Answers To Questions Posed By The Inl Director, Inl Deputy Director, Inl/ame Program Office, Embassy Officials, And Other U.s. Government Visitors To The Embassy. The Senior Advisor Will Support Inl With Professional Analyses And Advice Regarding Nigerian Efforts To Address And Combat Cybercrime Domestically And Nigerian Participation In International Fora Related To Cybercrime, In Addition To International And U.s. Professional Standards And Best Practices For Cyber Space. The Senior Advisor Shall Also Facilitate The Development And Implementation Of Supplemental Efforts To Build The Institutional Capacity And Professionalization Of Nigeria Government Agencies Addressing Cybercrimes. These Efforts Will Require Close Collaboration With The Inl’s Senior Law Enforcement Advisor, Senior Counter-narcotics And Transnational Crime Advisor, The Senior Justice Advisor, And Other Members Of The Inl Nigeria And U.s. Mission In Nigeria.
duties & Responsibilities
under The Direct Supervision Of The Abuja Inl Director Or His/her Designee, The Senior Cybercrime Advisor Will Perform The Following Duties:
assess & Advise:
• Provide Advice And Technical Assistance To The Moj, Onsa, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies At The Executive, Middle Management, First Line Supervisors, And Rank-and-file, As Well As Other Relevant Nigerian Government Stakeholders On Best Practices And International Standards To Combat And Prevent Cybercrime And Financial Crimes (including Those Involving Cryptocurrency), Implement Cybersecurity, And Develop It-related Solutions For Official Nigerian Government Use.
• Provide Advice And Technical Assistance To The Moj, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies At The Executive, Middle Management, First Line Supervisors, And Rank-and-file, As Well As Other Relevant Nigerian Government Stakeholders On Adopting And Implementing Laws, Policies, And International Best Practices And Procedures For Combatting Cybercrime And Implementing It-related Applications And Programs To Facilitate Improved Criminal Justice Practices, As Well As Adoption And Adherence To International Best Practices And Policies.
• Provide Expert Advice And Technical Assistance To The Moj, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies, And Relevant Gon Stakeholders On Program Design And Functionality, And When Necessary, Provide Recommendations To Revise Criminal Justice Information Management Systems To Facilitate Improved User Interface, Compatibility Across Agencies, Or General Improvements On The Programs (e.g., Cims [corrections Information Management System].
• Provide Expert Advice And Technical Assistance To The Moj, Npf, Nscdc, Ncos, Efcc, Naptip, And Other Nigerian Justice And Law Enforcement Agencies, And Relevant Gon Stakeholders In Development To Establish And Maintain A System To Protect Nigerian Citizens’ Personally Identifiable Information.
• Advise And Assist The Onsa, Moj, Npf, And Other Nigerian Government Agencies In Developing And Implementing Strategy And/or Operational Plan For Cybercrime And Government Law Enforcement It Databases, Applications, And Solutions.
• Advise And Assist The Onsa, Moj, Npf And Relevant Gon Stakeholders On The Development Of Standard Operating Procedures (sops), And Foster A Proactive Operational Strategies, Logistical Support, And Continuous Education Program To Improve The Effectiveness, Professionalism, And Management Of The Nigerian Agencies’ Cybercrime And It-related Applications, Tools, Policies, And Procedures.
• Participate In The Continual Analysis And Evaluation Of Nigeria’s Justice And Law Enforcement Institutions, Including Assessments Of The Organizational And Operational Capacities Of The Various Elements Related To Justice And Law Enforcement Operations, Management, Administration, Logistics, And Other Aspects Related To Combatting Cybercrime, And Adoption Of It-related Applications.
political Liaison:
• Establish And Maintain Lines Of Communication With Relevant Partner Country Stakeholders To Advance Inl Program Objectives And U.s. Government Stabilization Objectives To Include Facilitating Meetings And Information Flows Between All Parties Responsible For Efforts And Projects Related To Cybercrime And Criminal Justice It Applications, Tools, And Systems.
• Generate Support For And Advance U.s. Policy Objectives With Key Host Government Officials, Under The Direction Of The Inl Director Or Designee And In Coordination With The Inl Nigeria Program Officer And Other Inl Implementers.
planning, Development, & Execution:
• Visit, Review, And Analyze The Capabilities Of Justice And Law Enforcement-related Training Facilities And Educational Institutions That Work With Inl Nigeria-supported Projects, And Advise On Potential Projects, Activities, And Events To Increase Capabilities Of Justice And Law Enforcement Entities To Combat Cybercrime And Adopt It Solutions.
• Ensure That Training Materials Are Approved By The Leadership Of Entities, The Moj, And Other Relevant Nigerian Government Offices And Agencies. Training Modules Shall Complement Other Inl-funded Training And Adhere To International And U.s. Professional Standards And Best Practices.
• Advise Senior Justice And Law Enforcement Officials, Logistics And Deployment Managers, Training Managers, And Trainers To Build On Existing Capacity And Current Processes To Combat Cybercrime. Provide Expert Advice And Recommendations On Training And Equipment Needs Of And Procedural Gaps For Justice And Law Enforcement Agencies.
• Identify Technical Areas In Which Inl Training Or Other Programmatic Intervention Could Be Beneficial To The Overall Goals Of U.s. And Inl Cybercrime Initiatives.
• Monitor Implementing Partners Funded By Inl To Facilitate The Development, Training, Support, And Sustainability Of The Cyber-related Initiatives And Efforts In Nigeria. Work Closely With Implementers’ Staff To Identify And Address Obstacles, Delays, And Other Challenges To Project Implementation.
