Cable Tenders
Cable Tenders
FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender
Publishing and Printing
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 741.2 K (USD 12.6 K)
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece Ballpen Black 50 10.00 500.00 3 Piece Ballpen, Blue 50 10.00 500.00 4 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 5 Piece Bleach, 3785 Ml 30 200.00 6,000.00 6 Ream Bond Paper Legal, Subs 20, Gsm 70 150 300.00 45,000.00 7 Ream Bond Paper Long,subs 20, Gsm 70 150 285.00 42,750.00 8 Ream Bond Paper Short, Subs 20, Gsm 70 150 265.00 39,750.00 9 Piece Bps Fine Ballpen Ball Point Pen - Black 150 25.00 3,750.00 10 Piece Bps Fine Ballpen Ball Point Pen - Blue 150 25.00 3,750.00 11 Piece Computer Keyboard 5 1,000.00 5,000.00 12 Piece Computer Mouse 5 500.00 2,500.00 13 Piece Conference Notebook 50 190.00 9,500.00 14 Piece Correction Tape 50 30.00 1,500.00 15 Piece Correction Tape, 10m 100 25.00 2,500.00 16 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 17 Piece Dater Stamp 10 1,800.00 18,000.00 18 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 19 Piece Diploma 580 25.00 14,500.00 20 Piece Diploma Jacket 580 40.00 23,200.00 21 Piece Dishwashing Liquid 20 200.00 4,000.00 22 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 23 Piece Double Sided Tape 5 50.00 250.00 24 Piece Dry Seal Of The School 2 2,500.00 5,000.00 25 Ream Dtr Form 48 100 100.00 10,000.00 26 Piece Duck Tape Black 1" 60 40.00 2,400.00 27 Set Envelope Long (100's) 50 250.00 12,500.00 28 Set Envelope Short (100's) 50 180.00 9,000.00 29 Bottle Epson Ink 003 - Black 50 350.00 17,500.00 30 Bottle Epson Ink 003 - Cyan 50 350.00 17,500.00 31 Bottle Epson Ink 003 - Magenta 50 350.00 17,500.00 32 Bottle Epson Ink 003 - Yellow 50 350.00 17,500.00 33 Set Expanded Colored Envelope Long, 100s, 250gsm 5 2,200.00 11,000.00 34 Set Expanded Colored Folder Long, 100s, 250gsm 5 2,200.00 11,000.00 35 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 36 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 37 Piece Folder Long 200 10.00 2,000.00 38 Piece Folder Short 200 8.00 1,600.00 39 Piece Foot Rug 30 30.00 900.00 40 Piece Frame, A4 50 100.00 5,000.00 41 Meter Fringes, Green 150 30.00 4,500.00 42 Meter Fringes, Yellow 150 30.00 4,500.00 43 Piece Gel Pen Refillable Retractable 0.38mm - Blue 150 80.00 12,000.00 44 Piece Gel Pen Refillable Retractable 0.38mm -black 150 80.00 12,000.00 45 Piece Glue Stick 50 5.00 250.00 46 Piece Glue Stick, Small 100 5.00 500.00 47 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 48 Set Mailing Envelope - Long 50's 10 500.00 5,000.00 49 Piece Masking Tape, 1" 60 32.00 1,920.00 50 Piece Masking Tape, 2" 50 120.00 6,000.00 51 Piece Medal Bronze 500 40.00 20,000.00 52 Piece Medal, Gold 200 40.00 8,000.00 53 Piece Medal, Silver 200 40.00 8,000.00 54 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 55 Bottle Multi-purpose Glue, 40 Ml 60 40.00 2,400.00 56 Box Paper Clip Big 100 30.00 3,000.00 57 Box Paper Clip Small 100 20.00 2,000.00 58 Piece Paper Cutter 20 50.00 1,000.00 59 Box Paper Fastener 100 50.00 5,000.00 60 Piece Paper Stapler # 35 W/ Remover 30 150.00 4,500.00 61 Piece Pencil # 2 200 10.00 2,000.00 62 Pack Photo Paper Glossy A4 50 900.00 45,000.00 63 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 64 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 65 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 66 Pack Rubber Band 15 30.00 450.00 67 Piece Scissors 50 100.00 5,000.00 68 Piece Scotch Tape 1" 60 30.00 1,800.00 69 Piece Scotch Tape 2" 60 45.00 2,700.00 70 Piece Scotch Tape, 2" 50 70.00 3,500.00 71 Meter Silk Satin Green 30 50.00 1,500.00 72 Meter Silk Satin Yellow 30 50.00 1,500.00 73 Set Soft Broom With Dust Pan 70 150.00 10,500.00 74 Set Sponge Mop With Squeezer 30 500.00 15,000.00 75 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 76 Box Staple Wire # 35 30 56.00 1,680.00 78 Piece Super Color Fine Tip Permanent Marker - Black 100 40.00 4,000.00 79 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 80 Box Thumbtacks 60 30.00 1,800.00 81 Pack Tissue Paper, 12's 50 160.00 8,000.00 82 Piece Token For Guest Speakers 3 500.00 1,500.00 83 Piece Two Hole Paper Puncher 30 250.00 7,500.00 84 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 85 Pack Vellum , 200 Gsm, 10s 210 50.00 10,500.00 86 Piece White Board Marker Pen , Ink: Ester-based, Tip: Acrylic Fibre - Blue 50 60.00 3,000.00 87 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Red 50 60.00 3,000.00 Piece Hand Soap 50 50.00 2,500.00 Piece Hand Towel 10 40.00 400.00 Meter Organsa Cloth 10 60.00 600.00 88 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Black 50 60.00 3,000.00 Total 741,200.00 Amount In Words: Seven Hundred Fourty One Thousand Two Hundred Pesos Only
Municipality Of Aborlan, Palawan Tender
Textile, Apparel and Footwear
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 1.9 Million (USD 33.9 K)
Details: Description Supply Of The Following: 4 Pcs Baton For Men, Aluminum, Imported Rolled Edges, Iaaf Standard 1 Pcs Javelin For Boys - Iaaf Standard, Aluminum Steel Alloy, Imported, 400 Gms 1 Pcs Javelin For Girls - Iaaf Standard, Aluminum Steel Alloy, Imported, 300 Gms 1 Pcs Discuss For Boys, Fiber Glass With Steel Rim, 1.75 Kg For Sec. Iaaf Standard 1 Pcs Discuss For Girls, Fiber Glass With Steel Rim, 0.75 Kg For Elem. Iaaf Standard 1 Pcs Iron Shotput For Boys - Iaaf Standard, 5 Kg. For Elem 1 Pcs Iron Shotput For Girls - Iaaf Standard, 3 Kg. For Elem 1 Pcs Starting Gun 26 Pcs Spike Shoes Arnis 36 Sets Wooden Espada And Knife 80 Pcs Interlocking Rubber Mats Doutone 25mm 40 Pcs Blue Padded Stick Standard 40 Pcs Red Padded Stick Standard Badminton 4 Pcs Badminton Net Standard 40 Tubes Shuttle Cock Standard 4 Pcs Badminton Racket Basketball 4 Pcs Size 7 (29.5") 22 Oz. Basketball Ball(sec.boys) 12 Pcs Size 6 (28.5") 72.5 Basketball Ball(girls,3x3 Boys & Girls) 4 Pcs Size 5(27.5")69.5 Cm Basketball Ball(elem) Boxing 1 Pc Heavy Duty Punching Bag 10 Pcs Red Book 3 Pcs Swing Ball Baseball 9 Pcs Baseball Right Hand Gloves 2 Pcs Baseball Catchers Gloves 2 Pcs Baseball Left Hand Gloves 1 Pc Baseball Batting Helmet- Left Hand 1 Pc Baseball Batting Helmet- Right Hand 2 Pcs Baseball Bat 1 Pc Baseball Catchers Facemask 1 Pc Baseball Body Protector 2 Pcs Leg Guard 10 Pcs Baseball Ball- 9 Inches Chess 8 Sets Green And Cream Vinyl Roll-up Board Measures 20"with 2.25 Inch Squares, Chess Mat. Word Chess Federation Standard. 