Cable Tenders

Cable Tenders

Rizal Medical Center Tender

Electronics Equipment...+2Healthcare and Medicine, Electrical and Electronics
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)
Details: Description Request For Quotation Rfq No. 2025-054 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 28 January 2025. Name Of Project: Procurement Of 3-channel Ecg Machine Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Six Hundred Thousand Pesos (php600,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 3- Channel Ecg Machine 1.0 Description Of Function 1.1 An Electrocardiogram - Abbreviated As Ekg Or Ecg - Is A Test That Measure The Electrical Activity Of The Heart. 2.0 Technical Specifications 2.1 Portable 3 Channel Ecg Machine A. Capable Of Simultaneous Lead Acquisition (up To 12 Leads), Display And Printing B. With At Least 6 Inches Tft Touch Screen; With Function Of Intelligent Ambient Light Detection; Screen Brightness Can Be Adjusted To 10 Levels C. Automated Workflow With One Button Push D. Have 3 Modes Of Operation - Automatic (stat), Manual, And Rhythm. E. Heart Rate Range: 0-300 Bpm; Accuracy +/- 1bpm Or +/- 1% F. Polarization Resistance Voltage: +/-650 Mv G. Recording Speed: 5mm/s, 6.25mm/s, 10mm/s, 12.5 Mm/s, 25mm/s H. With R-r (rhythm) Analysis Function I. With Diagram Of Lead Connection, Which Can Determine The Electrodes With Poor Contact And Prompt The Information Of Lead Falling Off J. Tangle-free Cable Wires - 4-limb Electrodes With Limb Clamps - 6-chest Electrodes With Chest Bulbs Or Tab Electrodes K. Automatic Baseline Adjustment. L. Anti-defibrillation And Pacemaker Detection. M. Buit-in Thermal Printer Using 80 Mm X 20 M Paper N. Capable Of 1 Channel, 1 Channel + Rhythm Strip, Or Simultaneous 3 Channels Recording O. Capable Of 1-minute Rhythm Strip (eg. Long Lead Ii Or Long Lead Vi). P. Can Store And Review The Latest 10 Minutes Of Ecg Waveforms Q. Have Sufficient Battery Back-up For Recording A Minimum Of 30 Ecgs Without Ac Power R. Have Internal/local Storage Of 10,000 Cases S. With Usb Port For Downloading Ecgs Or Connecting Printer T. Operate On Electrical Outlet (220v-60hz) Or Rechargeable Battery (built-in) 3.0 Additional Consumables 3.1 3 Rolls Of Ecg Paper (80mm X 20m). 4.0 Standards, Safety, And Training 4.1 Manufacturer/supplier Should Have Iso 13485 Certificate To Quality Standard. 4.2 Should Be Either Fda, Ce, Ul, Or Bis Approved Product. 6 Unit 100,000.00 600,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Income/business Tax Return D) Valid License To Operate Issued By Philippines Food And Drug Administration E) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification. F) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: Comprehensive Warranty For Two (2) Years On Equipment And Five (5) Years’ Service. 5. Product Description/ Brochure. 6. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee

