Camera Tenders

Camera Tenders

Caraga Regional Hospital Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-22 (119) Supply And Delivery Of Service Vehicle Van (negotiated – Two-failed Biddings) Abc: Php 1,676,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through Internal Generated Fund (igf) 2024 And As Per Authority To Purchase Motor Vehicle (apvm) No. Dbm-roxiii-2024-004 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Six Hundred Seventy Six Thousand Pesos Only ( Php 1,676,000.00) As To Payment Under The Contract For Supply And Delivery Of Service Van Vehicle (negotiated – Two-failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. This Project Shall Be Completed Within 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location And To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Service Vehicle Van 1 Lot 1,676,000.00 1,676,000.00 Technical Specifications Description Van Type, A Large Four-wheel Enclosed Vehicle For Conveying Passengers And/or Hauling Cargo, Traditionally Having Four (4) Doors (two Side Doors For The Driver And Front Passengers, One (1) Or Two (2) Passenger Side Sliding Doors, And A Tailgate. It Has Several Rows Of Folding Or Removable Seats Behind The Front Passenger Seat With At Least 12 Seating Capacity Including Front Passenger. It Has No Luggage Compartment But An Expandable Area At The Rear Which Can Be Used For Luggage, Cargoes, Etc. It Must Be Brand New. Engine Type 4 Cylinder, In-line Dohc 16 Valve Turbocharge With Intercooler Displacement (l) 2.4 - 3.0 L Compression Ratio 15:1 Or Higher Fuel Diesel, Euro 4 Fuel System Common Rail, Direct Injection / Electronic Fuel Injection Or Equivalent Transmission Manual Transmission ( Minimum 5 Speed) Steering Power Assist, Steering Rack Suspension, Front Wishbone & Coil Spring With Stabilizer (manufacturer Standard) Or Torsion Bar With Stabilizer Suspension, Rear Leaf Spring With Telescopic Shock Absorbers (manufacturer Standard) Brakes Ventilated Disk Front And Drum Type On Rear Or All Disk Brakes With Abs Wheels 15 Or 16 Inches Steel Or Alloy Wheels. Safety Driver And Front Passenger Is Equipped With Emergency Locking Retractor 3 Point Seatbelt And Airbag. Rear Passenger Equipped With 3 Pt Emergency Locking Retractor Seatbelts. Accessories 1. Dual Air-conditioned. 2. Power Window. 3. 12 Volts Power Outlet. 4. Early Warning Devices. 5. Front And Rear Camera With Recording. 6. Reserve Tire, Same Size With The Other Four 7. Hydraulic Jack (alligator Type) And Tire Wrench. 8. Operation Manual Body Paint Color White Other Requirements 1. Supplier Must Have Service Center Located In Mindanao Area. 2. Free Lto Registration And Comprehensive Insurance. Compliance To Denr Emission Standard. 3. Supplier Must Be An Authorized Motor Vehicle Dealer / Distributor With Service Center Availability Within Mindanao Area. 4. Installation Of Decals Like Crh Logo, And The Work “for Official Use Only” Warranty 1 Year Warranty On Parts And Labor Delivery Terms 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location. Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post Qualification: A Site Visit Will Be Conducted Or A Thorough Verification Of The Submitted Bidding Documents Of The Bidder Like Their Technical Specification, Brochure, Contract Performance And Other Related And Significant Documents For This Project. Validity Of The Contract : Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted And Commissioned; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Other Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Above-entitled Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi (schedule Of Requirements) Of The Bidding Documents. Bidders Should Have Completed Within The Period Of Five (5) Years From The Opening Of Bids. 3. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Moreover, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Has The Same Major Categories Of Work On Provision Of Motor Vehicles Or Service Vehicle Van. The Procuring Entity May Clarify In The Bidding Documents What Is Regarded As Major Categories Of Work. (23.5.2.5a) For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 22, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 07, 2025 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83489755748?pwd=hzz46mwgn5hpmqcmrssttohzxy6ve0.1 Meeting Id: 834 8975 5748 Passcode: 766556 Deadline Of Submission Of Bids January 22, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 22, 2025 At 2:00 P.m. Via Zoom Platform. Link: Join Zoom Meeting Https://us06web.zoom.us/j/82443783945?pwd=rbrilgn9em70shclcpe96rgz7iagep.1 Meeting Id: 824 4378 3945 Passcode: 750393 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1hugqmfundc8omkq6fmbgqdwmjelpgxz7?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 7. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 8. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 22, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 22, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In An Online Bidding. Late Bids Shall Not Be Accepted. 9. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 10. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 12. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 13. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 15. Please Fill Up The Caraga Regional Hospital Supplier’s Registry To This Link: Https://bit.ly/crh_suppliersregistry 16. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 1.6 Million (USD 28.8 K)

CIVIL SERVICE COMMISSION ARMM Tender

Publishing and Printing
Philippines
Details: Description Lot 1 - Alcohol Or Acetone Based Antiseptics Alcohol, Isopropyl, 500ml 447 Bottle Alcohol, Isopropyl, 1 Gallon 13 Bottle Total Of Lot 1: 58,920 Lot 2 - Arts And Crafts Equipment And Accessories And Supplies Eraser, Plastic/rubber 36 Piece Sign Pen, Extra Fine, Black, 0.5mm 379 Piece Sign Pen, Fine Tip, Black, 0.3mm 429 Piece Sign Pen, Medium Fine Tip, Black, 0.7mm 575 Piece Sign Pen, Extra Fine, Blue, 0.5mm 372 Piece Sign Pen, Fine Tip, Blue, 0.3mm 337 Piece Sign Pen, Medium Fine Tip, Blue, 0.7mm 493 Piece Sign Pen, Extra Fine, Red, 0.5mm 212 Piece Sign Pen, Fine Tip, Red, 0.3mm 138 Piece Sign Pen, Medium Fine Tip, Red, 0.7mm 268 Piece Sign Pen, Orange, Liquid/gel Ink, 0.5mm Needle Tip 10 Piece Sign Pen, Green, Liquid/gel Ink, 0.5mm Needle Tip 25 Piece Ballpen, Ballpoint Pen, 0.5mm, Black 1,881 Piece Ballpen, Ballpoint Pen, 0.5mm, Blue 40 Piece Ballpen, Ballpoint Pen, 0.5mm, Red 25 Piece Wrapping Paper 2 Pack Calligraphy Pen No. 2, Black 16 Piece Calligraphy Pen, Black, 0.7/1.0 27 Piece Total Of Lot 2: 219,500 Lot 3 - Audio And Visual Equipment And Supplies Document Camera 3 Unit Multimedia Projector, 4000 Or More Lumens (min.) 7 Unit Total Of Lot 3: 360,000 Lot 4 - Batteries And Cells And Accessories Battery, Dry Cell, Size Aa 74 Pack Battery, Dry Cell, Size Aaa 66 Pack Total Of Lot 4: 24,700 Lot 5 - Cleaning Equipment And Supplies Broom (walis Tambo) 11 Piece Broom (wallis Tingting) 11 Piece Cleaner, Toilet Bowl And Urinal, 900-1000ml Cap 47 Bottle Cleanser, Scouring Powder, 350grms/can 29 Can Detergent Powder, All Purpose, 1 Kilograms As Packed 76 Pouch Disinfectant Spray, Aerosol Type, 400-550 Grams Min. 90 Can Hand Soap, Liquid 75 Bottle Scouring Pad, Made Of Synthetic Nylon, 140 X 220mm 21 Pack Trashbag, Xxl Size 107 Pack/roll Trashbag, Large Size 94 Pack/roll Trashbag, Xl Size 126 Pack/roll Floor Squeegee Mop 2 Piece Disinfectant, Bleaching Solution, 1 Gallon 11 Gallon Mophandle, Heavy Duty 21 Piece Mophead, Made Of Rayon 19 Piece Insecticide Spray (not Water Based) 6 Can Total Of Lot 5: 161,370 Lot 7 - Consumer Electronics Digital Voice Recorder 5 Unit Total Of Lot 7: 13,000 Lot 8 - Face Mask Face Mask, 3 Ply, Fifty (50) Pieces Per Box 10 Box Total Of Lot 8: 1,200 Lot 9 - Fire Fighting Equipment Fire Extinguisher, Dry Chemical 15 Unit Total Of Lot 9: 75,000 Lot 10 - Flag Or Accessories Philippine National Flag, 100% Polyester 17 Piece Total Of Lot 10: 49,300 Lot 11 - Furniture And Furnishings Monobloc Chair, Beige 20 Piece Monobloc Chair, White 74 Piece Monobloc Table, Beige, 4 Seater Capacity 2 Unit Total Of Lot 11: 31,200 Lot 13 - Ict Equipment And Devices And Accessories Desktop, For Basic Users 4 Unit Desktop, For Mid-range Users 10 Unit External Hard Drive, 1tb, 2.5"hdd, Usb 3.0 29 Unit Laptop, For Mid-range Users 9 Unit Laptop, Lightweight 3 Unit Printer, Laser, Monochrome, Network-ready 6 Unit Multifunction Printer 11 Unit Inkjet Printer 1 Unit Scanner With Printer, Heavy Duty, Colored, Double Sided, Feeder Type 1 Unit Total Of Lot 13: 995,000 Lot 14 - Lightning And Fixtures And Accessories Light-emitting Diode (led) Light Bulb, 7 Watts 10 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 20 Piece Fluorescent Lamp, Led, With Housing, Tubular, 36 Watts 1 Piece Total Of Lot 14: 7,500 Lot 15 - Manufacturing Components And Supplies Glue, All-purpose 321 Jar Staple Wire, Heavy Duty (binder Type), 23/13 20 Box Tape, Electrical 78 Roll Tape, Masking, 24mm, 50mm Meters Length 305 Roll Tape, Packaging, 48mm, 50 Meters Length 171 Roll Tape, Doubled Sided, 24mm, 50 Meters Length 242 Roll Double Sided Tape, With Foam, Width: 48mm 45 Roll Double Sided Tape, With Foam, Width: 24mm 20 Roll Total Of Lot 15: 99,560 Lot 17 -office Equipment And Accessories And Supplies Blade, For General Purpose Cutter/utility Knife 18 Tube Binding And Punching Machine 1 Unit Calculator, Compact, Electronic, 12 Digits Cap, 1 Unit In Individual Box 18 Unit Chalk, White Enamel 46 Box Clip, Backfold, 19mm 304 Box Clip, Backfold, 25mm 304 Box Clip, Backfold, 32mm 286 Box Clip, Backfold, 50mm 292 Box Cutter/utility Knife, For General Purpose 22 Piece Data File Box 143 Piece Dater Stamp 44 Piece Envelope, Expanding, Kraft 81 Box Envelope, Expanding, Plastic 88 Piece Envelope, Mailing 23 Box Envelope, Mailing, With Window 34 Box Fastener, Plastic 434 Box File Organizer, Expanding, Plastic, Legal 53 Piece File Tab Divider, A4 9 Pack File Tab Divider, Legal 11 Pack Folder, L-type, A4 13 Pack Folder, L-type, Legal 18 Pack Folder, Pressboard 4 Box Index Tab 2 Box Marker, Permanent, Black 560 Piece Marker, Permanent, Blue 235 Piece Marker, Permanent, Red 230 Piece Marker, Whiteboard, Black 172 Piece Marker, Whiteboard, Blue 140 Piece Marker, Whiteboard, Red 58 Piece Paper Clip, Vinyl/plastic Coated, 33mm 210 Box Paper Shredder 4 Unit Paper Trimmer/cutting Machine 4 Unit Rubber Band No. 18 49 Box Stamp Pad, Felt 324 Piece Stapler, Heavy Duty (binder) 19 Unit Tape Dispenser, Table Top 36 Piece Correction Tape Refill For Whiper Mr5 40 Piece Stamp Pad Ink, Black 14 Bottle Binder Clips, 1 5/8" (41mm) 3 Box Marker, Permanent, Broad, Black 5 Piece Push Pin, Flat Head Type, Assorted Colors, 100s/case 55 Case Metal Bookstand 10 Piece File Organizer Tray 8 Piece Documents Storage Box 6 Box Cork Board (3x5) 3 Piece White Board (3x5) 2 Piece Colored Plastic Envelope (half) 50 Piece Storage Box 170ltrs 10 Box Glue Stick (paste) 345 Piece Glue Stick (for Glue Gun) 27 Pack Quick Box, Kraft, With Lid, Heavy Duty 186 Box Total Of Lot 17: 573,300 Lot 18 - Paper Materials And Products Cartolina, Assorted Colors, 20 Pieces Per Pack 44 Pack Notepad, Stick-on, 50mm X 76mm, 2x3 257 Pad Notepad, Stick-on, 76mm X 100mm, 3x4 257 Pad Notepad, Stick-on, 76mm X 76mm, 3x3 242 Pad Steno Notebook 880 Piece Paper, Multicopy, Legal, 80gsm 342 Ream Paper, Multipurpose, A4, 70gsm 281 Ream Paper, Multipurpose, Legal, 70gsm 274 Ream Pad Paper, Ruled 11 Pad Tissue, Interfolded Paper Towel 400 Pack Sticker Paper, Glossy And/or Matte 70 Pack Photo Paper, Glossy 76 Pack Vellum Board Paper, 180gsm And/or 220gsm 135 Pack Manila Paper, 10 Sheets Per Pack 70 Pack Bondpaper, S16, Long, Blue 58 Ream Bondpaper, S16, Long, Green 45 Ream Paper, Short, S20 23 Ream Bondpaper, S16, Long, Pink 58 Ream Bondpaper, S16, Long, Yellow 58 Ream Plastic Sticky Tabs, Transparent (sign Here Tab) 64 Pad Bondpaper, S16, Long, White 10 Ream Tissue Pre-cut, 1000 Sheets Per Pack 1,000 Pack Colored Paper, Light Yellow 4 Ream Colored Paper, Light Green 4 Ream Total Of Lot 18: 545,700 Lot 20 - Pesticides Or Pest Repellents Insecticide, Aerosol Type 88 Can Total Of Lot 20: 44,000 Lot 21 - Printed Publications Handbook On Philippine Government Procurement - Ra 9184 2 Book Total Of Lot 21: 1,600 Lot 22 - Printer Or Facsimile Or Photocopier Supplies (consumables) Drum Cartridge, Brother Dr-3455, Black 14 Cart Ink Cartridge, Epson C13t664100 (t6641), Black 141 Cart Ink Cartridge, Epson C13t664100 (t6642), Cyan 92 Cart Ink Cartridge, Epson C13t664100 (t6643), Magenta 92 Cart Ink Cartridge, Epson C13t664100 (t6644), Yellow 92 Cart Ribbon Cartridge, Epson C13s015632, Black 5 Cart Toner Cartridge, Hp Cb435a (35a), Black 18 Cart Toner Cartridge, Hp Cf226a (hp26a), Black 6 Cart Ink - Brother Dcp-t720dw Btd60bk (black) 23 Bottle Ink - Brother Dcp-t720dw Bt5000m (magenta) 20 Bottle Ink - Brother Dcp-t720dw Bt5000c (cyan) 20 Bottle Ink - Brother Dcp-t720dw Bt5000y (yellow) 17 Bottle Epson 003, Black 75 Bottle Epson 003, Cyan 69 Bottle Epson 003, Yellow 67 Bottle Epson 003, Magenta 66 Bottle Epson 774 Black 73 Bottle Drum Cartridge(oliveth D-copia 5500 Ml) 3 Drum Toner Cartridge (oliveth D-copia 5500 Ml) 5 Cart Samsumg Toner Cart(mlt-d111s Black) 2 Cart Hp Gt52, Black 6 Bottle Hp Gt52, Cyan 6 Bottle Hp Gt52, Magenta 6 Bottle Hp Gt52, Yellow 6 Bottle Toner Cart, Hp Cf219a (hp19a) Black Laserjet 1 Bottle Total Of Lot 22: 748,200 For Futher Inquires, Please Do Not Hesitate To Contact Us Through This Email Po: Msdcscforbarmm@gmail.com Thank You.