8 Pcs 16.1cm X 10cm X 6.2 Cm Aa Battery Powered Chess Clock Dancesports 2 Pcs Dancing Shoes, Female Latin, Elementary (see Attached Design) 2 Pcs Dancing Shoes, Female Latin, Secondary (see Attached Design) 2 Pcs Dancing Shoes, Female Standard, Elementary (see Attached Design) 2 Pcs Dancing Shoes, Female Standard, Secondary (see Attached Design) 2 Pcs Dancing Shoes, Male Latin, Elementary (see Attached Design) 2 Pcs Dancing Shoes, Male Latin, Secondary (see Attached Design) 2 Pcs Dancing Shoes, Male Standard, Elementary (see Attached Design) 2 Pcs Dancing Shoes, Male Standard, Secondary (see Attached Design) 4 Pcs Male Socks For Latin And Standard- Elementary (black) 4 Pcs Male Socks For Latin And Standard- Secondary (black) 4 Pcs Female Socks For Latin And Standard- Elementary (white) Football 18 Pcs Size 4 63-66cm(25-26") Circumference School Pereyda Soccer Ball 3000f4l3000-wb White X Metallic Blue F4l3000-wb 18 Pcs Size 5 68-70cm(27-28") Circumference Original Soccer Ball F5v3400 Vantaggio Series With 32 Panels And Pu Leather 2 Pcs Agility Ladder, 18 Pcs Soccer Trainer Belt 36 Pcs Soccer Shin Guard 50 Pcs Football Training Cone Disc(see Attached Design) 2 Pcs Soccer Ball Bag 2 Pcs Goal Keeper's Gloves Futsal 10 Pcs Futsal Ball 62.5-63.5cm,410-430g Size 4 50 Pcs Training Cone 1 Pc Ball Bag 10 Pcs Trainer Belt 1 Pc Goal Keeper's Gloves Gymnastics 75 Pcs Puzzle Mat, 100 X 100 X 2.5 Cm, Color: Blue 2 Pcs King Size Foam With Leather Cover 6 Pcs Rhythmic Gymnastic Rubber Stick, Fiber Glass, 60 Cm 6 Pcs Rhythmic Gymnastic Ribbon, Silk, W: 1.5 Inches; L: 6 Meters 6 Pcs Rhythmic Gymnastics Ball, 160 - 180 Diameter, 300 G Minimum 6 Pcs Rhythmic Gymnastic Rope - Multicolor 50 Pairs Weighted Bangle 1kg Adjustable Pair Set 50 Pairs Knee Pads( See Attached Type) 1 Set Gymnastics Horizontal Bars, Height: 5-7ft; Width: 208 Cm; Length: 149 Cm 1 Unit "bluetooth Speaker Portable Professional Speaker System Active Portable Amplifier Power Output: 250 Watts Woofer: 12" Bluetooth 2 Pcs. Wireless Microphone Lcd Display 5 Band Equalizer 12vdc/220vac Rechargeable Battery Guitar Input/ Mic2 Input Usb/sd Port Fm Radio Aux Line In/ Line Output Remote Control Unit Dimension (lxwxh): 34 X 37 X 60 Cm Lawn Tennis 24 Tubes Slazenger Wimbledon Tennis Ball 2 Pcs Tennis Net 4 Pcs Tennis Racket 2 (4 1/4) Sepak Takraw (elementary) 8 Pcs Marathon Sepak Takraw Competition Ball For Men (mt-908 Rubber Ball) 4 Pcs Marathon Sepak Takraw Competition Ball For Women (mt-909 Rubber Ball) 4 Pcs Marathon Sepak Takraw Traininng Ball (mt-201) 3 Pcs Marathon Sepak Takraw Competition Net (mn-801) Sepak Takraw (secondary) 3 Pcs Sepak Takraw Competition Net- Fine Nylon Cord,mesh Of 0.06m To 0.08m,0.7m In Width, Not Shorter Than 6.1m In Height 4 Pcs Sepak Takraw Training Ball 12holes,20 Intersections,0.42m To 0.44m Circumference,150g To 160g 15 Pcs Sepak Takraw Training Ball (marathon Mt 908) Softball(secondary) 5 Pcs Softball Right Hand Gloves 2 Pcs Softball Catchers Gloves 2 Pcs Softball Left Hand Gloves 1 Pc Softball Batting Helmet- Left Hand 1 Pc Softball Batting Helmet- Right Hand 1 Pc Softball Catchers Facemask 1 Pc Softball Body Protector 2 Pcs Leg Guard 5 Pcs Softball Ball- 9 Inches Swimming 3 Pcs Whistle 30 Pcs Swimming Goggles(see Attached Design) 30 Pcs Kickboard(styro)(see Attached Design) 40 Pcs Pull Bouy(see Attached Design) Table Tennis 8 Pcs Rubber For Table Tennis Racket, Black 8 Pcs Rubber For Table Tennis Racket, Red 4 Pcs Table Tennis Net 5 Pcs Rubber Glue For Racket, 250 Ml 8 Bags Double Fish Net 40+mm Taekwondo 2 Pcs Armor Ellipse #xs 2 Pcs Armor Ellipse #2 100 Pcs Inter Locking Rubber Mats Duo Tone Reversible Red/blue 4 Pcs Armor Ellipse #3 6 Pcs Headgear With Chin Guard Red/blue S,m 2 Set Lpss Electronic Socks Xs, M 4 Pcs Male Groin Guard, Size S,m 4 Pcs Female Groin Guard S,m 2 Set Arm Guard White S,m 2 Set Shin Guard White S,m 2 Pcs Pu Arm Guard With Elbow S,m 2 Pcs Pu Shin Guard S,m 4 Pcs Takewondo Face Shield 12 Pcs Mouth Guard(junior) 4 Pcs Takewondo Kicking Shields Ellipse 10 Pcs Double Ellipse Kicking Pag 1 Pc Punching Bag Large 2 Pcs Bullet Shield Small 2 Pcs Bullet Shield Large 4 Pcs Shoulder Net Bag For Complete Taekwondo Gear #2 2 Pcs Shoulder Net Bag For Complete Taekwondo Gear #3 Volleyball 34 Pcs Volleyball, 18-panel Design, High Grade Synthetic Leather, Construction: Laminated, Color: Yellow/blue, Weight: 260-280 Gms, Size:65-67 Cm, (v200w) 6 Pcs Volleyball Net With Cable, Nylon, Size 9.5 X 1 M, Weigh 1.2 Kg, Black 6 Pcs Volleyball Spike Trainer High Elasticity Adjustable Wear-resistant Flexible Spike Training Belt, Material: Polypropylene Webbing Foam Stick Weight:145 G 4 Sets Disc Marker 10 Pcs Agility Ladder 4 Pcs Whistle 48 Pcs Volleyball Knee Pads (small)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Responses To This Sources Sought Notice Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Businesses Interested And Capable Of Providing The Supplies Described Below. if You Are Interested And Are Capable Of Providing The Required Supplies, Please Provide The Following Information. (1) Company Name, Address, Point Of Contact
(2) Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(3) Is Your Company Considered Small Under The Referenced Naics Code?