• Recommend Efforts And Initiatives; Facilitate And Perform Follow-on Activities To Encourage The Host Government’s Adoption Of International And U.s. Professional Standards And Best Practices Regarding Cybercrime And It Adoption.
• Monitor And Report On Significant Activities And Developments Related To Adoption Of International And U.s. Professional Standards And Best Practices Related To Cybercrime.
• Evaluate Results And Outcomes Of Initiatives, Determine Obstacles And Challenges To Adoption Of Professional Standards And Best Practices And As Necessary Make Mid-course Adjustments In Initiatives; When Complete, Provide A Final Report For Review Of Inl Nigeria Director, The Inl Nigeria Program Officer, And The Inl Cyber Team.
program Development & Implementation:
• Collaborate With Onsa, Moj, Npf, And Other Criminal Justice Agencies On Addressing Issues Identified Through Technical Assistance And Advising Activities, Including Organizing Logistics And Recommending Nigerian Or External Experts. Arrange Training For Gon Agencies In Areas Of Particular Focus, As Determined With Inl Nigeria Director And Inl Nigeria Program Officer.
• Monitor And Evaluate Implementing Partners Funded By Inl To Facilitate The Development, Training, Support, And Sustainability Of Cyber Related Initiatives And Projects. Work Closely With Implementers’ Staff To Identify And Address Obstacles, Delays, And Other Challenges To Cyber-related Initiatives And Projects.
integration Of Complementary Programs:
• Work With Inl Implementers, U.s. And International Agencies, Ngos, And Nigerian Institutions To Ensure Full Integration Of Parallel And/or Complementary Foreign Assistance Efforts To Improve The Capacity Of The Nigerian Judicial Sector. This Shall Include U.s. Mission Nigeria Offices And Units, Including The Political And Economic Sections, Regional Security Office (rso), Usaid, Department Of Defense, And Other U.s. Agencies, As Well As International Organizations And Donors (e.g., Iom, Unodc, Uk, And The Eu).
• Coordinate Activities With These Entities To Avoid Duplication And Repetition And Ensure A Coherent Approach To Criminal Justice Sector Assistance In International Programs.
end Use Monitoring:
• Ensure That Equipment Purchased With United States Government (usg) Funds Are Effectively Utilized. This Assists In The Prevention Of Fraud, Corruption, Waste, Or Mismanagement Of Equipment.
briefing & Reporting:
• Prepare, Coordinate, And Ensure The Timely Issuance Of One-time And Periodic Reports On Inl-efforts Related To Increasing The Capacity Of The Nigerian Law Enforcement And Civilian Agencies To Counter And Deter Criminality And Protect Citizens.
• Prepare Periodic List Of All Current Nigerian Government Units And Agencies Working To Combat Cybercrime, Including Units Assigned To That Function And Information On Active Numbers, Operations, Training, And Disposition; Prepare Periodic Information On The Number And Type Of Units, The Rates Of Attrition, Desertion, Recruitment, And Other Factors Affecting Unit Effectiveness, Capability, And Operational Integrity.
• Provide Information, Details, And Updates That Assist Inl Officers In Their Preparation Of Periodic Reports, Cables, Memoranda, Assessments, Monitoring And Evaluation And Assessment Reports, And Other Documents Related To Efforts To Increase The Capacity Of The Nigerian Criminal Justice Sector.
• Participate In And Assist With Official Visits From Usg And Inl Visits, And Aid In Escorting And Arranging Appropriate Itineraries For Official Travelers.
• Brief Department, Congressional, Staff Delegations, And Other Selected International Dignitaries On Inl’s Efforts To Increase The Capacity Of Nigeria’s Criminal Justice Sector To Address Cybercrime, Cybersecurity, And Adopt And Implement Relevant International Treaties.
• Attend Relevant Embassy Meetings And Security Sector Reform Related Meetings; Brief The Inl Nigeria Program Officer And Appropriate Embassy Members, And Report On Major Issues Related To Inl’s Efforts To Increase The Capacity Of The Nigerian Criminal Justice Sector, Including The Moj, Npf, Efcc, Ncos, And Nscdc.
security Of Training Teams And Personnel:
• Maintain Points Of Contact With The Moj, Npf, Efcc, Ncos, Nscdc, Other Criminal Justice Agencies, Other Gon Stakeholders, And Local Authorities For Determining The State Of Cybercrime Operations And Training Areas To Assist In The Development Of Investigative, Preventative, And Implementation Plans And Developing Threat Assessments.
administrative:
• When Required, Perform The Role Of Duty Officer.
• Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work.
trainings & Distance Learning Courses
1. Completes The Contracting Officer Representative (pa296) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within 120 Days Of Arriving At Post.
2. Completes The Introduction To Working In An Embassy (pn113) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post.
3. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Prior To Deployment To Post.
4. Completes The Inl/km-implemented “inl-prep” In-person Training Course Prior To Or Within 90 Days Of Arriving To Post.
5. Completes The Managing Foreign Assistance Awards Overseas (pp223) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post.
6. Completes The Foreign Assistance Performance Monitoring And Evaluation (pp425) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within First Six (6) Months Of Arriving At Post.
7. Completes The Mitigating Unconscious Bias (pt144) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Course Within The First 90 Days Of Arriving At Post.
8. Works With The Inl Program Office/post To Determine A Timeline For Completing The Inl Staff Orientation And Readiness Training (soar).