Closing Date6 Jan 2025
Tender AmountPHP 1 

City Of Bais Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Tax Mapping, Field Work Activities, And Official, And Official Use Of The City Assessor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 715-24 Php 2,000,000.00 1 1 Unit Brand New Pick-up Truck (4wd Mt) Color: Blade Silver Metallic Specifications: Dimensions Overall Length: 5,320 Mm Overall Height: 1,795 Mm Tread (front/rear) 1,570/1,565 Mm Min. Ground Clearance: 222 Mm Cargo Floor Height: 800 Mm Gross Vehicle Weight: 3,000 Kg Curb Weight: 2,035 Kg Seating Capacity: 5 Persons Engine Model And Type: 2.4 Liter Turbocharged Direct Injection Diesel (euro 4) Maximum Power: Ps 183/rpm 3,500 Maximum Torque: Nm 430/rpm2,250-2,500 Fuel Tank Capacity: 75 Transmission Transmission: 6-speed Mt 4wd System: Easy Select 4wd Suspension Front: Independent-wishbone With Coil Springs Rear: Rigid With Leaf Springs Brakes Front: Ventilated Disc Rear: Leading And Trailing Drums Abs: Equipped With Electronic Brakeforce Distribution (ebd) Brake Assist: Equipped With Brake Assist Steering Power Steering: Hydraulic Steering Wheel: Leather Wrapped Steering Wheel-mounted Audio Control: Equiped Cruise Control: Equipped Steering Column Adjustment: Tilt And Telescopic Safety Equipped With Airbags On Driver's Side, Passengers' Side And Driver's Knee. Also Equipped With Front And Rear Seatbelts And Seatbelt Reminder On All Seats Equipped With Reverse Camera, Active Stability & Tractioncontrol, Hill Start Control, Trailer Stability Assist, Iso-fix & Tether Anchor, And Remote Keyless Entry. Multi-media System 8" Touchscreen Display With Am/fm Radio, Bluetooth With Hands-free Technology, Usb Connectivity, Apple Carplay And Adroid Auto. Also Equipped With Usb Ports For Type A And C For Front And Rear, And 6 Speakers. Exterior Equipped With Halogen Headlights, Halogen Foglights, Halogen Daytime Running Lights, And Bedliner Interior Equipped With 6-way Manual Adjustable Seats (slide,recline,height) With Convenience Hook And Seatback Pocket For The Driver's Side, And 4-way Manual Adjustable (slide And Recline) For The Front Passenger Side. Equipped 7" Color Lcd Instrument Cluster Display Equipped With Single Zone Automatic Air Conditioning System And Air Conditioning Rear Circulator Freebies 3 Years Lto Registration, 3 Years Tpl Insurance, 1 Year Gsis Comprehensive Insurance, Floor-matting, Tint And Seatcover With Warranty Of 100,000 Kilometers Or Three (3) Years Whichever Comes First Additions With Three (3) Consecutive Regular Pms 1,000,5,000 And 10,000 With Decal's Official Seal Of City Of Bais City Assessor's Office For Official Use Only The Approved Budget For The Contract Is To Be Taken From 01-07-06-010. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 2 Of 2 this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 532420 (size Standard Of $40 Million). Responses To This Sources-sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources-sought, A Solicitation Announcement May Be Published. Responses To This Sources-sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources That Can Provide Equipment Lease And Maintenance For Mailing, Shipment Tracking, Proof Of Delivery, And Receiving Services For Mailroom And Warehouse For The Va Loma Linda Health Care System (vallhcs). the Contractor Shall Provide And Be Responsible For The Shipment And Delivery (if Applicable) To Va Loma Linda Health Care System At 11201 Benton Street, Loma Linda, Ca 92357. scope Of Work lease Of Mail Metering Machines And Package Tracking Equipment/software. the Jerry L Pettis Va Medical Center, Loma Linda, California Is Seeking Prospective Contractors Who May Be Interested In Competing For The Leasing Of A Digital Mailing System With New Shaped Based Rating System To Replace Aging Digital Mailing System For Assigning Postage To A Variety Of Mail Processed By The Support Services Mail Room. Additionally, Both Campuses Require Package Tracking Equipment And Software. 1. Background: the Intent Of This Proposal Is To Lease With A Base Year And Four Option Years, For The New Mailing System Equipment And Associated Service Contract, Including All Required Hardware, Software, Maintenance And Services Necessary To Manage Mail Operations For The Loma Linda Va Mail Rooms That Meet All Usps, Federal And Va Mail Processing Requirements Including Intelligent Mail Package Barcode (impb) Compliant. c. Periods Of Performance: base Period: April 1, 2025 Through March 31, 2026 option Year 1: April 1, 2026 Through March 31, 2027 option Year 2: April 1, 2027 Through March 31, 2028 option Year 3: April 1, 2028 Through March 31, 2029 option Year 4: April 1, 2029 Through March 31, 2030 2. Mail Meter Equipment Features a. Features Of Digital Mailing System Seeking To Lease: b. Increase The Efficiency And Proper Assignment Of Postage Charges To A Variety Of Mail In Differing Sizes And Weights To A High Volume Of Mail That Is Processed Through The Mailroom On A Daily Basis. c. Ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. d. One Usps Shape Based Compliant Mail Metering Systems To Address Our Daily Mail Volume Needs. Schedule 48 Pricing Implemented. The Ability To Weigh The Mail Piece And Determine Its Shape In Line While Processing Is Required (wow). The Topeka Mail Room Meter Capacity Shall Be Up To 50,000 Pieces Of Mail Every Month. e. The Meter/equipment Will Require The Following Features For Each Campus (total Footprint Not To Exceed 112 Inches): mailing System That Can Process Outgoing Mail And Flats With A Mixed Mail Feeder. stand-alone Meter With Federal Funding Capability. stand-alone Impb Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer, And >70-pound Scale. schedule 48 Rates Are Required. multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments. electronic Return Receipt (err) As Processed Through The Mail Machine Which Includes Certified Barcode Scanning. automatic And Manually Selectable Date Advance. minimum Processing Speed - 125 Letters Per Minute. power Stacking. interfaced Scale Automatically Setting Meter For Correct Postage. ssl Encrypted Communication. an Additional Separate, Integrated/interfaced 70 Lb. Scale For Larger Items. departmental/categories Accounting With Report Printer. open/closed Flap Sealing. fifteen-inch Touch Screen Display. automatic Gum Label Dispenser. 4-color Text Messaging System With Ability For Local Personnel To Customize Message And Quick Response (qr) Barcode/graphics Printing. ability To Export, Both Locally And Digitally, Encrypted Customized Reports. weigh On The Way (wow)/in-line Weighing To Include Shape-based Rating. online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount. provide Operational Stand/table. must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus). usps Approved Information Based Indicia (ibi) System Capability (printed Indicia And Mail System Must Be Capable Of Providing Usps Commercial Base Pricing On Priority And Express Mail). must Be Fips And Ato Compliant equipment ix9conveyor Ix-9 Conveyor Stacker 2 Ix9dwm Pkg Ix-9 Dynamic Weighing Module 2 Ix9c Ix-9c 300 Lpm Base Puffy Postcard Feeder W/wireways 2 Ixwp30 Ix 30lb Weighing Platforms 2 Ixdu300 300 Department Upgrade 2 Ds85i-inte3hcf 3 Station Expert: 2 Auto Fdrs + 1 Hcdf, Cis Scanner, Multi License 1 Idstc51 Zebra Tc52 Scanner W/camera 10 Idstcwallchar Tc52/57 Power Supply/wall Charger 10 Idstc- 5156cable Tc52/57 Charging Cable - Power Supply Not Included. 10 Idstc-5156boot Tc52/57 Protective Boot 10 Idstc-5156batt Tc52/57 4300 Mah Battery 10 Idstcstylus3pk Tc52/57 Stylus 3 Pack 4 Idsws-n Wireless Barcode Scanner 3 Idstc- 5slotcrad Tc51/56 5-port Charging Cradle. 3 Intra Enterprise Software Subscription By Sc Logic. g. Installation, Training, And On-going Support/maintenance As Needed Throughout The Term Of The Lease Including But Not Limited To: vendors Must Provide Complete Installation, Configuration, Setup, And Testing Of All Equipment And Software, Including Integration With And Configuration For Data Streams And Document Types Processed At Valom. all Postage Rate Updates Provided At Least 10 Calendar Days Before The Rate Change Takes Effect. periodic Preventive Maintenance Necessary To Avoid Unexpected Down Times Performed At Least Quarterly And More Frequently If Necessary. Contractor To Provide Parts And Labor (including Print Heads). response From An On-site Repair Technician Within 4 Hours Of Placing A Service Call. Contractor To Provide Parts And Labor (including Print Heads). ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. (i.e., During Potential Downtime, Contractor Is To Provide A Replacement Unit Within 24 Hours). training For Staff Including Initial Training And Any Ongoing Training Determined To Be Necessary By The Contracting Officer S Technical Representative (cotr) At No Additional Cost (not To Exceed 5 Formal On-site Trainings For The Remainder Of The Contract). meter Will Be Re-located By The Vendor Selected, Including To A Different Facility, When Needed As Determined By The Cotr At No Additional Cost To The Facility. 3. Parcel Tracking Equipment Features a. The Parcel Tracking Software Will Require The Following Features For Each Campus: parcel Tracking Software counter Signature Pad low To Mid Volume 4 In. Label Printer cordless Scanner single Bay Cradle/battery Charger For Handheld Scanner (2 Each) basic Operator Training Up To 4 Hrs. (2 Operators) pc W/ Flat Panel Monitor b. Technical Support. The Vendor Will Supply Telephone Technical Support During Normal Business Hours Mon. Fri. 8am 8pm Pm To Include The Following: assistance With Disaster Recovery Including Viruses & Hard Disk Failure. end User Web Ex And Diagnostic Assistance Sessions. inversion Updates/ Installation And Debugging With Scanners, Mobile Computers And Printers. system Configuration Concerns & Questions. assistance With Hardware System Upgrades And Recommendations For Integration. changes To Software Configuration, Import Recipient List, Change User Definable Fields, New Users, Software Backup Recommendations. direct Access To Software Development Staff, Discounted On-site Technical Support. methods To Modify Report Templates To Support Management Decision Making. c. Repairs. Vendor Will Repair Or Up To 2 Mobile Units Per Year And Will Ship A Spare Unit Within 1-2 Days (shipped Via Ups/fedex) Providing Calls Have Been Received Before 2 Pm Cst. The Original Unit Will Be Repaired & Returned Providing It Is Deemed Repairable By Vendor At No Additional Cost. Repairs Cover Normal Wear & Tear As Well As Repairs To Displays, Touch Screens, Plastics, Keypad Exit Windows Internal And Other External Components Damaged Through Accidental Breakage. Consumables Such As Batteries & Stylus Are Not Covered. item Information: Brand Name Or Equal item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ equipment Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound, And Proof Of Delivery Services For Both Mailroom And Warehouse. 0002 12.00 Mo _________________ software Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound And Proof Of Delivery Services For Both Mailroom And Warehouse. Intra Enterprise Software Subscription By Sc Logic. __________________ 0002 12.00 Mo ___________________ servicing And Maintenance Of Equipment __________________ grand Total __________________ the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Product That Fulfills The Required Specifications. if You Are Interested And Capable Of Providing The Sought-out Supplies, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The 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. (2) Is Your Company Considered Small Under The Naics Code (532420) Identified Under This Rfi? (3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? (4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (7) If Possible, Please Provide General Pricing For Your Products/solutions For Market Research Purposes. (8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Anette.doan@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than 01/10/2025, At 11:00 A.m. Pacific Standard Time (pst). If A Solicitation Is Issued It Shall Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Islington Tender