BARANGAY BATO PANAY, CAPIZ Tender

Civil And Construction...+3Construction Material, Machinery and Tools, Scraps
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 896.5 K (USD 15.3 K)
Details: Description 1 Cement 654.00 Bags 2 Sand 29.00 Cu.m 3 Crushed Rock 3/4" 34.00 Cu.m 4 Rsb 16mm X 6m 368.00 Pcs 5 Gi Tie Wire 148.00 Kg 6 Hacksaw Blade 108.00 Pcs 7 Rsb 10mm X 6m 657.00 Pcs 8 Rsb 20mm X 7.5m 4.00 Pcs 9 Phenolic Board (4'x8'x3/4") 10.00 Pc 10 Lumber (2'x2'x10') 220.00 Pc 11 Cwn #2 18.00 Kg 12 Cwn #3 30.00 Kg 13 Cwn #4 36.00 Kg 14 Nail, Concrete 2in 14.00 Kg 15 Nail, Concrete 3in 10.00 Kg 16 Steel Deck Form 66.00 Sq.m. 17 Chb #4 1,418.00 Pc 18 Chb #6 290.00 Pc 19 Crushed Sand 24.00 Cu.m 20 Washed Sand 8.00 Cu.m 21 Circuit Breaker 15amp 2.00 Pc 22 Circuit Breaker 20amp 2.00 Pc 23 Circuit Breaker 100amp 1.00 Pc 24 Panel Boards 1.00 Pc 25 Pvc Pipe - Electrical 1/2in X 3m 30.00 Pc 26 Pvc Pipe - Electrical 1in X 3m 9.00 Pc 27 Entrance Cap W/ Male Adaptor 1/2in 3.00 Pc 28 Entrance Cap W/ Male Adaptor 1in 1.00 Pc 29 Flexible Electrical Conduit, Corrugated 1/2in 90.00 Mtr 30 Flexible Connector 1/2in 72.00 Pc 31 Junction Box 35.00 Pc 32 Utility Box 35.00 Pc 33 Thhn Wire 2.0mm 350.00 Mtr 34 Thhn Wire 3.5mm 350.00 Mtr 35 Thhn Wire 5.5mm 188.00 Mtr 36 Thhn Wire 38mm 70.00 Mtr 37 Cable Wire 108.00 Mtr 38 Telephone Wire 81.00 Mtr 39 Duplex #6 32.00 Mtr 40 Outlet, Tv 2.00 Pc 41 Plate 1- Gang 6.00 Pc 42 Plate 2 Gang 2.00 Pc 43 Switch 8.00 Pc 44 Weatherproof Plate 3.00 Pc 45 Duplex Receptacle 6.00 Pc 46 Downlighting 6in White & Silver 10.00 Pc 47 Bulb 15w 10.00 Pc 48 Pe Pipe 1/2in 12.00 Mtr 49 Pvc Pipe 1/2in X 3m Blue 5.00 Pc 50 Pvc Elbow 1/2in Blue 4.00 Pc 51 Pvc Tee 1/2in Blue 3.00 Pc 52 Pvc Male Adaptor 1/2in 4.00 Pc 53 Pvc Male Adaptor Edp 1/2in 8.00 Pc 54 Gi Elbow Hd 1/2in X 90deg 4.00 Pc 55 Union Patente Gi 1/2in 8.00 Pc 56 Gate Valve 1.00 Pc 57 Pvc Pipe 2in X 3m 6.00 Pc 58 Pvc Pipe 4in X 3m 12.00 Pc 59 Pvc 2in X 45deg 5.00 Pc 60 Pvc 2in X 90deg 5.00 Pc 61 Pvc 4in X 45deg 4.00 Pc 62 Pvc 4in X 90deg 4.00 Pc 63 Pvc Tee 2in X 2in 5.00 Pc 64 Pvc Tee 4in X 2in 4.00 Pc 65 Pvc Tee 4in X 4in 4.00 Pc 66 Pvc Wye 4in X 2in 5.00 Pc 67 Pvc Wye 4in X 4in 3.00 Pc 68 Pvc Wye 2in X 2in 5.00 Pc 69 P-trap 2' 4.00 Pc 70 Pvc Cleanout 4in 4.00 Pc 71 Toilet Tank, Seat Cover White 2.00 Pc 72 Lavatory Basin 2.00 Pc 73 Soap Holder 2.00 Pc 74 Toilet Paper Holder 2.00 Pc 75 Faucet Single Lever Sink 2.00 Pc 76 Floor Drain Stainless 4in X 4in 3.00 Pc 77 Floor Flange 2.00 Pc 78 Steel Flexible Hose 1/2 X 1/2 X 30cm 2.00 Pc 79 Solvent Cement 100cc 10.00 Pc 80 Teflon Tape 3/4 5.00 Pc 81 Lenox Blade 4.00 Pc 82 Drill Bit, Masonry 5/32in 5.00 Pc