9. Consultations With The Inl Program Officer May Be Required.
place Of Performance & Travel Requirements
the Place Of Performance For This Position Is The U.s. Embassy Abuja, Nigeria. Frequent Travel In-country And Regionally On A Tdy Basis To Meet Program Needs Is Required. International Travel For Consultations And Conferences May Be Required.
relationships
the Senior Cybercrime Advisor Reports To The Inl Director At Us Embassy Abuja, Nigeria. The Incumbent Will Work Closely With And Receive Guidance From The Inl/ame Nigeria Program Officer And The Inl Cyber Team In Washington, Dc. The Senior Advisor Maintains Open, Timely, And Professional Communications, Resulting In A Relationship That Proactively Addresses Potential Problems With Flexible, Workable Solutions.
the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Inl Director Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing.
the Inl Director Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review.
complexity
this Position Involves Planning, Organizing, And Completing Financial And Organizational Analysis Of Enormous Complexity. Due To The High Visibility And Political Sensitivity Of The Issues In Which Inl Is Involved, There Is Extreme Difficulty In Identifying The Nature Of The Issues And Planning, Organizing, And Determining The Scope And Depth Of Studies/audits To Be Undertaken. The Psc Is Expected To Address Difficult Scenarios By Separating The Substantive Nature Of The Programs Or Issues Into Their Components And Determining The Nature And Magnitude Of Programs Or Issues, As Well As In Discerning The Intent Of The Legislation And Policy Statements And Determining How To Translate The Intent Into Program Actions.
scope & Effectiveness
the Psc Performs Broad And Extensive Assignments Related To A Complex Administrative/financial Program Spanning The Full Range Of Citizen Safety, Law Enforcement, Rule Of Law, And Counternarcotics Programs In Nigeria, Which Is Of Significant Interest To The Public And To Congress.
period Of Performance
the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
minimum Qualifications
1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.)
2. Bachelor’s Degree From An Accredited Institution With A Minimum Of 10 (ten) Years Of Experience Performing Duties Related To This Sow In The Public Or Private Sector.
3. A Minimum Of Three (3) Years Of Professional Experience Working On Cybercrime, Cybersecurity Or Criminal Justice Fields.
4. Demonstrated Knowledge Of Cybercrime Best Practices, Policies, Issues, And U.s. And International Standards.
5. A Minimum Of One (1) Year Of Experience Working Overseas.
6. Demonstrated Experience In Project Management.
7. Demonstrated Working Knowledge Of Ms Word, Outlook, Excel, Teams, And Sharepoint.
evaluation Factors
(used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
factor 1: Work Experience (25 Points)
demonstrated Experience In Cybercrime Investigations, Policy And Project Implementation, Or Experience In Criminal Justice It Application Development, Training, And Implementation. Demonstrated Full Life-cycle Project Management Experience, Including Planning, Implementation, Monitoring And Evaluation, Close-out And Coordinating Activities With Multiple Entities. Experience Working Overseas In Countries Under Difficult Conditions Or In An Embassy Environment Is Preferred.
factor 2: Technical Experience (25 Points)
demonstrated Experience Assessing Cybercrime Investigative And/or Prosecutorial Capabilities; Demonstrated In-depth Knowledge Of Cybercrime Best Practices, Polices, Issues, And International And U.s. Best Practices And Standards In Combating Cybercrime. Demonstrated Experience In Software Engineering, Design, And Development Of Cybercrime It Applications. Substantive Knowledge Of And Experience Within International Cybercrime And Criminal Financing, Including Cryptocurrencies, Is Preferred.
factor 3: Communication & Management Experience (20 Points)
demonstrated Ability To Communicate In A Timely And Concise Manner, Both Orally And In Writing. Demonstrated Experience In Briefing Senior Officials, Preparing, And Writing Reports, Audits, And Memoranda. Demonstrated Ability To Interact Effectively With Others At All Command Levels, Including Diverse And Multicultural Groups, To Develop And Maintain Strong Working Relationships.
basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards.
the Offeror Rating System Is As Follows:
evaluation Factors Have Been Assigned The Following Points:
factor #1 – 25
factor #2 – 25
factor #3 – 20
total Possible – 70 Points
interview Performance – 30 Points
satisfactory Professional Reference Checks – Pass/fail (no Points Assigned)
past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources.
total Possible Points: 100
the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection.
compensation (base Pay)
this Position Has Been Designated At The Fs-02 Equivalent Level ($101,395 - $148,902 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated.
for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements.
benefits & Allowances
as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances
benefits - If Applicable
• Employee's Fica/medicare Contribution
• Contribution Toward Health And Life Insurance
• Pay Comparability Adjustment
• Annual Increase
• Eligibility For Worker's Compensation
• Annual, Sick And Home Leave
• 401k Plan
• Medvac (provided By Dos Med)
allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable
• Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post
• Housing Allowance
• Post Allowance
• Supplemental Post Allowance
• Maintenance Allowance (sma)
• Education Allowance
• Educational Travel (full-time United States Based Secondary)
• Post Hardship Differential
• Danger Pay
• Shipment Of Hhe, Uab, Pov And Consumables
Closing Date30 Jan 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Others...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
United States
Details: U.s. Embassy Malabo
date: December 20, 2024
request For Quotation # 19ek2025q0002
replacement Of On-compound Residential Solar Water Heaters
the U.s. Embassy In Malabo, Equatorial Guinea Invites Vendors To Submit A Quotation For The Replacement Of On-compound Residential Solar Water Heaters.
instructions To Quoters:
in Order For Your Quotation To Be Considered, Each Offer Must Include The Following:
completed Pricing Table – Section I - A.