(4) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Type And Number.
(5) If You Are An Fss Gsa/nac Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract?
(6) Please Provide General Pricing And Product Lead Time For Your Products/solutions For Market Research Purposes.
(7) Please Submit A Capability Statement That Addresses Qualifications And Verifies Ability To Perform Work Described Above.
(8) Are The Items Offered American Made? If Not, What Is The Country Of Origin? the Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Announcement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Businesses. However, If There Are Insufficient Service-disabled Veteran Owned Small Business Responses, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 315210 (750 Employees). responses To This Notice Shall Be Submitted Via Email To Adrienne.brown4@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than 1/15/2025 9:00 Am Pacific Local Time. after Review Of The Responses To This Sources Sought Announcement, A Solicitation May Be Published On The Beta.sam.gov Or Gsa Ebuy Websites. Responses To This Sources Sought Announcement Will Not Be Considered Adequate Responses To The Solicitation. All Interested Offerors Must Respond To The Solicitation In Addition To Responding To This Sources Sought Announcement. Prospective Bidders Must Be Authorized Re-sellers In Order To Participate In The Solicitation Process. notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov. Additionally, All Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses Must Be Registered With U.s. Small Business Administration (sba) Located At Http://veterans.certify.sba.gov. Statement Of Work
contract Title:
visn 22 Healthcare Systems Require A Firm Fixed Price Indefinite Delivery Indefinite Quantity (idiq) Contract With Four Option Years For Brand Name Or Equal Vecna Kiosks. background:
visn 22 Has A Requirement For Brand Name Or Equal Vecna Kiosks, Training, And . This Is An Ongoing Requirement Due To Visn 22 Healthcare Systems Requiring New Kiosks Due To Software Updates And Equipment End Of Life. scope:
the Vendor Shall Deliver The Required Items As Required By Visn 22 Healthcare Systems As Needed. Vendor Shall Provide Setup And Installation. The Items Will Be Inspected For Acceptance And All Accepted Items Will Be Received. period Of Performance: one Year After Award With (4) Option Years minimum/maximum:
$100,000.00
$7,000,000.00 requirements/salient Characteristics: equal To Brand Name Products Must Meet All Function Requirements To Connect To The Va kiosk
508 Compliant
must Run Vetlink Os System Which Uses Statistics And Analysis To Create 3 Types Of General Reports That Provide The Va With A Better Understanding Of Patient Care And Needs.
must Link With Veterans Health Information Systems And Technology Architecture (vista)
must Have Card Reader/barcode Scanner
motion Sensing Indicator That Restarts The Screen If Veteran Walks Away
proximity Sensor With Adjustable Settings
power Cord/network Cable No Less Than 17 Feet With Storage
no Less Than 20v/130w External Adapter
must Be Able To Operate Off A Standard Single Duplex Outlet (110-120 Vac) And Network Jack.
usb Port Security Plate
display 17 22 display Must Tilt No Less Than 15 Degrees
touchscreen
touchscreen Must Employ Algorithms And Firmware To Distinguish Between Intentional Touches And Unintended Input Minimizing Ghost Touch Occurrences. printer Must Be Integrated With Kiosk And Print Screens As Required By User (network Compatibility Required)
must Include Printer That Is Able To Connect To The Va Network
kiosk Must Develop Confirmation Numbers Of Transactions Performed By Veteran Users, Such As Travel Claims
option Of Extended Warranty
initial Warranty Of 1 Year
must Be Able To Provide Wayfinding Which Allows Veterans To Get Directions Around The Va Medical Center (vamc) To Their Scheduled Appointment.
hipaa Compliant Privacy Filter - All Kiosks Must Feature A Hipaa Compliant Privacy Filter, Which Prevents Nearby People From Viewing Information On The Screen. must Be Self-service
must Be Able To Replicate Standard Vetlink Staff Facing Patient Queue To Be Able To Display Checked In Patients And Current Status Within Clinic Workflow (for Secured/staff Only Work Rooms Only) must Be Able To Communicate With The Beneficiary Travel Self-service System (btsss)
the Contractor Must Be Able To Establish And Maintain The Following Prior To Contract Effective Date To Ensure Uninterrupted Service:
memorandum Of Understanding Or Interconnection Agreement (mou-isa) Between Contractor And Va
authority To Operate (ato)
privacy Threshold Analysis (pta)
the Contractor Must Be Able To Provide Interoperability With Va S Electronic Health Record Modernization Initiative Synchronized With Site Implementation Plan. vkiosk Intelligent Queuing Display (42") must Include All Required Brackets
must Include Remote Control
must Be At Least 42 activation And Train-the-trainer Services contractor Must Provide Onsite Training For No Less Than Two Days Of Instruction At Ordering Va Medical Center (vamc). vetlink Thermal Printer Paper must Be Compatible With The Kiosk procedure To Issue Orders: delivery Orders (do) Placed Against This Contract Shall Be Emailed To The Contractor From The Contracting Officer/specialist Which Shall Include An Sf1449. The Sf1449 Shall Include A Purchase Order (po) Number Also Known As An Obligation Number That The Contractor Will Use For Payment. oral Orders Are Authorized And Shall Be Confirmed In Writing By The Contracting Officer/specialist. authorized To Issue Orders: visn 22 Healthcare Systems Contracting Officer/specialist deliverables:
item Number
description
uom
price
0001
vikioskr Free Standing Kiosk (incl.printer & Scanner)
ea 0002
vkioskr New Hardware Warranty ea 0003
vkioskr New Hardware Extended Warranty ea 0004
hardware Tech Installation
jb 0005
vkiosk Intelligent Queuing Display (42")
ea 0006
activation And Train-the-trainer Services
ea 0007
travel For On-site Activation & Training Services
ea 0008
vetlink Thermal Printer Paper
ro note: Potential Offers Must Be Aware That The Items Being Acquired Are Procured As Brand Name Or Equal. For Those Items That Are Or Equal , A Description Of The Salient Characteristics Is Outlined Above #4 Requirements/salient Characteristics. The Far Clause 52.211-6 Brand Name Or Equal Applies To This Acquisition. Any Items Quoted As Equal Not Confirming To The Requirements Of Clause 52.211-6 Will Be Considered Non- Responsive And Not Considered For Award. for Equivalent Servers Other Than Items Mentioned Herein, Offerors May Create Additional Line Items For Additional Feature/accessories Required To Meet The Salient Characteristics Above. Offerors Must Include The Brand Name And Model# If Different Than Listed Below And Must Provide Product Brochures And Evidence That The Equivalent Brand Meets The Requirement. no Remanufactures Or Gray Market Items Will Be Acceptable. Vendor Shall Be An Original Equipment Manufacturer (oem), Authorized Dealer, Authorized Distributor Or Authorized Reseller Verified By An Authorization Letter Or Other Documents From The Oem. other Pertinent Information Or Special Considerations. va Directive 6008 - Acquisition And Management Of Va Information Technology Resources
va Directive 6102 Internet/intranet Services
va Directive 6221 Accessible Information And Communications Technology (ict)
va Section 508 Chapter 2 And 4 place Of Performance. visn 22 Healthcare Systems
new Mexico Va Healthcare System
northern Arizona Va Healthcare System
phoenix Va Healthcare System
southern Arizona Va Healthcare System
va Greater Los Angeles Healthcare System
va Loma Linda Healthcare System
va Long Beach Healthcare System
va San Diego Healthcare System items Being Offered Must Be In Compliance With The Buy American Act (baa) And The Nonmanufacturer Rule (nmr).