Municipality Of Sibunag, Guimaras Tender

Electronics Equipment...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 56.3 K (USD 961)
Details: Description Project Reference Number: . 25-01-0039 Name Of The Project: 2025-mo-mooe-office Supplies Expense Location Of The Project: Assessor's Office Request For Quotation Complete Company Name:_____________________________ Date: January 22, 2025 Complete Address:_____________________________ Quotation No. 25-01-0044 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than January 30, 2025, 10:00 Am In The Return Envelope Attached Herewith. Engr. Zaldy C. Domalina Municipal Assessor/bac Chairman Note: 1. All Entries Be Typewritten 2. Delivery Period Within ______calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of ____________calendar Days 5. G-eps Registration Certificate Shall Be Attached Up On Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 7.quotation Must Be Submitted In A Sealed Envelop Which Will Be Opened By The Bac On Or Before January 30, 2025, 8. Unsealed Qoutation Shall Not Be Accepted And Automatically Rejected 9.please Quote Your Lowest Price For The Following Items To This Office. Abc= 56,355.00 Item No. Item & Description Qty. Unit Price Total 1 Bond Paper 8.5" X 13" Subs 20 20 Ream 2 Bond Paper 8.5" X 11" Subs 20 20 Ream 3 Folder White Long 30 Pcs 4 Brown Envelope, Long 1 Dozen 5 Fastener (vynil Coated Plastic) 2 Box 6 Fastener (vynil Coated Plastic), Long 1 Box 7 Cellulose Tape 1" 5 Pcs 8 Cellulose Tape 2" 2 Pcs 9 Masking Tape 1" 4 Pcs 10 Masking Tape 2" 2 Pc 11 Duct Tape 2" 4 Pcs 12 Calculator, Scientific 1 Pcs 13 Pencil (no. 2) 2 Dozen 14 Sign Pen Black 1.0mm 1 Dozen 15 Ballpen, Black 1.0mm 2 Dozen 16 Epson Ink, Original L5290 (bk) 4 Bottle 17 Epson Ink, Original L5290 (y) 2 Bottle 18 Epson Ink, Original L5290 (m) 2 Bottle 19 Epson Ink, Original L5290 (c) 2 Bottle 20 Universal Ink (100ml) Black Refill 5 Bottle 21 Glue Stick(small) 20 Pcs 22 Glue Stick(big) 20 Pcs 23 Glue Gun (big) 1 Pc 24 White Glue 130g 2 Pc 25 Cutter, Good Quality 2 Pc 26 Cutter Blade, Big 2 Box 27 Correction Pen 2 Pcs 28 Usb Flash Drive (8gb) 3 Pcs 29 External Hard Drive 1t 1 Unit 30 Dishwashing Liquid (1000 Ml), Scented 5 Bottle 31 Fabric Softener 1000ml 2 Lit 32 Battery Aa 2 Pairs 33 Battery Aaa 2 Pairs 34 Hacksaw Blade 5 Pc 35 Soft Broom 2 Pc 36 Broom (walis Tingting) 2 Pcs 37 Alcohol (500ml) 5 Bottle 38 Steel Tape 30m 1 Pcs 39 Long Tape 100m 1 Pc 40 Mosquito Repellant 100ml 2 Bottle 41 Printer Toner, Kyocera Tk-4140 1 Pc 42 Carbon Brush 2 Set 43 Solvent Cement 200cc 5 Can 44 Air Freshener, Spray Type, Any Scent 2 Bottle 45 Insect Killer Spray 600ml 1 Bottle 46 Double Sided Tape, Paper, White 1" 2 Roll 47 Stamping Pad 1 Pc 48 Welding Rod 5 Kg 49 Caution Tape 500m 1 Roll 50 Mouse Pad (900mm X 400mm X 4mm) 1 Pc 51 Wired Gaming Mouse (lightsync) 200-8,000 Dpi, Black 2 Unit 52 Wireless Mouse 200-12,000 Dpi, Black 2 Unit 53 Reflectorized Sticker, Red 2" Width 10 Feet 54 Authentic Unipen Set Technical Drawing Pen 6pcs/set (0.05, 0.1, 0.2, 0.3, 0.5, 0.8) 2 Set 55 Padlock, Brass 5 Pcs 56 Rubber Tape 1 Pc 57 Cable Tie 15" 1 Pack 58 Cw Nails, Assorted 5 Klg 59 Stapler, Heavy Duty, Staples 100-240 Sheets 1 Pc 60 Wall Clock 1 Pc 61 Digital Clamp Meter Ac 2000c 1 Set 62 Analog Multi-tester Sanwa Yx360trf Fourhm 1 Set ( For Office Supplies Use) Total Brand And Model : _____________________ Warranty: ____________ Delivery Period : Ten (10) Days Upon Receipt Of Ntp Price Validity:120 Days After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name/signature Tel. No./cellphone No. E-mail Address Date