completed Quoter’s Info – Section Ii.
completed Technical Requirements, To Include The Following Information Demonstrating The Quoter’s Ability To Perform:
name Of A Project Manager (or Another Liaison To The Embassy) Who Understands Written And Spoken English.
evidence That The Quoter Operates Established Business With A Permanent Address And Telephone Listing.
evidence That The Quoter Has The Necessary Personnel, Equipment, And Financial Resources Available To Perform The Work.
a Proof Showing That Contractor Has Already Started The Sam Registration Process. Sam Registration “system For Award Management” Is Required For Contracts Exceeding Us$30,000.00. See Exhibit A And The Following Link For Further Instructions: Https://www.fsd.gov/sys_attachment.do?sys_id=9a12412bdb7bbd90a8cb4a391396194f
contractor’s Certification Regarding The National Defense Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26). See Certification Instructions In Exhibit B.
your Quotation By Email To Malabop@state.gov No Later Than Close Of Business On Monday, Jan 6, 2025. No Quotation Will Be Accepted After This Time.
you Are Encouraged To Make Your Quotation Competitive. The Rfq Does Not Commit The American Embassy To Make Any Award. The Embassy May Cancel This Rfq Or Any Part Of It. The Embassy May Award Multi Contracts Against This Requirement And It Reserves The Right To Reject Proposals/quotations That Are Unreasonably Low Or High In Price.
direct Any Questions Regarding This Rfq By Email To Malabop@state.gov
thank You.
section I
pricing Table
no.
description
total Cost (usd)
1
replacement Of On-compound Residential Solar Water Heaters
grand Total:
b. Statement Of Work
introduction
overview & Description: The U.s. Embassy Malabo Requires The Replacement Of On-compound Residential Solar Water Heaters. The Solar Water Heaters Were Originally Installed During Initial Construction And Are At The End Of Their Useful Life. Many Have External Leaks And Are Isolated From The System.
location: The Facility, U.s. Embassy Is Located In The Capital Of Equatorial Guinea, Malabo. All Onsite Inspections Shall Be Requested Through The U. S. Embassy’s Facility Manager (fm) Or Contracting Officer Representative (cor).
objective: The Objective Of Solar Water Heater Replacement Is To Restore Efficiency To The Water Heating System And Reduce The Burden On Electrical Water Heaters, Effectively Extending Their Life.
communication: The Fac Team Maintain Contact With The Project Lead: Michael Macsay, Facility Manager (fm), U.s. Embassy Malabo, Email: Macsaymd@state.gov, Mobile: +240-555-000-306.
project Phases
receipt And Inspection: Once Solar Water Heaters Are Received, They Will Be
inspected By Facilities (fac) Personnel For Damage From Shipping.
removal And Installation: Old Solar Water Heaters Will Be Removed From The
system And Lowered To The Ground For Disposal. Replacement Water Heaters Will Be Raised To The Roof And Installed Per Manufacturer’s Instructions.
2.2.1 Note: A Crane And Rigging Will Be Required To Remove And Install
Solar Water Heaters.
commissioning: Upon Complete Installation, Solar Water Heaters Will Be Tested
and Commissioned Within The Guidelines Set By The Manufacturer.
general Requirements
work Shall Be Performed In Accordance With Overseas Building Operations (obo) Safety, Health, And Environmental Management (shem) Standards. Proper Lifting And Rigging Practices Shall Be Followed During Installation And Removal The Solar Water Heaters.
proper Ppe Shall Be Worn At All Times During The Removal/installation Process.
work Shall Be Performed In Accordance With The Manufacturer’s Guidelines To Ensure Warranty Is Not Voided.
any Damage To Grass And/or Vegetation During Removal And Installation Of Solar Water Heaters Shall Be The Responsibility Of The Fac Team To Replace. Precautions Shall Be Taken To Ensure Damage To Post’s Grass And Vegetation Is Minimized.
responsibilities Of The Fac Team
project Safety Plan (psp): Fm/posho And Aposho Will Develop A Project Safety Plan Using Us Army Corp Of Engineers (usace) Em385-1-1. The Plan Will Be Communicated To The Fac Staff Performing The Work.
fac Staff Shall Adhere To The Project Safety Plan Throughout The Duration Of The Project. Safety Violations And Injuries Shall Be Reported Immediately To The Posho/aposho.
quality Management Plan (qmp): Fm Shall Establish A Quality Management Plan To Include Inspection To Adherence With Installation Guide. Regular Inspections Between Coatings Will Be Conducted With The Designated Supervisor Of The Crew. The Crew Shall Repair Any Inconsistencies Found Within The Coatings As Defined By The Qmp.
pre-project Requirements
tooling & Materials: All Tooling And Materials Shall Be Inventoried Prior To The Start Of The Project To Ensure Efficiency And The Success Of The Project. All Tooling Will Be Approved By The Fm And Designated Project Supervisor Prior To Ordering.
storage: Storage Shall Be Maintained In Accordance With The Storage Instructions From The Manufacturer. Proper Storage Of Resurfacing Materials Is Essential, And A Space Shall Be Identified Prior To The Project Start.
all Workers Shall Review The Qmp To Understand The Standards To Be Met In The Application Of The Tennis Court Resurfacing. Any Deviation From The Installation Guide And Manufacturers Standards, May Cause The Resurfacing Materials To Degrade Or Fail Earlier Than Expected.
all Workers Shall Review The Psp Set By The Fm/posho To Ensure Standards Set Forth Can And Will Be Adhered To.