City Of Pagadian Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 342.5 K (USD 5.8 K)
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 1011-200-5-02-05-990/rf24-1000-2a-ib (other Supplies Expenses), Pagadian City, As Described Below: Goods-2025-01-86 Purchase Of Electrical Materials For The Use Of Supplies For The Improvement And Monitoring Of The Peace And Order Council. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ 1 30 Mtrs Thhn Wire 18/7 5.5mm 71.55 2,146.50 2 1 Pc Nema -3r 2p/3p Tqc 776.25 776.25 3 1 Pc Nema- 1 2p Tqc 317.25 317.25 4 1 Pc Ge C/b 60a 3p Bolt-on 4,995.00 4,995.00 5 1 Pc Ge C/b 30a 2p Bolt-on 1,620.00 1,620.00 6 1 Pc Secondary Rack 3w With Spool 761.40 761.40 7 4 Rolls Thhn 14mm #6/7 25,211.25 100,845.00 8 3 Pcs Sted Cable Cup 3/4 87.75 263.25 9 2 Box Thhn Wire #12 6,250.50 12,501.00 10 1 Roll Flexible Hose 1/2 X 100m 1,208.25 1,208.25 11 5 Roll Electrical Tape 81.00 405.00 12 10 Length Moulding 1/2 48.60 486.00 13 10 Pcs Screw Insulator 56.70 567.00 14 1 Pc Allied 2p Tac Main 6 Branch Bolt-on 9,382.50 9,382.50 15 2 Pcs Anly Wye Delta An3nb Delta 1,890.00 3,780.00 16 2 Pcs Gikoka Push Red 303.75 607.50 17 2 Pcs Gikoka Push Green 236.25 472.50 18 1 Roll Auto Wire #16 Red 992.25 992.25 19 1 Roll Auto Wire #16 Yellow 992.25 992.25 20 1 Roll Auto Wire #16 Blue 992.25 992.25 21 4 Rolls Electrical Tape (blue, Red, Yellow, Green) 60.75 243.00 22 8 Pcs 4 Gabg Antlet Wso004 S.t 135.00 1,080.00 23 2 Rolls Mic Wire Black Stereo 8,100.00 16,200.00 24 1 Roll Flat Cord #16 1.25mm2 Black 6,277.50 6,277.50 25 8 Pcs Regular Plug Wrp002 27.00 216.00 26 3 Pc Mobile Antenna Sgm504 5,197.50 15,592.50 27 1 Pc Mobile Antenna Sgm505 5,670.00 5,670.00 28 2 Pcs Mobile Antenna Sgm507 1,107.00 2,214.00 29 30 Mtrs #16 Speaker Wire 48.60 1,458.00 30 2 Pcs Anthenna 60.75 121.50 31 2 Pcs Pl259 Plug Taiwan For Rg8 128.25 256.50 32 4 Box Thhn Wire 2.00mm" 4,259.25 17,037.00 33 2 Box Thhn Wire 3.5mm" 6,250.50 12,501.00 34 2 Rolls Flex-hose 1/2 1,147.50 2,295.00 35 1 Pc Safety Breaker 20a 567.00 567.00 36 50 Mtrs Drop Wire #6 47.25 2,362.50 37 40 Mtrs Thhn Stranded #8/7 8.0mm White 112.05 4,482.00 38 5 Length Pvc Pipe 1" 32mm X 3m 240.30 1,201.50 39 6 Pcs Pvc Long Elbow 1" 58.05 348.30 40 2 Pcs Entrance Cap 1" 87.75 175.50 41 1 Can Super Solvent Cement 40cc 182.25 182.25 42 1 Box Pdx Wire #14/2 1.6mm 5,089.50 5,089.50 43 6 Mtrs Pdx Wire #12/2 2.0mm 106.65 639.90 44 10 Pcs 3 Gang Outlet Universal Surface 101.25 1,012.50 45 3 Set 6d T8 Flourescent Box 18w 364.50 1,093.50 46 20 Pcs Black Screw Printed 1" 1.01 20.20 47 1 Box Staple Wire #1 67.50 67.50 48 2 Pcs Safety Breaker 2p Ksb 30a 931.50 1,863.00 49 1 Roll Thhn Wire 14mm 23,827.50 23,827.50 50 10 Mtrs Pdx Wire #12 2.0mm 106.65 1,066.50 51 4 Pcs Electrical Tape 60.75 243.00 52 4 Pcs Pvc Long Elbow 1" 58.05 232.20 53 50 Mtrs Cord 10/2 5.5 259.20 12,960.00 54 2 Pcs Safety Breaker 60a 1,208.25 2,416.50 55 7 Pcs Powers Supply Adaptor Ac/dc 48v 290.25 2,031.75 56 40 Mtrs Coaxial Chole Rg58 Swan 56.70 2,268.00 57 4 Pcs Pl259 Taiwan 128.25 513.00 58 1 Roll Soldering Lead 877.50 877.50 59 1 Pc Soldering Paste 216.00 216.00 60 10 Pcs Glass Fuse 4.5 Amp 3.38 33.80 61 33 Pcs Poe Power Supply Adaptor Ac/dc 48v 290.25 9,578.25 62 300 Meters Service Drop #6 40.00 12,000.00 63 1 Box Thhn 14/7 Green 3,155.00 3,155.00 64 1 Box Thhn 12/7 Blue 4,630.00 4,630.00 65 1 Pc Safety Breaker 60a 895.00 895.00 66 1 Pc Safety Breaker 30a 620.00 620.00 67 10 Pcs Electrical Tape 45.00 450.00 68 300 Meters Service Drop #6 40.00 12,000.00 69 10 Pc Electrical Tape 45.00 450.00 70 9 Pcs Led Light 18w 8" 600.00 5,400.00 71 10 Pcs Led Light 18w 230.00 2,300.00 Grand Total ₱ 342,542.30 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before February 7,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Ms.jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 31, 2025 To Febraury 7, 2025
Province Of Iloilo Tender
Machinery and Tools
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 226.7 K (USD 3.8 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gso-25-12-np (sv) Reference Pr No.gso-25-12 January 14, 2025 ______________________________ ______________________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 20, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱226,750.00 Place Of Delivery: Maintenance Division, Casa Real, Old Iloilo Provincial Capitol Building, Iloilo City. Date Of Delivery: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 100 Pcs Flat Bar 1/8” X ½” X 6mtrs 140.00 2 100 Pcs Deformed Bar 9mm X 6mm 160.00 3 20 Kls Welding Rod 6013 180.00 4 20 Kls G.i.t Tie Wire #16 95.00 5 50 Pcs Cutting Disc 4”0 70.00 6 5 Rolls Rope Lights 100mtrs/roll(red) 6,500.00 7 5 Rolls Rope Lights 100mtrs/roll(green) 4,500.00 8 5 Rolls Rope Lights 100mtrs/roll(warmwhite) 4,500.00 9 1 Roll Strip Light Double Light 100mtrs (red) 10,500.00 10 500 Packs Cable Tie 3mm X 100mm 65.00 11 1 Roll Tthn/tw Stranded Wire #10 8,950.00 12 1 Roll Tthn/tw Stranded Wire #8 12,500.00 13 4 Roll Flatcord Wire #18 3,750.00 14 4 Rolls Flatcord Wire #16 4,950.00 15 60 Rolls Electrical Tape Big 75.00 16 1 Roll Tthn/tw Stranded Wire #12 6,500.00 Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidders Shall Submit The Following: A. Certificate Of Product Registration From The Fda; B. Certificate Of Good Manufacturing Practice From The Fda; C. Batch Release Certificate From The Fda; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gso-25-12-np (sv) Reference Pr No. Gso-25-12 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
ILOILO SCIENCE AND TECHNOLOGY UNIVERSITY LEON CAMPUS Tender
Laboratory Equipment and Services
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
Details: Description Lot 1: Agricultural Equipments - Php 350,850.00 (abc) 1 Digital Water Quality Tester "5 In 1 Water Quality Tester Includes: Ph, Ec, Tds, Salinity, And Thermometer; Battery Powered; Waterproof Rating: Ip67 Display Size: 33*24mm Item Size: 180 * 37mm / 7.1 * 1.5in Item Weight: 86g / 3.0ounce" 5 Set 2 Digital Refractometer 0-93% Digital Brix Refractometer Sugar Content Measuring 1 Set 3 Refractometer Handheld Refractometer (brix Refractometer); Inlusions Are Transport Case, Pipette, Calibration Screwer And Guide 3 Set 4 Current Meter River Current Water Velocity Portable Flow Meter For Open Channel; Measure Velociy, Flow Rate And Depth 1 Set 5 Turbidimeter Portable Turbidimeter Microcomputer Accuracy Testing With Range From 0-200 Ntu; Size:210*75*70mm/8.3*3.0*2.8in; Product Inclusions: Turbidimieter, Power Cable, Glass, Storage Box 1 Set 6 Dissolved Oxygen Analyzer Ph Meter And Dissolved Oxygen Tester Water Quality Tester Set 2 Set 7 Rain Gauge 8 In/200mm Diamter Rain Gauge Stainless Steel; Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow, Mountinf Tripod And Parts Can Are Detachable For Easy Cleaning 5 Set 8 Rain Gauge Capacity: 11"/280mm; Resolution: 0.01"/0.2mm; Diameter Size 4"*14h (102mm*356mm); Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow And Mounting Tripod/bracket And Parts Can Are Detachable For Easy Cleaning 5 Set 9 Rain Gauge Plastic Rain Gauge: Approx Size:25cm*4.5cm*2.7cm 5 Pc 10 Sling Psychrometer Slide Rule; Dimension 1" Dia * 7-1/2" Length; Non-mercury, Black Plastic 5 Unit 11 Soil Detector 6 In 1 Soil Detector (rotatable); With Sensitive Sensing Probe; Soil Ph, Soil Fertility, Soil Temperature, Soil Moisture, Environmental Illumination, Humidity; Battery Powered; Led Large Screen Display 5 Set Lot 2: Scientific Materials And Equipment - Php 249,400.00 (abc) 1 Digital Analytical Balance Capcity: 500g; Accuracy: 0.001g; Tray Size: Ø 120 Mm; Dimensions 320*195*280mm; With Screen Display; With Dual Power Supply; Stainless Steel Plate And Bubble Level 2 Unit 2 Digital Weighing Scale Capacity: 10kg; Resolution: 0.1g Digital Precision Electronic Weighing Balance W/ Counting Table Top Scale; Tare Function Stainless Steel Pan With Level Bubble; Dual Power Supply; Scale Pan Size: 180*180mm; Dimension: 260*180*64mm 2 Unit 3 Digital Food Weighing Scale Weigh Range: 0.1 G-3000g; Resolution:0.01g; Dimensions:4.1*5.0 In With Stainless Steel Plate Dimension Of 3.9*3.9 In; Battery Power Supply 3 Unit 4 Digital Food Thermometers "stainless Steel Probe; Weight: 36g; Size: 22.5*2cm Power Supply: Built-in Battery, Can Be Used Directly" 3 Unit 5 Digital Food Thermometers Digital Thermometer Infrared Laser Gun With Led Screen; Size: 75*50*145mm;battery Powered 2 Unit 6 Thermocouples Digital Thermocouple With Dual Channels 4 Probes Handheld; Battery Powered 2 Set 7 Sieves Standard Laboratory Test Sieves; 8 In/20cm Diameter And Height Of 5cm; Filter Mesh With Grit Size #10, #12, #14, #16, And #18 2 Set 8 Bulk Density Apparatus Astm 1895 Apparent Bulk Density Apparatus; Wieght = 9 Kg, Dimensions: 240x330x520mm (wxdxh) 2 Set 9 Tachometer Laser Digital Non-contact Tachometer; Measuring Range: 2.5-99999 Rpm; Lcd Screen With White Backlight, Meauring Distance:2-20in(50-500mm); Dimension 145*85*35mm; Auto Power Off; Battery Power Supply 3 Set 10 Tachometer Contact Digital Handheld Tachometer; Lcd Screen; Battery Powered; Item Size: Approx. 165*60*28mm; Set Inlcusion: Digital Tachometer, 2 Measurement Idler Wheels, 2 Measurement Touch Tips, Lengthening Bar, Portable Bag And User Manual 3 Set 11 Steel Cabinet Steel Cabinet: Dimension: 90*46*185cm; 2-door Locker With One Side For Long Tools Storage 2 Unit 12 Steel Cabinet Steel Cabinet Dimension: 90*46*185cm; 2-door Lock With 4 Adjustable Shelves 2 Unit 13 Digital Vernier Caliper Digital Vernier Caliper; 150 Mm Metal 60inch Pure Stainless; Withlcd 5 Pc 14 Digital Anemometer Digital Anemometer With Data Hold Backlight Function 3 Set 15 Sound Level Meter Digital Sound Level Meter Decibel Moinitoring; Measurement Range: 30-130db With Spongeball; Inclusions: Sound Level Meter, Operation Manual, 1 Spongeball 2 Set 16 Aluminum Tool Box Set "multiple Layered Tool Box With: Layer 1. 1x Multiprise Plier 250mm, 1x Diagonal Cutting Pliers 150mm, 1x Pliers 1/2 Long Round 150mm, 1x Universal Plier 150mm 1x All-rounder, 1x Thumb Wrench 250 Mm, 1x Box 6 Compartment Layer 2. 1x Magnetic Bimonthly Torpedo Level 25cm, 1x Measure 5m X 19mm Bimatiere Tylon, 8x Screwdriver - Bit Holder- Ph1-ph2- Pz1-pz2- Mechanic 6.5x1505.5x100-3x75, 1x Test Screwdriver, 9x Clés Males (1.5-2-2.5-3-4-5-6-8-10) Layer 3. 1x Hacksaw, 1x Pen Lamp, 1x Cutter 18mm, 1x Hammer Wooden Handle 300g Layer 4. 1x Ratchet 72 Teeth 1/4’’, 10x 1/4’’ (6-sided) Sockets: 5.5 – 6 – 7 – 8 – 9 – 10 – 11 – 12– 13 – 14 Mm, 2x 1/4’’ Extensions: 75 Mm – 150 Mm, 1x 1/4’’ Bit Holder, 1x 1/4’’ Universal Cardan, 1x Ratchet 72 Teeth 1/2’’, 16x 1/2’’ (6-piece) Sockets: 10 – 11 – 12 – 13 – 14 – 15 – 16 –17 – 18 – 19 – 21 – 22 – 24 – 27 – 30 – 32 Mm, 2x 1/2’’ Extensions: 75 Mm – 250 Mm, 1x Universal Cardan 1/2’’, 3x Sockets For 1/2’ Candle: 16 – 19 – 21 Mm, 12x Combination Wrenches: 8 – 9 – 10 – 11 – 12 – 13 – 14 –15 – 16 – 17 – 18 – 19 Mm, 1x 1/4"" 25mm Screw Bit Box – 61pcs In Pre-formed Foam" 1 Set Lot 3: Surveying Materials And Equipment - Php 199,750.00 (abc) 1 Total Station Theodolite Digital Theodolite Surveying Instrument High Accuracy 30x Electronic With Laser; Main Unit, Tool Kit, Plumb Bob, Rain Cover, Rechargeable Battery, Battery Charger, Aa Dry Battery Case, Operational Manual, Heavy Duty Carrying Case 1 Unit 2 Tripod Surveying Instrument Aluminum Tripod Double Lock With Extended Length Upto 1.7m; Head Diameter 160mm; 3kg Weight 1 Unit 3 Measuring Staff Stadia Rod Surveying Stadia Rod Extended Upto 5m; Retracted Length 0.5m 3 Pc 4 Range Pole Range Pole,3m-3 Section For Surveying 3 Pc 5 Marking Pins Surveying Color Scheme: Red And White; 50 Pc 6 Heavy Duty Measuring Tape 100m Tape Measure Fiber Glass, High Quality, Heavy Duty Meter Tape Ruler Wheel 5 Pc 7 Steel Tape 5m Steel Measuring Tape-heavy Duty 5 Pc
Hulo Elementary School Tender
Others
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 101.7 K (USD 1.7 K)
Details: Description Request For Quotation Date: January 20, 2025 Rfq No.:165503-2025-01-001 Company/business Name: ___________________________________________________ Address: _____________________________________________________________________ Business/mayor’s Permit No.: _______________________________________________ Tin: __________________________________________________________________________ Philgeps Registration Number (required): ____________________________________ The Department Of Education – Division Of Rizal Through Its Bids And Awards Committee (bac), Intends To Procure The “delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of January, February And March 2025” Through Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot Project Title Approved Budget For The Contract (abc) 1 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of January Php 34,086.00 2 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of February Php 33,978.00 3 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of March Php 33,730.00 Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before 8:00 Am Of 24 January 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Melissa O. Angeles Chairperson, Bids And Awards Committee – Goods And Services Deped Bldg. Cabrera Rd. Brgy. Dolores Taytay, Rizal Email: 165503@deped.gov.ph Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed And Signed Envelope. The Interested Service Provider Shall Also Submit The Following Documents As Stipulated In The Gppb Resolution No. 21-2017 Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: Alternative Mode Required Documents Remarks Statement Of Compliance (“comply Or Not Comply”) Small Value Procurement (section 53.9) Latest Mayor’s/business Permit A Copy Of Your 2024 Mayor’s Or Business Permit Shall Be Submitted. Philgeps Registration Number A Copy Shall Be Submitted As Proof Of Philgeps Registration Notarized Omnibus Sworn Statement A Copy Of Duly Signed And