Camera Tenders
Camera Tenders
MUNICIPALITY OF KITAOTAO, BUKIDNON Tender
Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Invitation To Bid Kb-goods-2025-04 I. The Municipality Of Kitaotao, Intends To Apply The Sum Of Seven Hundred Ninety-nine Thousand Pesos Only (799,000.00) For The Supply And Delivery Of Early Warning System (flood Monitoring Device). Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Municipality Of Kitaotao, Bukidnon Now Invites Sealed Bids From Eligible Bidders To Apply For Eligibility And To Bid For The Here Under Item: Name Of Contract Office Funding Source Abc (php) Supply And Delivery Of Early Warning System (flood Monitoring Device) Mdrrmo Unexpended Mdrrmf 2023 799,000.00 Stock Quantity Unit Description 1. 1 Set Supply And Delivery With Installation Of Early Warning System (flood Monitoring Device) Specs: Ultrasonic Liquid Level Transmeter Test Range: 0.1 5m, Output Rs485, With Cable: 10m Data Longer Of Automatic Weather Station Lcd Screen With Remote Control Software: Supports Windows, Android, Ios, Connection: Wired/wireless(wifi/3g/4g/internet Data Data Interface:rs485, Supply:1-2-24vdc, With Protective Box, Rika Cloud Provided Supply:1 2-24vdc Outdoor Security Camera Image Sensor: 1/2.7", Resolution: 4 Mp (2560 X 1440), Lens: F/no:2.2; Focal Length:3.89mm, Night Vision: 850 Nm Ir Led Up To 98 Ft (30m) Security: 128 Bit Aes Encryption With Ssl/tls Video Compression: H. 264, Frame Rate: 15fps, Video Streaming: 4mp 5-port Metal Case Unmanaged Switch Satelite Internet Provider With Router, Rj45 Adaoter, And Other Accessories 550w Solar Panel (mono) Solar Charge Controller 40a Solar Inverter 12v 1000 12v 100ah Lifepo4 Solar Battery Water Level Bracket With Fence And Other Accessories Miscellaneous: Residential Service Plan For 1 Year(unlimited Data,fixed Location) Cctv Cloud Server Annual Subscription Engineering Services Includes Delivery, Installations, Configuration, Programming, Testing And Commissioning Including End-user Training For 1 Day, Include 1 Year Parts And Service Warranty Or Until The Project Completion. Terms & Conditions: The Supplier Must Be The Authorized Representative Of The Manufacturer In The Phil. Supported By A Duly Stamped And Sealed Certification From The Original Equipment Manufacturer(oem) As Offered Specifically For The Project To Be Bid Indicating The Project Time; The Bidder/supplier Shall Submit Certification From The Manufacturer Indicating That Are Tittle To Warrant The Equipment And Its Complementary Accessories Being Offered Are Brand New As Specified By This Project. The Bidder/supplier Must Have At Least Three Employed Local Personnel Qualified And Trained To Install, Repair & Maintain The Proposed Equipment Supported By A Duly Stamped & Sealed Training Certificate From The Manufacturer. Supplier Must Submit Also An Employment Certificate Or Employment Contract W/ The Bidder. The Bidder/supplier Shall Submit A Certification That Warrant And Guarantee That The Equipment And Its Complementary Accessories Being Offered Are Brand New For This Project. Schedule Of Activities: Particulars Date & Time Venue Issuance Of Bid Documents Upon Payment Of A Non-refundable Fee Of P 1,000.00 February 19 – February 26, 2025 8:00 A.m - 5:00 P.m Bac Secretariat Office 2nd Floor, Municipal Budget Office, Municipal Hall, Kitaotao, Bukidnon Deadline For The Submission And Opening Of Eligibility Requirements And To Bid February 27, 2025 @ 10:00am Municipal Function Room, 2nd Floor Building, Kitaotao, Bukidnon Iii. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Iv. Prospective Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Kitaotao, Bukidnon And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 Pm, February 19 – February 26, 2025. V. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Specified Above. The Method Of Payment Will Be Through Cash. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Authorized Representative. Vi. Bids And Eligibility Requirements Must Be Delivered To The Address Below At Or Before 10:00 A.m., On February 27, 2025. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash (2% Of Abc) Or Any Other Form As Specified In The Revised Irr Of R.a. 9184. Late Bids Shall Not Be Accepted. Vii. Bid Opening Shall Be On February 27, 2025 At 10:00 A.m., Municipal Function Room, 2nd Floor Building, Kitaotao, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Specified Above. Viii. Request For Clarifications Must Be Submitted At Least Ten (10) Calendar Days Before The Scheduled Opening Of Bids. Ix. The Municipality Of Kitaotao Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Sgd Mildred R. Geolina Chairperson/bids And Awards Committee
Closing Date26 Feb 2025
Tender AmountPHP 799 K (USD 13.8 K)
Library And Archives Canada Tender
Electronics Equipment...+1Electrical and Electronics
Canada