project Requirements
all Workers Shall Adhere To The Psp Set Forth By The Fm/posho.
all Workers Shall Adhere To The Qmp And Request Inspections Or Understand That Surprise Inspections Will Be Conducted To Ensure Quality Of Work.
supervisor And Workers Will Adhere To The Manufacturer’s Installation Guide.
technical Specifications: Refer To Appendix A For Technical Specifications Of The Solar Water Heater Requirements.
reference Material
work Shall Be Performed In Accordance With The Following References:
manufacturer’s Installation Guide.
usace 385-1-1.
post Quality Management Plan (qmp)
appendix A
technical Specifications
component
specification
collector Housing
uv Protected
cover
antireflex Glass (double Coated)
absorber/tank Capacity
40 Gal (150 Liter)
absorber/tank Construction
steel
section Ii
contractor’s Information & Signatures:
contractor’s Name
company Name
address
uei #
ncage #
office Tel #
fax #
mobile #
email
name Of Person Authorized To Sign: ___________________________________________________________
signature Of Person Authorized: ______________________________________________________________
the Penalty For Making False Statements Is Prescribed In The U.s. Criminal Code, 18 U.s.c. 1001
exhibit A
sam.gov Registration
the Federal Acquisition Regulation (far) - Clause # 52.204-7 - Requires All Contractors To Be Registered In The System For Award Management “sam” Database. Registration In Sam Is Mandatory Prior To Signing Any Contract That Exceeds $30,000. As We Would Like To Continue Working With You In The Near Future, We Suggest That You Start The Registration Process Asap As This Requirement Is Time Consuming.
the Registration Process Starts With Obtaining A Uei Number And A Ncage Code. You Should Be Prepared To Provide The Following Information:
(i) Company Legal Business.
(ii) Trade Style, Doing Business, Or Other Name By Which Your Entity Is Commonly Recognized.
(iii) Company Physical Street Address, City, State, And Zip Code.
(iv) Company Mailing Address, City, State And Zip Code (if Separate From Physical).
(v) Company Telephone Number.
(vi) Date The Company Was Started.
(vii) Number Of Employees At Your Location.
(viii) Chief Executive Officer/key Manager.
(ix) Line Of Business (industry).
(x) Company Headquarters Name And Address (reporting Relationship Within Your Entity).
if A Contractor Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Contractor.
if You Have Any Questions During The Registration Process, You Will Need To Contact The Customer Service For Sam By Registering Or Contacting The Following Website:
federal Service Desk
url: Www.fsd.gov
hours: 8am - 8pm (eastern Time)
us Calls: 866-606-8220
international Calls: 334-206-7828
dsn: 866-606-8220
exhibit B
ndaa Certification
the Us Embassy Must Comply With Section 889(a)(1)(b) Of The Fy2019 National Defense Authorization Act And Is Prohibited From Entering Into A Contract, Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless A Waiver Is Granted.
as Defined In Statute, Covered Telecommunications Equipment Or Services Means The Following: Telecommunications Equipment Produced By Huawei, Zte, Hikvision, Dahua, And Hytera, Or Their Subsidiaries Or Affiliates.
contractor’s Certification:
contractor’s Certification In Response To The National Defence Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26) – The Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment:
by Affixing Your Authorized Signature In Section Ii And Submitting This Certification, The Undersigned Certifies That Neither It, It’s Principals Nor Affiliates, Will Be Supporting The Us Embassy Using The Proscribed Equipment Or Services.
far Clauses Incorporated In Full Text:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020)
the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It “does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument” In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items.
(a) Definitions. As Used In This Provision-
backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential
component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services.”
(d) Representations. The Offeror Represents That—
(1) It [] Will, [] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds “will” In Paragraph (d)(1) Of This Section; And
(2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That—
it [] Does, [] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds “does” In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded “will” In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded “does” In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020)
definitions. As Used In This Clause—
backhaul Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet).
covered Foreign Country Means The People's Republic Of China.
covered Telecommunications Equipment Or Services Means—
(1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities);
(2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities);
(3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or
(4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country.
critical Technology Means—
(1) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations;
(2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled—
(i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or
(ii) For Reasons Relating To Regional Stability Or Surreptitious Listening;
(3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities);
(4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material);
(5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or
(6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817).
interconnection Arrangements Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources.
reasonable Inquiry Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit.
roaming Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High.
substantial Or Essential Component Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract.
(c) Exceptions. This Clause Does Not Prohibit Contractors From Providing—
(1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause To The Contracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil.
(2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(1) Of This Clause:
(i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended.
(ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services.
(e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items.
(end Of Clause)
52.204-26 Covered Telecommunications Equipment Or Services-representation (dec 2019)
(a) Definitions. As Used In This Provision, “covered Telecommunications Equipment Or Services” Has The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services”.
(c) Representation. The Offeror Represents That It □ Does, □ Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument.