Notarized Omnibus Sworn Statement Shall Be Submitted Tax Clearance A Copy Shall Be Submitted Except For Government Agencies As Lessor Quotation Form/ Canvas Sheet 3 Copies Of Quotation Shall Be Submitted Per Lot The Deped Rizal – Bac Reserves The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Deped Rizal – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Any Clarification And Further Information, Please Refer To: Sarah E. Belardo Bac Secretariat Hulo Pililla, Rizal Contact Nos. 0955-672-8420 Email Address: Sarahbelardo@gmail.com Melissa O. Angeles Chairperson, Bids And Awards Committee Goods And Services After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Lot 1 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of October Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1.bond Paper a4 gsm70 white Quantity: 15 Reams 2.bond Paper folio gsm70 white Quantity: 5 Reams 3.fastener plastic Quantity: 6 Box 4.double Sided Tape 1 Inch Quantity: 20 Pieces 5.ball Point Pen black Quantity: 2 Box 6.trash Bag black size: Xl 100s Quantity: 9 Pack 7.fine Point Pen black Quantity: 2 Box 8.alcohol scented Quantity: 17 Gallon 9.correction Tape big Quantity: 20 Pieces 10.battery aa 4 Pieces /pack Quantity: 3 Pack 11.brown Envelope long expanding With Lace Lock Quantity: 155 Pieces 12.folder a4 white 50 Pcs/pack Quantity: 1 Pack 13.folder long 50 Pcs/pack Quantity: 1pack 14.fine Point Marker black Quantity: 1 Box 15.note Pad 2”x 0.5” Quantity: 1 Pad 16.paper Clip vinyl With Plastic Coating Quantity: 6 Box 17.staple Wire 35mm Quantity: 7 Box 18.masking Tape 1inch Quantity: 7 Pieces 19.scotch Tape 1inch Quantity: 7 Pieces 20.toilet Paper Roll 2ply 12pc/ Pack Quantity: 3 Pack 21.smart Tv 32 Inch Quantity: 1 Pieces A.delivery Requirement Delivery Must Be Made 5 Days After The Receipt Of Purchase Order Lot 2 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of November Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1.bond Paper a4 gsm70 white Quantity: 25 Reams 2.bond Paper folio gsm70 white Quantity: 24reams 3.board Paper a4 gsm 200 white 100 Pieces/ream Quantity: 5 Reams 4.fastener Plastic Quantity: 6 Box 5.double Sided Tape 1inch Quantity: 20 Pices 6.ball Point Pen black Quantity: 2 Box 7.trash Bag black size: Xl 100s Quantity: 10 Pack 8.fine Point Pen black Quantity: 2 Box 9.alcohol scented Quantity: 10 Gallon 10. Microphone wireless Quantity: 1 Pieces 11. Microphone wired 10 Meters Quantity: 1 Pieces 12. Hdmi Cable 5 Meters Quantity: 15 Pieces 13.battery aa 4 Pieces /pack Quantity: 3 Pack 14.fine Point Marker black Quantity: 1 Box 15.paper Clip vinyl With Plastic Coating Quantity: 6 Box 16.staple Wire 35mm Quantity: 7 Box 17.toilet Paper Roll 2ply 12pc/ Pack Quantity: 3 Pack 18.stapler With Staple Remover 35mm Load Quantity: 2 Pieces 19.record Book 300 Pages Quantity: 10 Pieces 20.detergent Powder 2kg/bag Quantity: 10 Bags 21.detergent Bar Quantity: 10 Pieces 22.extension Wire 10 Meters heavy Duty Quantity: 3 Pieces B.delivery Requirement Delivery Must Be Made 5 Days After The Receipt Of Purchase Order Lot 3 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of December Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1.bond Paper a4 gsm70 white Quantity: 25 Reams 2.bond Paper folio gsm70 white Quantity: 20 Reams 3.board Paper a4 gsm 200 white 100 Pieces/ream Quantity: 14 Reams 4.brother Ink bt 5000 & Bt D60 color: C,m,y,b Quantity: 3 Set 5.parchment Paper size: Letter white 10pcs/pack Quantity: 10 Pack 6.deped Medal color:bronze Quantity: 120 Box 7.ordinary Medal color:gold Quantity: 145 Pack 8.ribbon color:assorted 2 Inch satin Quantity: 10 Roll C.delivery Requirement Delivery Must Be Made 5 Days After The Receipt Of Purchase Order Financial Offer Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Lot 1 Delivery And Supplies Of Common Use Supplies And Materials For Office Use October Approved Budget For The Contract Offered Quotation Php 45,986.00 In Words: ______________________________________________________ ______________________________________________________ ______________________________________________________ In Figures: _____________________________________________________ _____________________________________________________ _____________________________________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ____________________________________ ____________________________________ Signature Over Printed Name Name Of Company ____________________________________ Position/designation ________________________________________ Office Telephone/fax/mobile Nos. ________________________________________ Email Address/es Lot 2 Delivery And Supplies Of Common Use Supplies And Materials For Office Use Approved Budget For The Contract Offered Quotation Php 45,978.00 In Words: ______________________________________________________ ______________________________________________________ ______________________________________________________ In Figures: _____________________________________________________ _____________________________________________________ _____________________________________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ____________________________________ ____________________________________ Signature Over Printed Name Name Of Company ____________________________________ Position/designation ________________________________________ Office Telephone/fax/mobile Nos. ________________________________________ Email Address/es Lot 3 Delivery And Supplies Of Common Use Supplies And Materials For Office Use Approved Budget For The Contract Offered Quotation Php 45,930.00 In Words: ______________________________________________________ ______________________________________________________ ______________________________________________________ In Figures: _____________________________________________________ _____________________________________________________ _____________________________________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ____________________________________ ____________________________________ Signature Over Printed Name Name Of Company ____________________________________ Position/designation ________________________________________ Office Telephone/fax/mobile Nos. ________________________________________ Email Address/es