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: The Purpose Of This Synopsis Is To Provide Notice Of Naval Information Warfare Center (niwc) Atlantic's Intent To Award A Firm-fixed-price Purchase Order On A Noncompetitive Basis To Climax Portable For 1 Climax 105215 Flange Facer, Model Ff8200 Id Chuck Hyd Turning Arm C-weight Metal 1ea2 Hp 93724 Laptop, Model Hp1000 208-230v Controls Pendant C050 H050 1ea. The Government Intends To Negotiate Solely With Climax Portable Under The Authority Of Far 13.106-1(b). A Request For Information Was Posted To The Government Point Of Entry On 9/18/2024 Until 10/9/2024 For The Following Requirement For The Flange Facer And Hpu Of Armored Military Vehicles. Machine Performance Rangesid Mounting Range45 - 120 Inches (1143.0 - 3048.0 Mm)facing Diameter Range 45 - 120 Inches (1143.0 - 3048.0 Mm)milling Diameter Range 45 - 120 Inches (1143.0 - 3048.0 Mm)grinding Diameter Range 45 - 120 Inches (1143.0 - 3048.0 Mm)swing Diameter @ Minimum With Feedbox On End Of Arm84.7 Inches (2151.4 Mm)radial Tool Slide Travel 12 Inches (304.8 Mm)axial Tool Head Travel 4 Inches (101.6 Mm)depth Required Inside Bore For Id Chuck (± 0.25 Inches (± 6.4 Mm) Is Travel Of Leveling Foot)12.13 ± 0.25 Inches (308.1 ± 6.4 Mm)feed Rate 0.002 - 0.040 In/rev (0.051 - 1.016 Mm/rev)rotational Drive Systemdrive Type Hydraulic Drive Withpinion And Internal Ring Gearpinion Gear To Ring Gear Reduction 7.429:1single Point Turning Speed Range:2.8 - 14 Rpmmilling & Grinding Speed Ranges (with 150:1 Reducer):0.002 - 0.374 Rpmpower Input Requirements10 Gpm@1200 Psi 37.9 L/min @ 8273 Kpatesting Data - Flatness At 82 Inch (2083 Mm) Diameter: 0.0068 Inches (0.17 Mm)on A Dedicated Fixture Made Of A-36 Steel In A Controlled Environment With Single Point Machine, After Warm-up.tool Configurationssingle-point Machining Only1. Base Packagerotary Table, Tool Kit, Operator's Manual 2. Feed Assemblypneumatic Feed Assembly W/ Remote Air Control 3. Drive Motor Assemblyhydraulic Drive Assy W/ Feed Conditioning Unit - Does Not Include Motor(hydraulic Drive System Includes: Hyd Motormount, Hoses, Fittings, Rotary Union, Feed Trip Valve,cam, And Feed Pneumatic Conditioning Unit.)4. Hydraulic Motor For Rotary Table Drive (if Hydraulic Drive Isselected In Step 3). Rated At 10 Gpm, 1200 Psi18.7 Cu In (306.4 Cu Cm), 2.8 - 14 Rpm 5. Turning Arm Assemblyturning Arm Assembly With Single Point Tool Head 6. Counterweight Assemblycounterweight Assembly 7. Chuck Assemblyid Chuck Assembly 8. Shipping Containermetal Container For Id Mount Machinehydraulic Power Units For Single Pointinghorsepower 10 Hpgpm Flow / Hz 10 Gpm @ 60 Hz 8.36 Gpm @ 50 Hzspeedto Be Rated For 15gpm (56.7 L/min) Max Continuous Use, 20 Gpm (75.7 L/min) Max Intermittent Use. Intermittent Is Defined As 10% Of Each Minuteoperating Range-10°f ( –23°c) - 200°f (93°c)oil Temperature Range50°f (10°c) - 190°f (88°c)cordset/hose Length 50 Ft (15m)hydraulic Quick Disconnect Couplingsiso 16028control Functions System Start, E-stop, Jog, And Remote Speed Dial Controloperator Pendant Accessory Needed Functions:-remote Pendant-3 Axis Pendant Control-hydraulic Locking Feature-built-in System Relief Valve And System Pressure Gauge-osha Compliant-speed Control Allowing The Operator To Set Repeatable Speed Settings And Easily Make Small Speed Adjustments When Needed.-soft Start/stop Control Ensuring Smooth Starting And Stopping On Large Machines, Preventing Damage To The Drive And Feed.-controlled Deceleration Preventing Over-pressurization Of The Hydraulic System Allowing The Operator To Decelerate The Machine Tool In A Safe And Controlled Manner, Especially When The "emergency Stop" Is Used.-controlled Motion Of The Machine Tool Minimizing Sudden Speed Changes Preventing Rapid Acceleration When A Cutting On Uneven Surfaces-replaceable Cordset With Quick Connectors At Both Ends Of The Cable.-magnetic Back Allowing For Convenient Positioning Of The Pendant And Preventing Pendant From Falling.-ergonomic Pistol Grip For Ease Of Use.*laptop Is Custom Built For Oem And Cannot Be Bought From Hp Commercially. Must Purchase Through Climax To Ensure Form Fit Function With Machinery The Naics Code Is 333517and The Small Business Size Standard Is 500 Employees. This Notice Is Not A Request For Competitive Quotes; However, Any Responsible Source Believing That It Can Fulfill The Requirement May Submit A Capability Statement, Proposal, Or Quotation. Responses To The Pre-solicitation Notice Can Be Submitted Via The Navwar E-commerce Website At Navwar E-commerce Central (navy.mil) By 31 January 2025. Questions Concerning This Notice Should Be Directed To William Faulconer At William.a.faulconer.civ@us.navy.mil. All Responses Received By 31 January 2025 Will Be Considered By The Government For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination By The Government Not To Compete The Proposed Purchase Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government.