(end Of Provision)
Closing Date21 Jan 2025
Tender AmountRefer Documents
Batangas State University Tender
Others
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Various And Equipment For Central Offices (office Supplies)" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Various And Equipment For Central Offices (office Supplies)" With An Approved Budget For The Contract (abc) Seven Hundred Twenty-seven Thousand Eight Hundred Six Pesos And Ten Centavos Only (php 727,806.10). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 15 Piece Arch File Folder Arch File Folder 8.5x13 2,160.00 2 133 Ream Bond Paper A4, 80gsm, Size: 210mm X 297mm, 500 Sheets Per Ream 33,375.02 3 16 Ream Bond Paper Multi-purpose Size: A3 Thickness: 80gsm Others: 420mm X 297mm 11,200.00 4 53 Ream Bond Paper Multi-purpose Size: Short (8.5 X 11) Thickness: 80gsm 12,084.00 5 205 Ream Bond Paper Multi-purpose (copy), 70gsm, Long (8.5 X 13), 500 Sheets Per Ream 48,482.50 6 69 Ream Bond Paper Multi-purpose (copy), A4, 70gsm, 500 Sheets Per Ream 14,421.00 7 734 Ream Bond Paper Long Size: Long (8.5 X 13) Thickness: 80gsm 196,469.78 8 110 Piece Brown Envelope Long 650.10 9 5 Piece Cutter S Cutter 15cm 195.00 10 10 Pack Cable Tie 10" 2,280.00 11 2 Unit Calculator Specs: • Power Supply: Solar & Battery • Number Of Digits: 12 Digits • Size (d × W × H): 147 × 106.5 × 29 Mm 700.00 12 10 Piece Chalk Marker (white) Bullet Tip 1.8mm-2.5mm Color: White 1,815.00 13 11 Pack Clear Sheet Protector Size: 8.5 X 13 100 Sheets Per Pack 4,235.00 14 2 Piece Clearbook 20 Transparent Pockets, For A4 Size, Refillable 80.00 15 24 Piece Clearbook 20 Transparent Pockets, Legal, Refillable 1,296.00 16 5 Piece Click Gel Ballpen Black 210.00 17 56 Box Clip Backfold (binder Clip) All Metal, Clamping, 32 Mm (-1mm) / 1 1/4", 12 Pcs Per Box 2,402.40 18 59 Box Clip Backfold (binder Clip) All Metal, Clamping, 19mm (-1mm) / 3/4, 12 Pieces Per Box 1,362.90 19 47 Box Clip Backfold (binder Clip) All Metal, Clamping, 25mm (-1mm) / 1", 12 Pieces Per Box 1,410.00 20 6 Box Clip Backfold (binder Clip) All Metal, Clamping, 41mm (-1mm) / 1 5/8", 12 Pcs Per Box 336.00 21 61 Box Clip Backfold (binder Clip) All Metal, Clamping, 50mm (-1mm) / 2", 12 Pcs Per Box 5,233.80 22 2 Piece Clipboard Size: 8.5 X 13 Plastic Material 168.00 23 5 Piece Correction Tape Correction Tape 5mm X 8m 5mm Wide 8m Long Clear Casing 145.00 24 14 Piece Cutter Small 140.00 25 5 Piece Cutter/utility Knife For General Purpose 550.00 26 148 Piece Data File Box Made Of Chipboard, With Closed Ends 32,560.00 27 3 Piece Desk Organizer Stainless Steel Metal Mesh Pen 450.00 Page 1 Of 6 Item No. Qty Description Total And Supplies Holder Desk Organizer 28 2 Box Diazo Paper 20 X 30 (660 Sheets) 17,000.00 29 2 Piece Document Tray Home Office Organizer -4 Slot Horizontal Document Tray - A4 Table Tray Stationery File -desk Drawer Container Holder Shelf Case Desktop 2,000.00 30 33 Piece Double Sided Tape Foam Type, 1/2" 1,980.00 31 33 Piece Double Sided Tape Width Size: 1/2 1,824.90 32 11 Box Envelope Brown, Expanding, Kraft, Legal, 100 Pieces Per Box 17,847.50 33 3 Box Envelope Documentary, For A4 Size Document, Brown, 500 Pieces Per Box 3,894.00 34 10 Box Envelope Documentary, For Legal Size Document, Brown, 500 Pieces Per Box 14,300.00 35 2 Box Envelope Mailing, White, With Window 1,650.00 36 25 Piece Envelope Brown, Expandable, Legal 600.00 37 19 Piece Envelope Expanding, Plastic, 0.50mm Thickness Min 912.00 38 20 Piece Envelope Vertical Envelope White Or Cream 12" X 9" 150.00 39 4 Piece Eraser Felt, For Blackboard/whiteboard 80.00 40 41 Piece Eraser Plastic Or Rubber 820.00 41 59 Box Fastener Fastener, Metal,non-sharp Edges, 70mm Between Prongs, 50 Sets Per Box 5,605.00 42 20 Set File Tab Divider Bristol Board, A4 560.00 43 31 Box Folder Folder, Pressboard, Size: 240mm X 370mm (-5mm) Color: White With Green 61,380.00 44 1 Pack Folder Folder With Tab Size: A4 100 Pcs Per Pack 632.50 45 28 Pack Folder Folder With Tab Size: Legal 100 Pcs Per Pack 18,480.00 46 2 Pack Folder L-type, Plastic, For Legal Size Documents, 50 Pieces Per Pack 990.00 47 90 Piece Folder Expandable Long,color: White With Green 