Department Of Agriculture Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of Aring Solar-powered Irrigation System (spis) In Brgy. Aring, Badoc, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Two Million Nine Hundred Sixty-nine Thousand Eight Hundred Thirty-seven Pesos And Forty-six Centavos (php2,969,837.46) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of Aring Solar-powered Irrigation System (spis) In Brgy. Aring, Badoc, Ilocos Norte With Project Identification Number Da Rfo-1-2025-infra-015. 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 Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. Aring, Badoc, Ilocos Norte Project Description: Installation Of Spis With A Maximum Pump Discharge Of Daily Output Of 800 Cu.m./day) At 7m Tdh Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Temporary Facility 1.00 L.s. Iii. Provision Of Safety And Health 1.00 L.s. Iv. Clearing And Grubbing 200.00 Sq.m. V. Earthworks 83.57 Cu.m. Vi. Rsb Works 3,038.95 Kgs. Vii. Form Works 170.75 Sq.m. Viii. Concrete Works 49.20 Cu.m. Ix. Pv Module And Mounting 11,000.00 Watts X. Water Pump 1.00 Unit Xi. Pump Controller/ Inverter 1.00 Unit Xii. Iron, Tinsmithry Work And Carpentry Works 1.00 Lot Xiii. Cable And Electrical Works 1.00 Lot Xiv. Distribution Works 170.00 Meter Xv. Masonry, Painting & Water Proofing Works 18.40 Sq.m. Xvi. Doors & Windows 2.29 Sq.m. Xvii. Auxiliary Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 3 Skilled Workers • 13 Unskilled Workers • 1 Equipment Operator Minimum Equipment Required: • 1 Backhoe, 0.28 Cu. • 1 Concrete Mixer, One Bagger • 1 Hdpe Butt Fusion Machine • Set Of Handtools Completion Of The Works Is Within Seventy-five (75) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 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 14, 2025 To February 4, 2025 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 Php5,000.00. 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 23 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 04 February 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 04 February 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 Requirements May Be Soft-bound/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. The Technical Specifications (as Part Of Tab F - Project Requirements), To Be Signed By The Bidder/authorized Representative And Submit During Bid Opening, Of The Unit Offered Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 10915, Dated 21 July 2016, Otherwise Known As "philippine Agricultural And Biosystems Engineering Act Of 2016" And Department Of Agriculture (da) Memorandum Order No. 50, Series Of 2020. The Technical Specification Must Be Supported With The Following: O Colored, Clear And Readable Original Copies Of Brochures (in English Language) Of The Offered Goods (pump, Inverter/controller And Solar Module/panel). O Other Technical Specification Requirements: • With Minimum Warranty Of 1 Year On Pump And Controller/inverter, Accessories, And Services • With Minimum Warranty Of 15 Years On Pv Module E. Valid Amtec Test Report For The Pump Is Required During Bid Opening. Upon Completion Of The Project The Raed Shall Conduct Acceptance Testing. If The System Fails To Meet The Prescribed Specifications And Performance Standards, The Contractor Shall Institute Corrective Measures For The System To Conform To Specifications And Standards As Requirement For Payment. Otherwise, The Procuring Entity Shall Not Accept The Project And Proceed With The Termination Of Contract On The Ground That The Supplier/ Winning Bidder, Who Is In Default, Fails To Perform Its Obligation Under The Contract. F. Permit To Operate And Notification Letter From Bafe Shall Be Verified During Post-qualification. G. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, 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-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 13, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-015
Rychnovek village Tender
Electronics Equipment...+1Electrical and Electronics
Czech Republic
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: The subject of the contract is the insulation of perimeter walls with a certified insulation system with thermal insulation boards Eps Greywall Tl. 150 Mm, Ceiling insulation 2.np In Tl. 280 mm from the ground, and insulation of the counter roof above the dressing rooms in Tl. 160 mm. Construction Works Also Include Static Fixing Of Cracks In The Building Extension With Wc. The contract also includes the replacement of the existing heating source with a heat pump and the related investments (modification of the existing heating system, LV cable connection), the implementation of controlled ventilation with heat recovery of the spaces of two classrooms in the 2nd floor and the replacement of the lighting in the classroom in the 2nd floor for A more economical lighting system, including the lighting of the board.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Description: Amendment 001: The Purpose Of This Amendment Is To Post A Redacted Copy Of The Brand Name Justification. please Read This Entire Notice Carefully As It Constitutes The Only Notice That Will Be Issued. this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. the Request For Quote (rfq) Number Is N66604-25-q-0035. This Requirement Is Being Solicited On An Unrestricted Basis. The North American Industry Classification System (naics) Code For This Acquisition Is 334417; The Small Business Size Standard Is 1,000 Employees. the Naval Undersea Warfare Center Division, Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price (ffp) Purchase Order For The Below Brantner And Associates Inc. Seacon Brand Name Items, No Substitutions Allowed. The Government’s Original System Design Uses Seacon’s Mateable And Unique Parts Which Are The Only Connectors That Physically Fit (directly Mate) To The Existing Government System And Cabling. A Full Qualification Of The Design Would Be Necessary In Order For Another Model And Vendor To Manufacture The Connectors. This Would Include Multiple System Design Reviews And First Article Testing For Each System That The Connectors Are Utilized On, Which Would Result In Significant Duplicative Cost And Schedule Impacts To Qualify A New Vendor. the Government’s Minimum Requirements Are Specified As Follows. clin 0001: Quantity Of Four Hundred (400) 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors, Part #: Minm3fofcrl04; clin 0002: Quantity Of Two Hundred Forty (240) 7230-105/a, Minm18fcrl-ti Per Manufacturer Dwg, Part #: Minmfcrl7230105; clin 0003: Quantity Of Fifty (50) 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp, Part #: Minmcirl7230277; clin 0004: Quantity Of Four (4) Connector 20fcr-ti,6al4v Grade 5, Part #: Minq24fcr-ti; clin 0005: Quantity Of Eight (8) 80-2-745/e,insert,minq,cir,24, 24#20, Part #: Minq24cirpbof; clin 0006: Quantity Of Five (5) 6603-234-1/b,shell-fwd,minqccphp,pbof,45°,tigr2 Per Msba-024, Part #: 6603-234-1; clin 0007: Option 01: Quantity Of Eighty (80) 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors, Part #: Minm3fofcrl04; clin 0008: Option 02: Quantity Of Fifty (50) 7230-105/a, Minm18fcrl-ti Per Manufacturer Dwg, Part #: Minmfcrl7230105; clin 0009: Option 03: Quantity Of Fifty (50) 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp, Part #: Minmcirl7230277; clin 0010: Option 04: Quantity Of Four (4) Connector 20fcr-ti,6al4v Grade 5, Part #: Minq24fcr-ti; clin 0011: Option 05: Quantity Of Four (4) 80-2-745/e,insert,minq,cir,24, 24#20, Part #: Minq24cirpbof; clin 0012: Option 