Department Of Education Division Of Masbate City Tender

Electrical Goods and Equipments...+2Electrical Generators And Transformers, Electrical and Electronics
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 1.2 Million (USD 20.5 K)
Details: Description 1. The Department Of Education, Division Of Masbate Province, Through The Sub Aro No. Osec-5-24-6727 Intends To Apply The Sum Of One Million Two Hundred Thousand (php1,200,000.00) Being The Abc To Payments Under The Contract For The Purchase And Delivery Of Generator Set. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Desciption Qty Abc Brand New Generator Set Diesel Generator Set Rated At 125kva, Silent Type Ac 125kva/100kw @ Standby Power, 3 Phase, 0.8pf., 230 Volts, 60hz, 1800rpm, Powered By Diesel Engine Coupled To Ac Brushless Alternator Housed In Imported Soundproof Canopy With Complete Standard Accessories. Dimension: Lwh – 2520 X 1020 X 1630 Mm Weight: 1350 Kgs. Genset Standard Accessories: • Diesel Engine Coupled To Ac Brushless Alternator. • Suited Molded Circuit Breaker Completely Wired And Tested. • Muffler, Flexible Pipe, Flanges • 2 X 12vdc Battery, Battery Cable, Battery Isolator Switch • Battery Charger 24v • Deepsea Digital Controller (suited For Manual & Automatic Operation) • Base Mounted Fuel Tank • Imported Enclosure With Emergency Stop Button Fob Shipping Point (sdo Masbate Province) 1 1,200,000.00 Total Abc 1,200,000.00 2. The Department Of Education, Division Of Masbate Province, Through The Bids And Awards Committee (bac), Now Invites Bids For The Goods And Services Contemplated In This Project And As Detailed In The Schedule Of Requirements And The Table Of Technical Specifications Indicated In The Bidding Documents. Expected Completion Of Delivery Of The Goods Is Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed (ntp) At Deped Division Of Masbate Province Office Warehouse/stockroom. Prospective Bidders Should Have Completed, Within Five (5) Years Immediately Preceding The Deadline For The Submission Of Bids, Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid And The Value Of Which, Adjusted, If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Fifty (50%) Of The Abc Of The Lot Bid For; Or, At Least Two (2) Similar Contracts And The Total Of The Aggregated Contract Amount Should Be Equivalent To At Least Fifty (50%) Of The Abc Of The Lot Bid For; And The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Required Percentage Of The Abc Of The Project To Be Bid. The Contracts May Come From Different Agencies/companies. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education, Division Of Masbate Province And Inspect The Bidding Documents At The Address Given In Item No. 11 From 8:00 A.m. To 5:00 P.m. December 23, 2024 (monday) – January 13, 2025 (monday), Excluding Saturdays, Sundays, Non-working Holidays And 8:00 A.m. - 12:00 Noon On. January 13 (monday) At The Bac Secretariat/procurement Office, Deped Division Of Masbate Province. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 8:00 A.m. To 5:00 P.m. December 23, 2024 (monday) – January 13, 2025 (monday), Excluding Saturdays, Sundays, Non-working Holidays And 8:00 A.m. – 12:00 Noon. January 13 (monday) At The Bac Secretariat/procurement Office, Deped Division Of Masbate Province 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 (php5,000.00). It Can Also Be Acquired For Free By Downloading Through Philgeps Website And Agency Website. Bid Documents Should Be Paid Before Bid Submission. 6. The Department Of Education, Division Of Masbate Province Will Hold A Pre-bid Conference On December 31, 2024, 8:00 A.m. At Executive Lounge, Deped Division Of Masbate Province, Rodeo Road, Masbate City. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual/physical Submission On Or Before January 13, 2025, 12:00 Noon (pagasa Time) 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 January 13, 2025, 1:30 P.m. At The Executive Lounge, Deped Division Of Masbate Province. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education, Division Of Masbate Province Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Contact: Maria Theresa A. Basas, Cpa Bac Secretariat/procurement Office Department Of Education, Division Of Masbate Division Office, Procurement Section Mobile No. 0929-4905672 Email Address: Procurement@depedmasbate.ph 12. You May Visit The Following Websites: Philgeps.gov.ph And/or Depedmasbate.ph Maria Sheila V. Lagoda Bac Chairperson