Others
United Kingdom
Details: Islington Council (the “authority”) Invites Suitable Expressions Of Interest From Bidders For This Contract. 1 Background This Contract Opportunity Is An Alignment Of A Number Of Existing Parking Service Contracts. The Ceo And Cctv Enforcement Service And The Vehicle Removal And Pound Facility Service Are Due To Expire On 30 September 2025, The Cashless Parking Service And Business Processing Service – Printing, Posting And Scanning Are Due To Expire On 31 March 2026. The New Single Contract Being Advertised Includes; Ceo And Cctv Enforcement, Cashless Parking, Business Processing - Printing, Posting And Scanning, Vehicle Removal And Pound Facility, And Complaints Handling. The Authority Is Committed To Delivering These Services To The Highest Standards At The Most Economically Advantageous Price. The Contract Will Include A Number Of Key Performance Indicators And Monitoring Mechanisms To Ensure The Effective Delivery Of These Services. The Authority Will Deliver These Services To Achieve Its Policy Objectives Including Responding To Climate Change/net Zero Carbon Objectives, Cleaner Air, Reducing Traffic And Emissions And Creating Liveable Neighbourhoods, Keeping Cycle And Bus Lanes Free And Ensuring Emergency Corridors Are Kept Clear. There Are Strict Controls Linked To Any Income To The Authority Generated By The Contract Meaning It Can Only Be Spent On Improving Transport And Environmental Services. Key Policy Objectives Set Out In The Authority’s Vision 2030 Strategy And Transport Strategy 2020 - 2041 Relevant To The Contract Include: · Reduce The Volume And Proportion Of Trips Made By Motor Vehicles In Islington. · Reduce Carbon Emissions By Encouraging Walking And Cycling And Transforming The Borough’s Streets. · Improve Local Air Quality By Reducing Transport-related Pollutants That Are Harmful To Health And The Environment. · Reduce Transport-related Pollution Including Noise, Light And Vibration And Associated Negative Health And Environmental Impacts Particularly In Sensitive Locations. · Ensure That New Developments Reduce The Need To Travel And Are Car-free. · Encourage Residents And Businesses To Switch To Low Emissions Vehicles. · Excellent Customer Service · Ease Of Use To Service (cashless Payments) The Authority’s Strategic Priorities That The Contract Will Contribute To Are: · Local Jobs And Businesses In A Thriving Local Economy, We Will Be Involving Community And Resident Engagement Teams. · We Are Driven By Delivering Impact. · We Work In Partnership. 1.1 Services To Be Delivered The Authority Requires The Bidder To Provide The Services Listed Below, Which Will Be Evaluated As Part Of The Bidders Tender With The Exception Of Resilience Services: Civil Enforcement Officer (ceo) And Cctv Enforcement This Element Of The Service Includes On-street Enforcement Undertaken By Civil Enforcement Officers Patrolling The Street On Foot And Using Appropriate Vehicles To Ensure Parking Restrictions Are Enforced 24 Hours A Day Including Bank Holiday And Special Events Taking Place At The Arsenal Football Stadium. The Contract Requires Cctv Clip Processing To Take Place To Identify Moving Traffic And Bus Lane Contraventions And Subsequently The Issuance Of Valid Penalty Charge Notices. The Authority Currently Issues Approximately 400,000 Pcns Per Year With An Estimated 200,000 Being Issued By Civil Enforcement Officers, And An Estimated 200,000 Which Were Captured By Cctv. This Service Will Commence On 1 October 2025. Cashless Parking Services The Authority Requires A High-quality Cashless Parking Service, This Will Include Electronic Short Stay Purchases Of Kerbside Parking Permits And Visitor Vouchers. The Authority’s Charging Structure Is Based On Vehicle Co2 Emissions. There Are Approximately 1.4 Million Transactions Taking Place Annually. This Service Will Commence On 1 April 2026. Printing, Posting And Scanning Services The Authority Requires A Solution For The Printing And Posting Of Statutory And Other Related Documentation Along With The Scanning And Indexing Of Incoming Correspondence Not Received Via Our Dedicated It Systems. There Are Approximately 500,000 Letters That Are Printed And Posted Annually And An Estimated 50,000 Items For Scanning And Indexing. This Service Will Commence On 1 April 2026. Vehicle Removal And Pound Facility The Authority Requires The Provision Of Removal Trucks, Clamping Services And A Pound Facility To Conduct Relocations And Removal Of Vehicles Identified As Persistent Evaders And Vehicles Causing An Obstruction On The Public Highway. There Is An Estimated 1200 Relocations And 300 Vehicles Removed To The Pound Annually. This Service Will Commence On 1 October 2025. Complaints Handling The Contract Requires The Successful Bidder To Be Responsible For Managing The First Line Of Complaints Related The Services Being Delivered. This Service Will Commence On 1 October 2025. Resilience Services There Is Also A Requirement To Deliver A Resilience Service Upon Request By The Authority, For Services Usually Undertaken In House. This Includes But Not Limited To; Notice And Debt Processing, Suspensions, Sign And Line Maintenance And Business Intelligence. 1.2 Additional Goods And Services During The Term Of The Contract, With No Obligation On The Authority To Proceed With Any Or All Of These Options, The Authority May Require The Bidder To Purchase On The Authority’s Behalf Other Services, Including But Not Limited To; • A Parking Management And Processing It System • Purchase Of Additional Cctv Cameras 1.3 Accommodation The Authority Will Supply Three Premises For The Bidder To Operate From, Which The Authority Reserves The Ability To Change The Location And Number Premises During The Term Of The Contract. These Premises Are Currently Used By The Incumbent For The Delivery Of All Enforcement Services Within The Borough. 2 Tupe [transfer Of Undertakings (protection Of Employment) Regulations] Potential Providers Must Be Aware That Tupe Will Apply To This Service. Further Details Will Be Available In The Invitation To Tender. 3 Contract Period The Initial Duration Of The Contract Will Be 48 Months From An Estimated Start Date Of 1 October 2025 With An Option To Extend For A Further 48 Months And A Final Option To Extend For A Further 24 Months. (maximum Of 120 Months). 4 Contract Value The Estimated Total Value Of This Contract Is £132,560,369 Over The Maximum 120 Months. This Is Based On An Estimated £9.2 Million Per Annum To Which Interest On An Annual Basis Will Be Applied. However, The Authority Expects The Bids Received Will Be Lower Than The Estimated Value. This Figure Does Not Include Resilience And Additional Goods And Services Shown Above, Which The Authority May Utilise During This Contract. 5 Award Criteria The Contract Will Be Awarded To The Most Economically Advantageous Tender (meat) In Accordance With The Public Contracts Regulations 2015. Meat For This Contract Is Quality 60% And Cost 40%. Tender Submissions Will Be Subject To Minimum Quality Thresholds, Further Details Will Be Provided In The Procurement Documents. • Cost 40% • Quality 60% The 40% Price Element Will Be Evaluated By The Schedule Of Rates. For Further Information Please See Itt 02a Schedule Of Rates Guidance Document. The 60% Quality Element Comprises Of: A) Social Value - Which Equates To 20%, This Will Be Evaluated By The Social Value Calculator And Method Statement Sv1. For Further Information Please See Itt 01b Social Value Information And Guidance. B) Method Statements - Which Equates To 40%, This Will Be Evaluated As Set Out In Section 4a In The Itt 01 Return. For Further Information Please See The Itt 00 Guidance. Total 100% Tenderers Should Be Aware That We Reserve The Right To Hold Presentations And/or Interviews During The Tender Process. Presentations And/or Interviews Will Be For Verification/clarification Purposes Of The Written Submission. We Reserve The Right To Interview Leading Bidders. 6 Procurement Process As The Value Of The Contract Is Above The Threshold For Wider Advertising Of The Opportunity, A Contract Notice Will Be Published On Contracts Finder And Find A Tender Service. This Contract Will Be Procured Using The Open Procedure. The Open Procedure Means That All Bidders Who Successfully Express An Interest Will Automatically Be Invited To Tender And Have Access To The Tender Documents. Those Who Submit A Tender And Meet The Minimum Requirements Will Have Their Full Tender, Method Statements And Pricing Evaluated. 7 How To Express An Interest If You Wish To Apply For This Contract Opportunity Please Follow These Steps: • Register Your Company Free Of Charge Via The London Tenders Portal • When You Receive An Email Confirming Your Username And Password Use These To Log On To The London Tenders Portal And Express Your Interest In 2425-0464, Parking Enforcement, Cashless Parking And Associated Services. 63712400 (parking Services) 98351110 (parking Enforcement Services) • Shortly After You Have Expressed Interest, You Will Receive A Second Email Containing A Link To Access The Procurement Documents. All Questions Relating To This Contract Opportunity Should Be Raised Via The Messages Section Of The Relevant Contract On The London Tenders Portal. Please Do Not Contact Any Officer Of The Council Directly.