06: Quantity Of Four (4) 6603-234-1/b,shell-fwd,minqccphp,pbof,45°,tigr2 Per Msba-024, Part #: 6603-234-1; clin 0013: Shipping note: All Option Clin Exercise Dates Shall Be Within 6 Months After Contract Award delivery Is F.o.b. Destination To Newport, Ri 02841. Please Include Any Applicable Shipping Charges. incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular. The Following Far Clauses And Provisions Apply To This Solicitation: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Service Or Equipment 52.209-11, Representation By Corporations Regarding Delinquent Tax 52.212-1, Instructions To Offerors Commercial Items 52.212-3, Offeror Representations And Certifications Commercial Items 52.212-4, Contract Terms And Conditions Commercial Items 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Commercial Items the Following Dfars Clauses Apply To This Solicitation: 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (deviation 2024-o0013, Revision 1) 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements, 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements, 252.211-7003 Item Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors 252.246-7008 Sources Of Electronic Parts full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At Www.acquisition.gov/far clauses Incorporated In Full Text: 52.211-8 Time Of Delivery (a) The Government Requires Delivery To Be Made According To The Following Schedule: clin 0001- 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Receipt Of Order (aro), With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0002- 7230-105/a, Minm18fcrl-ti Per Dwg.: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Receipt Of Order (aro), With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0003- 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Receipt Of Order (aro), With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0004- Connector 20fcr-ti,6al4v Grade 5: 18 Weeks After Receipt Of Order (aro) clin 0005- 80-2-745/e,insert, Minq,cir,24, 24#20: 18 Weeks After Receipt Of Order (aro) clin 0006- 6603-234-1/b,shell-fwd,minqccphp, Pbof,45°,tigr2 Per Msba-024: 18 Weeks After Receipt Of Order (aro) clin 0007- Option 01: 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Option Exercise, With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0008- Option 02: 7230-105/a, Minm18fcrl-ti Per Dwg.: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Option Exercise, With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0009- Option 03: 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Option Exercise, With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0010- Option 04: Connector 20fcr-ti,6al4v Grade 5: 18 Weeks After Option Exercise clin 0011- Option 05: 80-2-745/e,insert,minq,cir,24, 24#20: 18 Weeks After Option Exercise clin 0012- Option 06: 6603-234-1/b,shell-fwd,minqccphp,pbof,45°,tigr2 Per Msba-024: 18 Weeks After Option Exercise the Government Will Evaluate Equally, As Regards Time Of Delivery, Offers That Propose Delivery Of Each Quantity Within The Applicable Delivery Period Specified Above. Offers That Propose Delivery That Will Not Clearly Fall Within The Applicable Required Delivery Period Specified Above, Will Be Considered Nonresponsive And Rejected. The Government Reserves The Right To Award Under Either The Required Delivery Schedule Or The Proposed Delivery Schedule, When An Offeror Offers An Earlier Delivery Schedule Than Required Above. If The Offeror Proposes No Other Delivery Schedule, The Required Delivery Schedule Above Will Apply. offerors Proposed Delivery Schedule: clin 0001: clin 0002: clin 0003: clin 0004: clin 0005: clin 0006: clin 0007: clin 0008: clin 0009: clin 0010: clin 0011: clin 0012: (b) Attention Is Directed To The Contract Award Provision Of The Solicitation That Provides That A Written Award Or Acceptance Of Offer Mailed, Or Otherwise Furnished To The Successful Offeror, Results In A Binding Contract. The Government Will Mail Or Otherwise Furnish To The Offeror An Award Or Notice Of Award Not Later Than The Day Award Is Dated. Therefore, The Offeror Should Compute The Time Available For Performance Beginning With The Actual Date Of Award, Rather Than The Date The Written Notice Of Award Is Received From The Contracting Officer Through The Ordinary Mails. However, The Government Will Evaluate An Offer That Proposes Delivery Based On The Contractor’s Date Of Receipt Of The Contract Or Notice Of Award By Adding (1) Five Calendar Days For Delivery Of The Award Through The Ordinary Mails, Or (2) One Working Day If The Solicitation States That The Contract Or Notice Of Award Will Be Transmitted Electronically. (the Term "working Day" Excludes Weekends And U.s. Federal Holidays.) If, As So Computed, The Offered Delivery Date Is Later Than The Required Delivery Date, The Offer Will Be Considered Nonresponsive And Rejected. (end Of Clause) 52.217-7option For Increased Quantity-separately Priced Line Item. the Governmentmayrequire The Delivery Of The Numberedline Item, Identified In The Schedule As Anoptionitem, In The Quantity And At The Price Stated In The Schedule. Thecontracting Officermayexercise Theoptionby Written Notice To The Contractor Within 6 Months Of Date Of Contract Award. Delivery Of Added Itemsshallcontinue At The Same Rate That Like Items Are Called For Under The Contract, Unless The Parties Otherwise Agree. (end Of Clause) the Basis Of Award Will Be Lowest Priced, Technically Acceptable (lpta). In Order To Be Considered Technically Acceptable, Offerors Must: (1) Propose Brantner And Associates Inc. Seacon Brand Name Items, No Substitutions, In The Required Quantities; (2) Offerors Shall Provide Proof That The Items Are Shipped From The Us; (3) Offerors Shall Provide Documented Proof Of Authorized Reseller Status; additionally, The Government Will Consider Past Performance Information Within The Supplier Performance Risk System (sprs) Whereby Negative Information May Render A Quote Being Deemed Technically Unacceptable. the Method Of Payment Is Via Electronic Payment Through Wide Area Workflow (wawf). In Accordance With Dfars Clause 252.211-7003, The Contractor Shall Provide A Unique Item Identifier (uid) For All Delivered Items For Which The Government’s Unit Acquisition Cost Is $5,000.00 Or More. this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov the Quote Shall Include Price, Delivery Terms, And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns. A Quote Received After The Closing Date And Time Specified May Be Ineligible For Award. the Quote May Be Submitted Via Email To The Email Address Below And Must Be Received On Or Before Friday, 07 February 2025 At 1400 Eastern Time. Offer Received After The Closing Date Are Considered To Be Late And May Not Be Considered For Award. For Information On This Acquisition, Contact Franklin Patton At Franklin.k.patton2.civ@us.navy.mil.
9821-9830 of 9914 archived Tenders