DEPT OF THE ARMY USA Tender

Security and Emergency Services
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: Electronic Security Systems (ess) Maintenance the Purpose Of This Sources Sought Is To Gain Knowledge Of The Potential Interested Businesses For This Requirement. This Notice Is For Planning Purposes Only. All Interested Parties Should Respond. Performance For This Requirement Is At Fort Cavazos, Texas. The Planned Naics Code Is 561621 (security Systems Services (except Locksmiths)) With A Standard Size Of $25 Million. we Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Is A Sources Sought Notice Only. The Government Will Not Enter Into An Agreement Based On Responses To This Notice. The Government Is Trying To Determine If There Are Adequate Sources For This Requirement. If You Are Interested In This Requirement, Please Reply To This Sources Sought Notice And Include Answers To The Questions Below By The Closing Date Of This Notice. Please Submit Via E-mail To The Points Of Contact Listed In This Notice. Reference The Sources Sought Notice Number In Your Response. description Of The Requirement: this Is A Follow-on Requirement For Electronic Security Systems (ess) Maintenance And Repair Services On The Fort Cavazos, Tx Installation. The Contractor Shall Provide All Necessary Personnel, Management, Equipment, Supplies, Transportation, Tools, Materials, Supervision, To Perform Maintenance, Repairs, Replace To Repair, Adjustments, Installations, Surveying, System Designs, Removal, And Replacement Services During Facility Renovations, Projects, System Administration, And Cyber Security Information Assurance (ia) For Each Electronic Security System (ess) Under This Contract At Fort Cavazos, Texas. It’s Projected There Will Be Approximately 743 Ids Zones And Approximately 76 Portals. Work Performed Under This Contract Will Be Throughout The Fort Cavazos Main Cantonment, West Fort Cavazos, North Fort Cavazos, And In Fort Cavazos Housing Areas Where Icids Is Fielded. the Contractor Shall Have Experience With A Contract Approximately Equal In Size, Type And Complexity To The Fort Cavazos Systems And Shall Possess A Working Knowledge Of All Security Systems Covered Under This Contract. fort Cavazos Integrated Commercial Intrusion Detection System (icids) Has Undergone A System Upgrade To The Department Of The Army Approved Icids-v. With The Icids-v System Newly Installed The Objectives Are To Sustain A 100% Operational Status Of Each Zone With Reoccurring Preventive And Routine Maintenance And Testing Schedules Pursuant To Army Regulations. The Contractor Shall Provide Timely Troubleshooting And Repairs During Normal Business Hours And Outside Normal Business Hours. Deliver Customer Service For Newly Identified Areas Requiring Ids Installation For The Protection Of Military And/or Civilian Assets Within The Confines Of Fort Cavazos, Texas. The Contractor Shall Administer And Maintain Each Ess, And Each Component, Sensor, Connection, System Wiring, Control Unit, Transmission Media, Network Cable, Fiber, Fiber Jumpers, Coaxial, Media Converters, Data Encryption Systems, Uninterruptable Power Supplies (ups), Unclassified Network Switches, Servers, Computers, And Conduit At Fort Cavazos, That Are An Integral Part Of The Installation’s Security Posture. the Contractor Selected For This Service Contract Must Be A Current Daq Icids Certified Var (value Added Reseller) For Sales, Installation, Configuration, And Maintenance-related Services. The Contractor Must Maintain An Active Var Status Throughout The Life Of This Contract And Provide Proof Of Var Status Prior To Award Of The Contract. Any Individual Performing Privileged Or Administrator Functions On The Systems Be Actively Certified In Accordance With Dod 8570.01 At The Iat (information Assurance Technical) Level 2. The Contractor Shall Provide Personnel Possessing The Skills, Knowledge, And Training To Perform The Services Required By This Contract. All Personnel Required To Maintain The Icids-v System Should Complete The Icids-v Installation Training Courses, Consisting Of Operator, System Administrator, And Maintainer Training. Additionally, Maintenance Personnel Should Have Specific Experience In Computer Networking, Electronic Component Troubleshooting, Fiber Optic And Telephone Communications, Access Control And Physical Security Devices. The Contractor Personnel Shall Also Possess The Skills, Knowledge, And Training To Satisfactorily Perform Services On Each Additional Security System Provided In The Attached Performance Work Statement (pws). information Sought By The Government: company Information: company Name address point Of Contact telephone Number e-mail Address business Size (small Or Other Than Small Business) And Socio-economic Status For The Listed Naics Code. if Your Company Is Currently Registered In System For Award Management (sam). information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. this Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The Government Is Not Seeking Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The Government Will Not Pay For Any Costs Incurred In Response To This Notice. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation. If A Solicitation Is Released, It Will Be Posted On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|335921|1000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| a Material Irpod Is Available At The Bpmi Website. please Specify (if Other Than 60 Days) ______________ Days.if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive. 3. Requirements 3.1 Manufacture And Design - The Cable,fiber Optic Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order. (1). Design, Material And Dimensions To Be In Accordance With: a. Manufacturer: ;military Standard (cage 96906); . b. Drawing: ;mil-prf-85045; . c. Piece Number: ;.; . Revision: ;.; . d. Part Number: ;m85045/17-01p um = Ft ; . e. Catalog Number ; ; . (2). The Following Requirements Apply: a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order. b. ; ; . 3.2 Qualification Requirements - The Item Furnished Under This Contract/purchase Order Shall Be Products Which Qualified For Listing On Qualified Products List (qpl) ;85045; . Only Those Offerors Whose Products Have Been Approved For Inclusion On The Qpl Will be Considered. 3.3 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.