Closing Date13 Feb 2025
Tender AmountGBP 132.5 Million (USD 164.7 Million)

Philippine Commission On Women Tender

Software and IT Solutions
Philippines
Details: Description Item Specification Statement Of Compliance Desktop Computers (10units) Processor: Intel Core I5-13400, 10c (6p + 4e) / 16t, P-core 2.5 / 4.6ghz, E-core 1.8 / 3.3ghz, 20mb Or Higher Operating System: Windows 11 Home Graphics: Integrated Intel Uhd Graphics 730 Chipset: Intel B660 Chipset Memory: 16gb Ddr 4 (2x 8gb Udimm Ddr4-3200) With Up To 32gb Expandability Storage: 512gb Ssd M.2 2280 Pcie 4.0x4 Nvme, With Support For Additional Storage Connectivity: Ethernet Integrated 100/1000m Wlan + Bluetooth: Wi-fi 6, 11ax 2x2 + Bt5.1 Ports: (front) Front Ports 2x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer And 5v@3a Charging) 1x Headphone / Microphone Combo Jack (3.5mm) 1x Microphone (3.5mm) (rear) 1x Hdmi 2.1 Tmds 1x Vga 2x Usb 2.0 2x Usb 3.2 Gen 1 1x Ethernet (rj-45) 1x Audio-out (3.5mm) Ethernet: Integrated 10/100/1000m (gigabit Ethernet) Audio: Realtek Alc623-cg Codec Peripherals: Wired Usb Keyboard And Mouse Warranty: 3 Years Estimated Price: Less Than Php 50,000.00 Each Unit Laptop Computers (70units) Processor: Intel Core I7-1255u, 10c (2p +8e) / 12t, P-core 1.7 / 4.7ghz, E-core 1.2 / 3.5ghz, 12mb Or Higher Graphics: Integrated Intel Iris Xe Graphics Chipset: Intel Soc Platform Memory: 16gb (8gb Soldered + 8gb So-dimm) Ddr4-3200 Offering Memory Slots: One Memory Soldered To Systemboard, One Ddr4 So-dimm Slot, Dual-channel Capable Storage: 512gb Ssd M.2 2280 Pcie 3.0x4 Nvme Storage Support: Model With 45wh Battery: One Drive, 1x M.2 Ssd M.2 2242 Ssd Up To 1tb M.2 2280 Ssd Up To 1tb Storage Slot: Model With 45wh Battery: One M.2 Slot One M.2 2280 Pcie Gen 4x4 Slot, Supports M.2 2242/2280 Ssd Card Reader: 4-in-1 Card Reader Optical: None Audio Chip: High Definition (hd) Audio Speakers: Stereo Speakers, 1.5w X2, Dolby Audio Camera: Hd 720p With Privacy Shutter Microphone: 2x, Array Battery: Integrated 45wh Max Battery Life: Model With 45wh Battery: Mobilemark 2018: 6 Hr Local Video (1080p) Playback@150nits: 10 Hr Power Adapter: 65w Round Tip (3-pin) Design Display: 15.6" Fhd (1920x1080) Ips 300nits Anti-glare Touchscreen: None Keyboard: Backlit, English Case Color: Arctic Grey Surface Treatment: Imr (in-mold Decoration By Roller) Case Material: Pc + Abs (top), Pc + Abs (bottom) Dimensions (wxdxh) 359.2 X 236.5 X 19.9 Mm (14.14 X 9.31 X 0.78 Inches) Weight Starting At 1.63 Kg (3.59 Lbs) Software Operating System: Windows 11 Home 64, English Bundled Software: Office Home And Student 2021 Connectivity Ethernet: None Wlan + Bluetooth Wi-fi 6 11ax, 2x2 + Bt5.2 Standard Ports 1x Usb 2.0 1x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer, Power Delivery 3.0, And Displayport 1.2) 1x Hdmi 1.4b 1x Card Reader 1x Headphone / Microphone Combo Jack (3.5mm) 1x Power Connector Warranty: 3 Years Estimated Price: Less Than Php 50,000.00 Each Unit Office Productivity Software – 50pcs Microsoft Office 2021 Ltsc Standard (windows) - Perpetual License Word 2021 Excel 2021 Powerpoint 2021 Outlook 2021 Publisher 2021 Onenote Document Scanner – 2units Document Scanner Scanner Type: Flatbed Color Image Scanner With Adf Photoelectric Device:1200 Dpi Color 4 Line Ccd Sensor (rgb And Black) Optical Resolution: Flatbed: 1200 Dpi / Adf: 600 Dpi Adf: 600 X 600 Dpi Micro Step Drive Technology Maximum Resolution:1200 Flatbed And 600 Dpi Adf Color Bit Depth:48-bits Per Pixel Internal / 24-bit External Grayscale Bit Depth:16-bits Per Pixel Internal / 8-bit External Optical Sensor:1200 Dpi 4 Line Color Ccd Line Sensor (rgb & Black) Maximum Scan Area: Flatbed 21.5 Cm X 29.7 Cm, Adf 21.5 Cm X 101.6 Cm Light Source:readyscan Led Scanning Speed: 200 Dpi B/w: Up To 25 Ppm / 50 Ipm With Adf Color: Up To 25 Ppm / 50 Ipm With Adf 300 Dpi B/w: Up To 25 Ppm / 50 Ipm With Adf Color: Up To 25 Ppm / 50 Ipm With Adf 600 Dpi B/w: Up To 6 Ppm / 12 Ipm With Adf Color: Up To 4 Ppm / 8 Ipm With Adf Capacity:100 Pages (80 G/m2) Type:sheet Fed 1-pass Duplex Scanning Document Sizes: A4, Letter, Legal, B5, A5 Max. Size 8.5" X 40" Min. Size 4" X 6" Paper Weight:thickness 50 To 128 G/m2 Operating Systems: Windows 11, Windows 10, Windows® 8, Windows 7, Mac Os® X 10.5.x, 10.6.x, 10.7.x, 10.8.x Warranty: 2 Years Network Printer, Monochrome – 4units Printing Technology: Laser Print Resolution: 1200 X 1200 Dpi Print Speed: 45 Ppm First Print Out Time: 5.9 Seconds (black) Duplex Printing: Yes Monthly Duty Cycle: 7500 Pages (recommended) Interface: Rj45, Usb Type-b Warranty: 2 Years Network Access Point – 9units Network Access Point Network Access Point Device Mechanical Dimensions: Ø197 X 35 Mm (ø7.76 X 1.38") Weight: Without Mount: 460 G (1.01 Lb) With Mount: 600 G (1.32 Lb) Enclosure Material Plastic Mount Material Sgcc Steel Weatherproofing Ip54 Hardware Management Interfaces Ethernet Bluetooth Networking Interface (1) Gbe Rj45 Port Button Factory Reset Led White/blue Power Method Poe+ Power Supply Unifi Poe Switch 48v, 0.5a Poe Adapter (optional) Supported Voltage Range 44 To 57vdc Max. Power Consumption 13w Max. Tx Power 2.4 Ghz 22 Dbm 5 Ghz 26 Dbm Mimo 2.4 Ghz 2 X 2 (ul Mu-mimo) 5 Ghz 4 X 4 (dl/ul Mu-mimo) Throughput Rate 2.4 Ghz 573.5 Mbps 5 Ghz 4.8 Gbps Antenna Gain 2.4 Ghz 4 Dbi 5 Ghz 6 Dbi Mounting Wall/ceiling (included) Operating Temperature -30 To 60° C (-22 To 140° F) Operating Humidity 5 - 95% Noncondensing Certifications Ce, Fcc, Ic, Mic Software Wifi Standards 802.11a/b/g Wifi 4/wifi 5/wifi 6 Wireless Security Wpa-psk, Wpa-enterprise (wpa/wpa2/wpa3) Bssid 8 Per Radio Vlan 802.1q Advanced Qos Per-user Rate Limiting Guest Traffic Isolation Supported Concurrent Clients 300+ Zero Wait Dfs Yes* *supported With Upcoming Supported Data Rates 802.11a 6, 9, 12, 18, 24, 36, 48, 54 Mbps 802.11b 1, 2, 5.5, 11 Mbps 802.11g 6, 9, 12, 18, 24, 36, 48, 54 Mbps 802.11n (wifi 4) 6.5 Mbps To 600 Mbps (mcs0 - Mcs31, Ht 20/40) 802.11ac (wifi 5) 6.5 Mbps To 3.4 Gbps (mcs0 - Mcs9 Nss1/2/3/4, Vht 20/40/80/160) 802.11ax (wifi 6) 7.3 Mbps To 4.8 Gbps (mcs0 - Mcs11 Nss1/2/3/4, He 20/40/80/160) Warranty: 2 Years Network Printer, Colored – 2units Functions: Print Print Speed Black (iso, A4): Up To 27 Ppm Print Speed Color (iso): Up To 27 Ppm Print Speed Duplex (a4): Up To 24 Ipm Print Speed Duplex (a4): Up To 24 Ipm Print Colors: Yes Wireless Capability: Yes, Built-in Dual-band Wi-fi; Authentication Via Wep, Wpa/wpa2, Wpa Enterprise; Encryption Via Aes Or Tkip; Wps; Wi-fi Direct; Bluetooth Low-energy Warranty: 2 Years Floor Stand Display Advertising Digital Signage General Size: L760 *w400*h1909 Mm (for Model 43") Colour: Black /white Os Support: Win7/10, Android 6.0 And Higher Version Cpu: Rk3188 Ram: 1gb Memory: 8gb Video Format Supported: Mpeg1/mpeg2/mpeg4/divx/asp/wmv/avi Control Method: Software Control Hdmi: Out/in Display Display Type: Led 55” Max Resolution: 1920*1080 Uhd Aspect Ratio: 16:9 Brightness: 450cd/m2 Panel Life: 50000hours Contrast Ratio: 1100:1 Response Time: 12ms Visual Angle: 178°/178° Display Colors: 16:7m Tempered Glass: 4mm Tempered Glass Glass Transmittance: 95% Screen Type Type: No Touch Enclosure: Material: Spcc Surface: Powder Coated Interface Dc Input X1,(12v; 3.0a) Hdmi Input X1 Rj45 X1 Usb Otg X1 Usb Host X1 Tf Card X1,(max. Support Extend : 64gb Application Working Temperature: 0°c~40°c Storage Temperature: -20°c~60°c Application: Indoor Accessories Remote Control X1 Key X1 Antenna X1(standard Comes With High-end And Middle-end Model) User Manual X1 Warranty: 2 Years [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.]