1,800.00 48 20 Piece Folder Ordinary, Long, Tagboard 140.00 49 1 Box Gel Pen Type Of Pen: Gel Ink Color: Blue Others: 0.5 Mm 600.00 50 53 Pack Glossy Photo Sticker Paper -a4 210x297 Mm -20 Sheets -135gsm. -5760dpi 6,360.00 51 2 Bottle Glue All, Purpose, Gross Weight : 130 Grams Min 140.00 52 17 Jar Glue All Purpose, Gross Weight: 200 Grams Min. 2,040.00 53 5 Piece Glue 240ml 750.00 54 4 Piece Glue Gun Small 560.00 55 50 Piece Glue Stick Small 350.00 56 15 Piece Highlighter Liquid Chalk Marker Pens Package Quantity:1pcs Size:3mm 6mm Color:green Red Blue Pink Orange Purple Yellow White Note: Cap Design, Comes With A Pen Holder, Simple And Stylish Easy To Carry, Easy To Damage, Good Sealing. Pen Style Design, Round High-strength Pen, Compression And Depression, So Feel More 975.00 Page 2 Of 6 Item No. Qty Description Total Comfortable. Pigment-type High-quality Fluorescent Ink, The Color Is Beautiful And Easy To Dry Ink Does Not Fade. 57 122 Piece Lever Arch File Data Folder Made Of Chipboard, Taglia Lock 17,446.00 58 4 Piece Lever Arch File Binder Long - 3 Inches Color: Blue 576.00 59 40 Piece Lever Arch File Binder Long - 3 Inches Color: Red 5,760.00 60 1 Bundle Looseleaf Cover Made Of Chipboard, Thickness: 1.5mm, For Legal Size Documents, Capable Of Filing Minimum Of 45mm Thickness Of 70gsm Paper, 50 Sets Per Bundle 2,310.00 61 9 Piece Marker Whiteboard, Blue, Bullet Type 540.00 62 3 Piece Marker Whiteboard, Red, Bullet Type 180.00 63 15 Piece Magazine File Box Large Size, Made Of Chipboard 1,980.00 64 2 Box Mailing Envelope Mailing, White, 80gsm (-5%) 1,386.00 65 88 Piece Mailing Envelope White 264.00 66 2 Box Marker Whiteboard, Blue,12 Pcs Per Box 1,200.00 67 43 Piece Marker Permanent, Black, Broad Type 2,064.00 68 24 Piece Marker Permanent, Black, Bullet Type 871.20 69 6 Piece Marker Permanent, Blue, Bullet Type 228.00 70 9 Piece Marker Permanent, Red, Bullet Type 326.70 71 77 Piece Marker Whiteboard, Black, Bullet Type 4,620.00 72 30 Set Marker Fluorescent, 3 Assorted Colors Per Set 2,490.00 73 10 Roll Masking Tape 3/4 300.00 74 6 Piece Memo Folder Size: 14"x9.5" Fabric: Denise Red With Foam Print Process" 1 Color, 1 Side Dtf Print Inside Size: 13.5"x9" Pasteboard: 400 Gsm Fabric: Satin White Memo Corner: Metallic Ribbon 3,900.00 75 36 Pad Note Pad Stick On, 50mm X 76mm (2" X 3") Min 1,944.00 76 41 Pad Note Pad Stick On, 76mm X 100mm (3" X 4") Min 2,665.00 77 70 Pad Note Pad Stick On, 76mm X 76mm (3" X 3") Min, 100 Sheets Per Pad 4,200.00 78 1 Pack Notebook Filler, 50pcs Per Pack 550.00 79 4 Piece Notebook Stenographer, Spiral, 40 Leaves 96.00 80 6 Piece Notepad 50 Leaves Per Pad, 4"x6" 240.00 81 136 Pack Oslo Paper Long 8.5"x13" 10,880.00 82 18 Pack Photo Paper Matte 220gsm 3,240.00 83 1 Piece Puncher Heavy Duty Metal, With Adjustable Paper Guide, With Two Hole Guide 250.00 84 2 Pack Pvc Legal Size 10pc/pack 288.00 85 1 Box Pvc Cover A4, 200 Mic 605.00 86 5 Box Pvc Cover Long, 200 Mic 3,300.00 87 17 Pack Page Markers Assorted Neon, 5 Pads/pack, 100 Markers/pad, 2"x 0.5" 1,700.00 88 61 Box Paper Clip Vinyl/plastic Coated, 33mm, 100 Pcs Per Box 944.89 89 55 Box Paper Clip Vinyl/plastic Coated, 48mm, 100 Pcs Per Box 1,650.00 90 51 Box Paper Clip Vinyl/plastic Coated, 50mm, 100 Pcs Per Box 1,530.00 91 295 Piece Pen Ink Color: Black Tip: 0.5mm, Ballpoint Type 3,540.00 92 10 Piece Pen Ink Color: Black Tip: 0.7mm, Ballpoint Type 120.00 93 9 Piece Pen Ink Color: Blue Tip: 0.5mm, Ballpoint Type 108.00 Page 3 Of 6 Item No. Qty Description Total 94 29 Piece Pen Ink Color: Red Tip: 0.5mm, Ballpoint Type 348.00 95 4 Piece Pen Holder Can Hold Multiple Pens, Markers And Highlighters. Made Of Plastic; Available In White And Dark Blue Item Dimension: 5.5 X 5.5 X 9 Cm 400.00 96 28 Box Pencil With Eraser, 12 Pcs Per Box 2,800.00 97 2 Piece Pencil Lead/graphite, With Eraser 24.00 98 45 Pack Photo Paper Matte 180gsm 4,500.00 99 30 Piece Plastic Envelope Expandable Long Plastic Envelope With Handle And Push Lock 2,400.00 100 6 Box Push Pin Hammer Head Type, 100s / Box 240.00 101 5 Kilogram Rags All Cotton, 1 Kilo Per Bundle Or 32 Pieces Per Kilogram Min 440.00 102 40 Book Record Book Atleast 300 