Nueva Ecija University Of Science And Technology - NEUST Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 27 Million (USD 465.5 K)
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Supply, Delivery And Installation Of Hybrid And Electric Vehicles For Advanced Learning And Instruction In The Mechanical Engineering Program Location: College Of Engineering, Neust Sumacab Campus, Cabanatuan City Approved Budget For The Contract: Php27,017,500.00 Contract Duration: 120 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php25,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Car Train "hybrid And Electric Vehicles 1 Set Hybrid And Electric Vehicles Sybapro Experiment Trolley For Unit, 1070x1350x800mm With 5 Layer Hanging Base Cabinet Safety Zone Unit (hybrid And Electric Vehicles) Standard Group Lock Box For Lockout/tagout (with 1 Padlock) Composite Insulating Gloves, Class 0 Insulation Tester (1000v/2gω, Cat Iii 1000v, Cat Iv 600v) Charging Station For Pev And Phev Sideways Training Panel Frame Extension Two-pole Voltage Tester, 12-690v/ac/dc Cat Iii 690v, Cat Iv 600v Extended Safety Equipment For Diagnostics On Hv Vehicles Includes Safety Helmet, Face Shield, Balaclava, Insulating Stand Mat And Other Ppes Suited For The Experiment Fiber Pole For High Voltage Systems Protection Cover For Unit Experiment Trolleys Monitor Holder For Flat Screen Monitor Of Weight Up To 15kg/33lbs Hv Safety 2000 2 System 1 Set Car Train Interface With Virtual Instruments Car Train Experimenter Car Train Measurement Accessories, Shunts And Connection Cables Computer-based Training And Experimentation System Multimedia Combines Cognitive And Hands-on (haptic) Training Units Areas Of Basic And Advanced Electrical Engineering, Electronics And Automotive Technology Labsoft, An Open Experiment Delivery Platform Courses Teach The Theoretical Building Blocks And Provide Experiments Intelligent Measurement Interface Supplies Analog And Digital Measuring And Control I/o High Quality Item Of Laboratory Equipment With Virtual Instruments Vehicle Stabilization Systems - Abs, Esc And Tcs Course: Vehicle Stabilization Systems - Abs, Esc And Tcs Car Train Storage Case For Experiment Board Terms And Conditions: 1. Bidder Should Provide 1 To 2 Years Full Warranty On Parts And Labor 2. Delivery Period: 120 Calendar Days 3. Bidder Should Provide Continuous Free Training And Maintenance During Warranty Period. 4. Bidder Should Submit 100% Credit Line Certificate Equivalent To Approved Budget Ceiling 5. Bidder Should Perform The Site Inspection, Site Inspection Certificate Issued By The End User Shall Be Part Of The Eligibility Requirements 6. The Bidder Must Provide Instructional Manual, Brochures And Assembly Drawings Of Unit. 7. Provide Extra Consumables (wire, Connection Ports, Extra Sockets And Cables, Ferrules, Crimper, Wire Cutter) 8. Lifetime Software License. The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 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 Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar. project Description: this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 27 January, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: mario Hairston contract Specialist mario.hairston@va.gov secondary Point Of Contact: scott Elias contracting Officer scott.elias@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---