Closing Date12 Feb 2025
Tender AmountPHP 6.3 Million (USD 110.1 K)

City Of Bayawan Tender

Others
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0032 Date January 30, 2025 Pr Reference 100-25-01-059 Philgeps Reference No. End-user Comelec Closing Date February 14, 2025 February 18, 2025 Bid Opening "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: Per Lot Per Item 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Total Abc: After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Supply And Delivery Of Office Supplies Expenses Aid To Comelec. Lot. I Appliances 1 "smart Tv, Display: Lcd Display Size: At Least 50"" Display Res.: 3840x2160 Backlit Type: Direct Led Picture Processor: At Least 4k Processor X1 Tm Connectivity: Lan, Wifi & Usb Hdmi Input: 3x Inclusions: Wall Mounting Brackets Complete Accessories Warranty: With Warranty" 1 Unit 40,000.00 [ ] [ ] Lot. Ii Arts And Crafts Equipment, Accessories And Supplies 2 Sign Pen, Fine Point G-tec, Tip 0.4mm, Blue 10 Piece 85.00 [ ] [ ] 3 Sign Pen, Fine Point G-tec, Tip 0.4mm, Black 10 Piece 85.00 [ ] [ ] 4 Sign Pen, Fine Point G-tec, Tip 0.3mm, Black 5 Piece 85.00 [ ] [ ] 5 Sign Pen, Fine Point G-tec, Tip 0.3mm, Blue 5 Piece 85.00 [ ] [ ] 6 Sign Pen, Liquid/gel, 0.7mm, Black 5 Piece 80.00 [ ] [ ] 7 Sign Pen, Liquid/gel, 0.7mm, Blue 5 Piece 80.00 [ ] [ ] 8 Specialty Board, Long, 10s/pack (white) 5 Pack 60.00 [ ] [ ] 9 Specialty Board, Short, 10s/pack (white) 5 Pack 50.00 [ ] [ ] 10 Bond Paper, Multi-purpose, Short, 70gsm, 500 Sheets Per Ream 10 Ream 200.00 [ ] [ ] 11 Photo Paper, Glossy, A4, 180gsm, 20s/pack 20 Pack 120.00 [ ] [ ] 12 Sticker Paper, Glossy, Long, (10s/pack), White 50 Pack 90.00 [ ] [ ] 13 Envelope, Expanding, Plastic Long Envelope With Handle (good Quality), Durable White/transparent 170 Piece 100.00 [ ] [ ] 14 Refill Ink, For G-tec C4 Sign Pen 20 Piece 55.00 [ ] [ ] 10 Black And 10 Blue Lot. Iii Audio And Visual Equipment And Supplies 15 "speaker, Tranducers: 2x5 25 Woofer; 2x25 Tweeter Output Power: At Least 160 Watts Rms Input Power: 100-240 V 50-60 Hz Frequency Response: 45hz-20khz 6db Signal To Noise Ratio: 80db Battery Type: Li-on Polymer 36 Wh Usb Port: Yes Bluetooth: Yes With 15dbm Eirp Inclusions: 2x Digital Wireless Mic Warranty: One Year!" 1 Unit 35,000.00 [ ] [ ] 16 "multimedia Projector, Projector System: 3lcd Technology Brightness: At Least 3600 Lumens Resolution: Xga, 1,024x768; 4:3 Interface: Usb, Vga & Hdmi Inclusions: Accessories, +hdmi Or Vga+70*70 Projector Screen Warranty: One Year! Parts & Labor! Carry-in!" 1 Unit 35,000.00 [ ] [ ] Lot. Iv Information And Communication Technology Equipment, Devices And Accessories 17 External Hard Drive, 1tb, 2.5 "hdd, Usb 3.0 2 Unit 3,500.00 [ ] [ ] 18 "inkjet Printer, Specifications: Printer Type: Inkjet, Inktank Functions: Print Only Print Speed: At Least 9ipm/4.8ipm (b/c) A4 Paper Sizes: A4, Max. Interface: Usb Inclusions: Starter Set Consumables Warranty: One (1) Year" 2 Unit 5,700.00 [ ] [ ] 19 Biometrics Machine, User Capacity: Atleast 3,000, Fingerprint Capacity: Atleast 1,000; Record Capacity: Atleast: 50,000; Communication: Tcp/ip, Wifi, Usb Host; Standard Function: 9 Digit User Id, T9 Input, Sms, Dst, Self-service Query, Automatic Status, Switch, Ring Bell; Power Supply: Dc 12v/1.5a; 1 Year Warranty 1 Unit 15,000.00 [ ] [ ] 20 "laptop Computer, Processor: Intel Core Tm I5 1135g7 Memory: 8 Gb Of Onboard Ddr4 System Storage: 512 Gb Nvme Ssd (hdd Upgrade Kit) Display : 14.0in Display With Ips Graphics: Intel Iris X Graphics -intel Wireless Wi-fi 6 Ax201 -802 11a/b/g/n/acr2+ax Wireless Lan -supports Bluetooth 5.1 Lan: Gigabit Ethernet, Wake-on-lan Ready Operating System: Windows 11 Pro Inclusion: Free Optical Mouse With Pad Warranty: One Year!" 1 Unit 45,000.00 [ ] [ ] 21 "laser Printer, Printer Type: Laserjet Memory Capacity: 128-256mb Paper Size: A4 Paper Capacity: Up To 250 Sheets 2-sided Printing: Yes Print Resolution: 1200 X 1200 Dpi Print Speed: 18-42pp, A4 Interface: Usb Voltage: 100-240vac/50-60hz Inclusions: 1 Starterkit + 1 Extra Toner Warranty: One Year!" 1 Unit 15,000.00 [ ] [ ] 22 "desktop Computer, Processor: Intel Core I3-1215uggraphics Integrated Intel Uhd Graphics Memory: 2x 4gb So-dimm Ddr4-3200 Storage: 512gbssdm.2 2280 Pcle 4.0x4 Nvme Camera: Hd720p Power Supply: 90w 89% Adapter Design Display: 21.5 Inch Fhd (1920x1080)ips Keyboard: Calliope Wireless Mouse Stand: Aio Stand Form Factor: Aio (21.5 Inches) Dimensions (wxdxh): (19.31x7.29x15.93 Inches) Connectivity: Ethernet Integrated 100/1000m Wlan+bluetooth Wifi,11ax 2x2+bt5.1 Operating System: Windows 11 Pro Licensed Warranty: One Year!" 2 Unit 48,000.00 [ ] [ ] 23 "memory Module, Spec: 8gb Pc3 Sodimm 12800mhz Warranty: One Year!" 1 Unit 2,700.00 [ ] [ ] Lot. V Office Equipment And Accessories 24 "cabinet, 3/5/6 Layer Metal File Cabinet Drawer Steel Cabinet Filing Cabinets & Stands Unit Mobile Pedestal Drawer With Wheels - Filing Cabinet Office Cabinet, Drawer Metal Cabinet, Metal Drawer, Home Office Cabinet Storage For Documents. Color: Black Or White" 3 Unit 3,500.00 [ ] [ ] 25 "folding Table, Foldable Plastic Rattan Table Dinning High Quality 61x100 Table Heavy Duty Table Color: Black" 2 Unit 1,600.00 [ ] [ ] Lot. Vi Other Supplies And Materials 26 "money Counter, Automatic Detecting With Uv (ultraviolet) And Mg (magnetic) While Counting Suitable For Most Currencies In The World Automatic Start, Stop And Clearing With Batching, Adding And Self-examination Functions Double-notes Detecting Automatic Half-note Detection Counting Speed:>1,000pcs/min Size Of Countable Note:50mmx110mm/90mmx190mm Dimensions:320mmx288mmx205mm Power Supply:ac 220v+10%50hz+5%power Consumption<70 Hopper Capacity:300 Pcs Stacker Capacity:200 Pcs Warranty: 1 Year!" 1 Unit 10,000.00 [ ] [ ] Lot. Vii Printing And Publication 27 "laminating Machine, A4/a3 Size Laminator Hot/cold/ Reverse Function 220v Heavy Duty Laminating Machine Warranty: 6 Months" 1 Unit 6,000.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date14 Feb 2025
Tender AmountPHP 362.7 K (USD 6.2 K)