Pages, Size: 214mm X 278mm Min 7,200.00 103 3 Piece Record Book Junior Size 200 Pages 324.00 104 17 Piece Refillable Clear Book Legal Size; High Quality Refillable 3,085.50 105 2 Bundle Ring Bind Element 25mm 8pcs/bundle 512.00 106 10 Piece Ring Bind Element 1/4 360.00 107 10 Piece Ring Bind Element 3/4 360.00 108 26 Piece Ring Bind Element Size: 1/2", Black 546.00 109 36 Piece Ring Bind Element Size: 2, Black 2,376.00 110 56 Piece Ring Bind Element Size:1", Black 2,032.80 111 5 Bundle Ring Binder 80 Rings, Plastic, 32mm X 1.12m Plastic, 32 Mm, 10 Pieces Per Bundle 2,700.00 112 9 Box Rubber Band 70mm Min Lay Flat Length (no. 18), 350g 1,440.00 113 5 Piece Ruler Plastic Ruler 12 Transparent 86.00 114 9 Piece Ruler Plastic, 450mm (18") Width: 38mm Min. 360.00 115 30 Pack Sticker Paper Glossy, A4 1,500.00 116 2 Piece Scissor Heavy Duty, Stainless 844.80 117 1 Piece Scissors Symmetrical, Blade Length: 65mm Min 120.00 118 4 Piece Sign Pen Black, 0.3 Needle Tip, Gel Ink 160.00 119 174 Piece Sign Pen Black, 0.5 Needle Tip, Gel Ink 6,022.14 120 123 Piece Sign Pen Blue, 0.3 Needle Tip, Gel Ink 4,920.00 121 179 Piece Sign Pen Blue, 0.5 Needle Tip, Gel Ink" 6,195.19 122 78 Piece Sign Pen Red, 0.5 Needle Tip, Gel Ink" 2,699.58 123 11 Piece Sign Pen Sign Pen (black, 5mm Needle Tip, Gel Ink) 1,188.00 124 16 Piece Sign Pen Type Of Pen: Sign Pen Color: Black Tip: 1 Mm 2,000.00 125 24 Piece Sign Pen Type Of Pen: Sign Pen Color: Blue Tip: 1 Mm 3,000.00 126 10 Pack Specialty Board Paper Long 8.5 X 13 200gsm 600.00 127 15 Pack Specialty Paper 8.5 X 11 Inches (short) 750.00 128 78 Pack Specialty Paper Size: A4 Color: White Thickness: 90gsm 2,340.00 129 24 Pack Specialty Paper Size: Legal Color: Cream Thickness: 90gsm 1,200.00 130 44 Pack Specialty Paper Size: Legal Size Color: White Thickness: 90gsm Sheets: 10pcs. Per Pack 2,200.00 131 8 Pack Specialty Paper Size:a4 Color:cream Thickness:90gsm 240.00 132 3 Piece Stamp Pad Felt, Bed Dimension: 60mm X 100mm 144.00 133 9 Bottle Stamp Pad Ink Violet, 50 Ml 346.50 134 7 Piece Stamp Pad Ink Red 280.00 135 1 Piece Staple Remover 20.00 Page 4 Of 6 Item No. Qty Description Total 136 9 Piece Staple Remover Plier Type 544.50 137 44 Box Staple Wire Standard, (26/6) #35 1,936.00 138 2 Piece Stapler Size : 125mm X 36mm X 55mm (lwh) Staples: : No. 35 (26/6), No. 3 (24/6) Throat Depth: : 64 Mm Load Capacity : 100 Staples Stapling Capacity : 2-30 Sheets Of 70 G/m2 Paper Color : Blue, Black, And Gray 800.00 139 1 Piece Stapler Compatible With No. 35 Staple Wire Size Stapling Capacity: Up To 30 Sheets With Built-in Staple Remover 385.00 140 69 Pack Sticker Paper Matte, A4 2,898.00 141 108 Pack Sticky Notes Arrow Flags 1/2 Inch Wide Assorted Colors 5 Pads Per Pack 4,489.56 142 39 Pad Sticky Notes Size: 3"x3", 75 To 80gsm Paper 100 Sheets Per Pad Material: Paper, Glue Color: Yellow, Orange Or Green 1,950.00 143 78 Piece Tape Transparent, 24mm 2,933.58 144 28 Piece Tape Double Adhesive Tape, 1" 1,008.00 145 10 Piece Tape Masking,1/2" 400.00 146 10 Piece Tape Masking, 48 Mm 800.00 147 24 Roll Tape Masking Width Size: 1" At Least 50 Yards 1,200.00 148 28 Roll Tape Packaging Width Size: 24mm At Least 50 Yards 1,152.76 149 70 Roll Tape Transparent Type: Clear Width Size: 2 Inches Circumference Size: At Least 50 Yards 3,150.00 150 99 Roll Tape Transparent, 1/2" 1,980.00 151 1 Piece Tape Dispenser Table Top, For 24mm Width Tape 150.00 152 5 Pack Vellum Board - 200gsm; Specialty Board Paper; Acid-free; Size: A3; 10 Sheets/pack 420.00 153 49 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Long (8.5"x13") - 10 Sheets/pack 2,695.00 154 5 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Short (8.5"x11") - 10 Sheets/pack 250.00 155 49 Pack Vellum Board 220gsm, Specialty Board, Board Paper, Acid-free, A4,10 Sheets/pack 4,116.00 156 5 Pack Vellum Boards Size: A4 150.00 157 6 Pad Yellow Paper 288.00 158 12 Box Black Ballpen Type Of Pen: Ball Point Color:black 1,680.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 20, 2025. Page 5 Of 6 E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date20 Jan 2025
Tender AmountPHP 727.8 K (USD 12.4 K)
8541-8550 of 8571 archived Tenders