COUNCIL FOR THE WELFARE OF CHILDREN, DSWD Tender

Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 432 K (USD 7.3 K)
Details: Description Request For Quotation Sir/madam: Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex A. Failure To Indicate Information Could Be Basis For Non - Compliance. Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. If You Are The Exclusive Manufacturer, Distributor Or Agent In The Philippines For The Goods Listed In Annex A Please Attach In Your Quotation A Duly Notarized Certification To This Effect. Please Accomplish And Submit This Form Together With Annex A; Philgeps Certificate / Registration Number; Valid 2025 Mayor's Permit Or Business Permit; And Copy Of Latest Annual Income/business Tax Returns Duly Received By The Bir Or Its Representative To Council For The Welfare Of Children C/o Bac Secretariat At #10 Apo St., Santa Mesa Heights, Quezon City 1114 Metro Manila Or Email It To Bac@cwc.gov.ph Cc: Cwcbac@gmail.com On Or Before 05 February 2025, 10:00 A.m. Very Truly Yours, (original Signed) Jovertlee C. Pudan, Enp Bac Chairperson Terms And Conditions: 1. Award Shall Be Made On Per: Item/lot Basis X Total Quoted Price. 2. Quotation Validity Shall Not Be Less Than Thirty (30) Days. 3. Good/s Shall Be Delivered Within Please See Annex A 4. Place Of Delivery: Please See Annex A 5. Terms Of Payment: Within 15-30 Days Upon Final Inspection And Acceptance. 6. Liquidated Damages/penalty: (1/10) Of One Percent For Everyday Of Delay Shall Be Imposed. 7. Indicate Brand, Model And Country Of Origin. 8. In Case Of Discrepancy Between Unit Cost And Total Cost, Unit Cost Shall Prevail. 9. Disclosure Of Relations: Please See Annex A 10. Warranty: Please See Annex A ============== 36 Pax Procurement Of Board And Lodging For The Conduct Of Technical Assistance/ Mainstreaming Of Child Rights Frameworks And Plans On Children On 23-27 February Within Zamboanga City For Cluster 2 (basilan, Tawi-tawi, And Sulu) Location: Within Zamboanga City Date Of Activity: 23-27 February 2025 No. Of Days: 4 Days Guaranteed Pax: 30 Pax Arrangements: 4 Nights Accommodation Twin Room Occupancy Check-in Date: 23 February 2025 At 12:00nn Check-out Date: 27 February 2025 At 12:00nn Meal Provisions: 23 February 2025 - Lunch, Pm Snacks, Dinner 24-26 February 2025 - Breakfast (with Hot Choco), Am Snacks, Lunch, Pm Snacks, Dinner 27 February 2025 - Breakfast (with Hot Choco), Am Snacks Room Accommodation: 2 Pas Per Room With Single Bed Each Airconditioned Room With Hot And Cold Shower, Refrigerator, Cabled Tv And Free Internet Access Rooms With 2 Key Cards Each Other Inclusions: Complimentary Use Of Function Hall From 23-27 February 2025 I Complimentary Room For The Secretariat (excluded From The Required Number Of Rooms For The Participants Complimentary Sound System, 4pc. Wireless Microphones, Projector, White Screen And Banquet Facilities Free Flowing Coffee, Tea And Water Contact Person: Erica Payawan-florendo (lid) Contact Number: 09760271588 *************nothing Follows************* Approved Budget Ceiling: ₱432,000.00 Charged To: Lid Regular Funds
9731-9740 of 9904 archived Tenders