Batangas State University Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Semi-expandable Ict Equipment For Various Offices " 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Semi-expandable Ict Equipment For Various Offices " With An Approved Budget For The Contract (abc) Four Hundred Fifty-eight Thousand Five Hundred Pesos Only (php 458,500.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 4 Unit All In One Printer Functions : Print, Scan, Copy Memory: 128mb Display: 1 Line Lcd Interface: Hi-speed Usb 2.0 Wired/wireless Network: Wireless Lan Print Speed (laser Comparable): Up To 17ipm (mono) And 16.5ipm (colour) Print Speed (fast Mode): Up To 30ppm (mono) And 26ppm (colour) Print Resolution: Up To 1200 X 6000 Dpi 2-sided Print: Automatic (up To A4/ltr) Direct Wireless Connection: Wi-fi Direct Maximum Copy Size: A4 Copy Speed (laser Comparable): Up To 13ipm (mono) And 10.5ipm (colour) Copy Speed (fcot): Up To 10.5 Sec (mono) And 21 Sec (colour) Copy Resolution (colour): Print Max. 1200 X 2400 Dpi; Scan Max. 1200 X 600 Dpi Maximum Scan Size: Up To A4 Scan Resolution: Optical: Up To 1200 X 2400 Dpi; Adf: Up To 1200 X 600 Dpi) Scan Speed: From 3.35 Sec/4.38 Sec (a4 Size, 100 X 100 Dpi) Paper Input (standard Type): Up To 150 Sheets (80g/m2) Paper Output: Up To 50 Sheets (up To A4) Paper Handling Sizes: A4, Ltr, Exe, A5, A6, Photo 4" X 6", Indexcard 5" X 8", C5 Envelope, Com-10, Dl Envelope, Monarch 57,600.00 2 1 Unit All-in-one Color Ink Tank Printer Function: Multi-function (print, Scan & Copy) Output Color: Color Print Technology: Inkjet Print Speed: Black - 8.8ppm; Color - 5ppm Number Of Nozzles: Total 1,472 Nozzles Resolution: 4800 X 1200dpi (max.) Paper Size: A4, A5, B5, Letter, Legal, 4 X 6 Inch, 5 X 7 Inch, 8x 10 Inch, Envelopes (dl, Com10), Square (5 X 5 Inch), Business Card. Custom: (width 55 – 215.9mm, Length 89 – 676mm) Paper Type: Plain Paper, High Resolution Paper, Photo Paper Plus Glossy Ii, Photo Paper Plus Semigloss, Matte Photo Paper, Envelope, Glossy Photo Paper, Photo Sticker Paper Weight: Plain Paper: 64 – 105g/m2, Canon Specialty Paper 275g/m2; Photo Paper Plus Glossy Ii (pp-201). Input Capacity: 100 Sheets Input Tray Output Capacity: 50 Sheets Output Tray Duplex Printing: Manual (driver Support Provided) Scanner Type: Flatbed Scanning Speed: 19s Scan Resolution: 600 X 1 200dpi Scan Paper Size: A4, Letter 10,700.00 Page 1 Of 5 Item No. Qty Description Total Multiple Copy: 1 – 20 Pages Copy Speed: 3.5ppm Connectivity: 1 Hi-speed Usb 2.0, Wi-fi Display: 1.2 Inch Segment Lcd Display Wireless: Yes, Ieee 802.11n / Ieee 802.11g / Ieee 802.11b Ink Tank: Yes Power: Input Voltage: Ac 100 – 240v; 50 / 60hz; Power Consumption: 11w (1.2w Standby) Ink Bottle: Gi-790 Black (6,000) Pages, Gi-790 Cyan, Magenta, Yellow (7,000) Pages 3 3 Unit All-in-one Ink Tank Printer Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black / Colour): Up To 7.0 Ipm / 1.7 Ipm Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 600 X 1200 Dpi Maximum Scan Area: 216 X 297 Mm Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Flatbed (black / Colour): 200dpi: Up To 11 Sec / Up To 32 Sec Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Maximum Paper Size: 215.9 X 1200 Mm Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver*3 Operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Usb: Usb 2.0 Printer Software: Epson Scansmart 28,800.00 4 5 Unit Color Document Scanner Specifications Scanner: 249,500.00 Page 2 Of 5 Item No. Qty Description Total Scanner Type: Sheet-fed, 1-pass, Duplex Color Scanner Optical Resolution:600 Dpi Maximum Resolution:1200 Dpi Interpolated Monochrome Bit Depth:1-bitoutput Resolution:50 To 1200 Dpi Effective Pixels:5100 X 9300 Light Source:3-color Rgb Led Scanning Speed:letter Size: 45 Ppm/70 Ipm: 300 Dpi Black-and-white, Color, Gray Automatic Document Feeder: Capacity:100 Sheets Document Sizes: Paper Size Minimum: 2" X 2" Paper Size Maximum: 8.5" X 240" At 200 Dpi, 8.5" X 215" At 300 Dpi Daily Duty Cycle: 5,000 Sheets Paper Weight: 27 –413 G/m2 Consumables: Roller Assembly Kit: 200,000 Pages General: Operating Systems: Windows® 10 Windows 8/8.1 Windows 7 Mac Os X® 10.9.8 – Macos® 10.12.x Software Requires Internet Connection For Download And Installation. Temperature: Operating: 41 ° To 95 °f (5 ° To 35 °c) Storage: -13 ° To 140 °f (-25 ° To 60 °c) Humidity: Operating: 10 – 80% (no Condensation) Dimensions: Product Only: 11.7" X 7.7" X 12.5" Product In Package: 14.5" X 9.9" X 11.5" Weight: Product Only: 8.1 Lb. Product In Package: 10.6 Lb. 5 4 Unit Computer Speaker Dimensions Height: 110 Mm Width: 90 Mm Depth: 88 Mm Weight: .25 Kg Technical Specifications Total Watt (rms): 1.2w 3.5 Mm Input: 1 Usb Cable For Power: 1 Controls Power And Volume Controls On Right Speaker 3,000.00 6 3 Unit Computer Web Camera Resolution: Full Hd 1080p, 1920*1080 Pixels Lens Type: Full Hd Glass Lens Viewing Angle: 70 Degrees Focus Type: Fixed Focus Focus Range: 60cm And Beyond Built-in Mic.: Digital Hd Mic. Output Format: Mjpeg Frame Rate: 30fps Usb: Usb 2.0 System Requirements Compatible With: Windows 7 /8 / 8.1 / 10 Or Later Works In Usb Video Device Class (uvc) Mode: Mac Os 10.10 Or Later 3,900.00 Page 3 Of 5 Item No. Qty Description Total Linux Os 2.6 Or Later Chrome Os 6.0 Or Later Android V6.0 Or Later Compatible With Social And Video Calling Software Of The Above System 7 1 Unit Dot Matrix Printer Print Method: Impact Dot Matrix Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Print Speed: High Speed Draft: (10 / 12 / 15 Cpi): 347 / 357 / 390 Cps (condensed, 17 / 20 Cpi): 383 / 298 Cps Draft: (10 / 12 / 15 Cpi): 260 / 312 / 223 Cps (condensed, 17 / 20 Cpi): 222 / 260 Cps (emphasized, 10 Cpi): 130 Cps Nlq: (10 / 12 / 15 / 17 / 20 Cpi): 65 / 78 / 55 / 47 / 56 Cps Reliability: Printhead Life: Approx. 400 Million Strokes/wire Mean Print Volume Between Failure (mvbf): Approx. 20 Million Lines (except Print Head) Mean Time Between Failure (mtbf): Approx. 10,000 Poh (25% Duty) Print Characteristics: Character Sets: Italic Table, Pc437 (us Standard Europe), Pc850 (multilingual), Pc860 (portugese), Pc861 (icelandic), Pc863 (canadian French), Pc865 (nordic), Abicomp, Brascii, Roman 8, Iso Latin 1, Pc 858, Iso 8859-15 Paper Path: Manual Insertion: Rear In, Top Out Push Tractor: Rear In, Top Out Paper Media: Cut Sheet (single Sheet): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.065 ~ 0.14mm (0.0025 ~ 0.0055") Cut Sheet (multi-part Forms): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.12 ~ 0.39mm (0.0047 ~ 0.015") (total) Continuous Paper (single Sheet / Multi-part): Length: 101.6 ~ 558.8mm (4.0 ~ 22.0") Width: 101.6 ~ 254.0mm 4.0 ~ 10.0") Thickness: 0.065 ~ 0.39mm (0.0025 ~ 0.015") (total) Envelope (no.6): 14,000.00 Page 4 Of 5 Item No. Qty Description Total Length: 92mm (3.6") Width: 165mm (6.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0,0205") (total) Envelope (no.10): Length: 105mm (4.1") Width: 241mm (9.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0.0205") (total) Roll Paper: Width: 216mm (8.5") Thickness: 0.07 ~ 0.09mm (0.0028 ~ 0.0035") Supported Os And Applications: Supported Os: Microsoft® Windows® 2000 / Xp / Vista / 7 / 8 / 8.1 / 10 8 6 Piece External Hard Drive Connection Interface: Usb 3.0 Capacity: 1tb Storage Media: 2.5" Hdd 19,200.00 9 1 Unit Monitor 34 Inches” Wqhd (3440x1440) High Resolution 21:9 Ultra Wide Display 121% Srgb 144hz High Refresh Rate Immersive 1500r Curvature 144hz Curved Monitor 20,000.00 10 14 Piece Ssd Form Factor 2.5? Capacity 1 Tb Interface Sata Iii Dimensions (l X W X H) 0.28? X 3.96? X 2.75? Sequential Read Performance 535mb/s Sequential Write Performance 450mb/s" 51,800.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 10, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date10 Jan 2025
Tender AmountPHP 458.5 K (USD 7.9 K)

City Of Bais Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Drainage Work
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All information Needed To Submit Sf330 Documents Are Contained herein. No Additional Solicitation Package Or Technical information Will Be Issued. project: 557-24-102 Correct Critical Fca Sanitary And Storm Water Deficiencies work Location: Carl Vinson Va Medical Center, Dublin, Ga 31021 estimated/target Completion Period: 240 Calendar Days After Award. construction Magnitude: Between $5,000,000 And $10,000,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than (nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview: the Purpose Of This Design Project Is To Provide For The Design To Repair The Campus Storm Sewage System From Roof Gutters, Downspouts, And Ground Connections Through Terracotta Pipe To Original Brick Manholes. Initial Smoke Study Shall Inform A Phased Construction Approach.storm System From Ground Connection To First Manhole Is Original Terracotta Pipe In Most Areas And Manholes Are Original Brick. This Original System Is In Need Of Replacement To Include Mainlines, Laterals, And Manholes. Newer Concrete Piping Through To Outfalls At Lake Leisure Should Be Tested/analyzed, But May Remain In System If Deemed Acceptable Condition. sanitary Lift Station On Site Consistently Reads A Higher Utilization Number Than Incoming Water Usage, Likely Indicating An Interconnection With The Storm System. An Inflow And Infiltration Study Shall Be Conducted To Determine Where The Storm System Is Interconnected With Sanitary System. Smoke Test Shall Include Camera Routing Through Mains Where Required To Identify Leaks, Defects, And Improper Connections. Utilize Nassco Specifications For Testing Procedures. An Analysis To Determine Anticipated Load And Outflow Sizing Shall Be Completed Prior To Design To Review Pipe Sizes. Updated Storm Water System Shall Rely Upon Main Pond, Lake Leisure, To The Greatest Extent Possible, Minimizing The Need For Additional Retention/detention Ponds, Swales, Etc. After Smoke Study Is Completed, The Results Shall Be Used To Inform And Recommend System Repairs And Replacements. A Phased Construction Will Be Designed, With The First Phase Correcting Any Infiltration Of Storm Water Into The Sanitary System, As Described In Below Fca Deficiencies. Additional Critical Repairs And Replacements Shall Be Designed To Fit Within Approved Construction Budget. Work Not Completed In This Project Will Be Moderately Scoped Out Into Phases For Further Future Design And Construction Efforts. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total service-disabled Veteran-owned Small Business Set-aside (jul 2019) (deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf 330 Selection Criteria: The Va Will Utilize The Following Selection Criteria In relative Order Of Importance. specialized Experience And Technical Competence In The Type Of Work Required. submission Requirements: sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length, And No More Than Ten (10) Pages Total. submit A Minimum Of Three (3) But No More Than Four (4) Projects Similar To Work In The Solicitation. projects Submitted Must Be Recent. Recent Is Defined As Services Provided Within The Last Five (5) Years. at Minimum, Two (2) Projects Must Have Construction Completed Or Construction Substantially (75%+) Complete. projects/data Submitted Shall Be Projects With Total Construction Costs Of $2,500,000 Dollars And Greater. projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements. basis Of Evaluation: specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation, Such As Large Campus Sanitary And Storm Water Repairs And Replacement. specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company. technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence May Be Considered Non-responsive Or Scored Negatively. higher Ratings May Be Given For Projects Completed On Va Campuses. failure To Provide Requested Data May Negatively Impact An Offeror's Rating. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. submission Requirements: complete Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length. provide A Contractor Performance Assessment Reporting System (cpars) Report For Each Submitted Project Under Specialized Experience Criteria, Above. Cpars Must Be Incorporated Into The Submission; Cpars Will Not Count Towards Page Limitations. If The Project Does Not Have Cpars, Then A Past Performance Questionnaire (ppq) May Be Used. basis Of Evaluation: past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To: the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction; timely Delivery Of Quality Work; the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws And Regulations; successful Implementation Of A Quality Control Plan And Quality Control Procedures; addressing Design Errors/omissions Timely; adherence To Approved Schedules; And, history Of Timely And Professional Communication And Cooperative Behavior. include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.). provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance. offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact. include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services. higher Ratings May Be Given For Work Performed On Va Medical Center Campuses. failure To Provide Requested Data Or To Provide An Accessible Point Of Contact (poc) May Negatively Impact An Offeror's Rating. failure To Demonstrate Proven Competence To Perform Projects Like The Requirements Of The Solicitation May Be Considered Ineligible For Award. professional Qualifications Necessary For Satisfactory Performance Of Required Services. submission Requirements: complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual, And Not More Than Fifteen (15) Total Pages. basis Of Evaluation: evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes. the Offeror Shall Have A Professional Engineer, Currently Registered In Any State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions. the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Stormwater, Etc.). key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, And Other Individuals That Are Responsible Or Accountable For Design Submissions. the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together. higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc. offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Non-responsive . failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Offeror's Rating. location In The General Geographical Area Of Dublin, Ga And Knowledge Of The Locality Of The Carl Vinson Va Medical Center Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Dublin, Ga Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. basis Of Evaluation: offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Dublin, Ga And The Middle Georgia Area. if Prior Experience In Dublin, Ga Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Dublin, Ga Geographical Area Or Areas Of Similar Nature. offerors That Submit Relevant Projects Outside Of The Dublin, Ga Geographical Area May Be Given A Lower Rating Than Projects Within The Dublin, Ga Geographical Area. capacity To Accomplish The Work In The Required Time. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. basis Of Evaluation: identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months. describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects. evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements. data Is Acceptable In Tables Or Charts. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. offeror S Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . basis Of Evaluation: offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. .
Closing Date13 Jan 2025
Tender AmountRefer Documents 
4471-4480 of 4499 archived Tenders