Details: 1. Advance Contract Award Notice (acan) An Acan Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 2. Definition Of The Requirement Library And Archives Canada Has A Requirement For The Provision Of Repair And Maintenance Services Of Motion Picture Film Equipment, And Related Audio-visual Equipment. The Required Services Include: • Construction, Repair, Maintenance And Modification To Motion Picture Liquid-gates, Used For Optical Film Copying On Oxberry Printers (16mm And 35mm Formats And Obsolete Formats Such As 8mm, Super8mm, 9.5mm And 28mm Motion Picture); • Construction, Repair, Maintenance And Modification To All Related Devices Such As Sprocket Drives, Pins, Gears, Pumps, Vacuums, Viewers, Hoses, Camera Mechanisms, Film Magazines, Filters, Etc.; • Repair, Construction And Modification Of Motion Picture Film Cleaning Equipment, Including Lipsner-smith And Ptr Rollers Installation And Upkeep; • Repair And Modification Of Motion Picture Film Editing Equipment, Specifically Intercine Flatbed Viewers And Steenbeck Viewers, Including Machines For 16mm, 35mm, Super8mm, 9.5mm, 28mm, And 8mm Film Formats; • Repair And Modification Of Motion Picture Film Processing Equipment, Specifically Triese Engineering 16mm/35mm Demand Drive Unit, And Related Chemical Mixing Tanks And Systems, Including Automatic Replenishment Feed And Delivery Systems; • Construction, Repair And Modification Of Motion Picture Film Equipment Such As, Shrinkage Gauges, Synchronizers, Splicers (cement/tape/ultrasonic), Rewind, And Related Rollers, Pins, Power Supplies, Etc.; • Repair And Modification Of 16mm/35mm Motion Picture Projectors, Specifically Kinoton Models And Related Amplifiers, Rectifiers, Power Supplies And Controls; • Related Activities As Required Such As Dismantling And Construction Of Equipment, Warehousing Of Obsolete Equipment, Preparing Equipment For Transportation, Packing, Building Custom Crates, Etc. For Equipment Shipments Etc.; • Construction And Installation Of Custom Work Spaces, Including Light Tables, Shelving, Including Electrical And Mechanical Installations; And, • Related Maintenance, Mechanical Repairs, Manufacture Of Replacement Parts And Customized Work Solutions For Audio And Video Equipment Including But Not Limited To: Keith Monks Disc Cleaning Machines; Kl Archival Professional Archival Turntables; And Simon Yorke Archival Turntables. 3. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements) Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: 1) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Oxberry Film Printers; 2) The Bidder Must Have Constructed Motion Picture Liquid Gates For Oxberry Printers; 3) The Bidder Must Have Five (5) Years Of Experience Maintaining, Repairing And Modifying Motion Picture Film Cleaning Equipment; 4) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Motion Picture Intercine And Steenbeck Film Editing Equipment; 5) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Triese Engineering 16mm/35mm Demand Drive Unit Motion Picture Film Processing Equipment And Related Chemical Mixing Tanks And Systems, Including Automatic Replenishment Feed And Delivery Systems; 6) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Repairing, Modifying And Constructing Shrinkage Gauges, Synchronizers, Splicers (cement, Tape And Ultrasonic) And Rewinds; 7) The Bidder Must Have Five (5) Years Of Experience In The Last Ten (10) Years Maintaining, Repairing And Modifying Kinoton 16mm/35mm Motion Picture Projectors And Related Amplifiers, Rectifiers, Power Supplies And Controls. 8) The Bidder Must Have Four (4) Years Of Experience In The Last Ten (10) Years Repairing And Manufacturing Replacement Parts And Customized Work Solutions For Audio Equipment Including But Not Limited To: ? Keith Monks Disc Cleaning Machines ? Kl Archival Professional Archival Turntables ? Simon Yorke Archival Turntables 4. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Subject To The Following Trade Agreement(s) O Canadian Free Trade Agreement (cfta) O World Trade Organization - Agreement On Government Procurement (wto-agp) O Canada-european Union Comprehensive Economic And Trade Agreement (ceta) O Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) O Canada-chile Free Trade Agreement (ccfta) O Canada-colombia Free Trade Agreement (ccofta) O Canada-honduras Free Trade Agreement (chfta) O Canada-korea Free Trade Agreement (ckfta) O Canada-panama Free Trade Agreement (cpafta) O Canada-peru Free Trade Agreement (cpfta) O Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca) O Canada-ukraine Free Trade Agreement (cufta) 5. Justification For The Pre-identified Supplier The Proposed Supplier Has Proven Unique Expertise And Skills In The Repair And Manufacture Of Replacement Parts For Obsolete Equipment And The Manufacture Of Precision Equipment Within Exacting Standards Required For Motion Picture Film Analysis, Copying And Treatment. The Supplier Has Also Demonstrated Knowledge Of Photographic Optics As Related To Motion Picture Film Analysis, Motion Picture Cameras, Printers And Related Equipment. The Supplier Also Has Proven Expertise And Skills In The Manufacture Of Related Audio And Video Equipment Such As Archival Turntables. The Supplier Maintains Their Own Manufacturing And Construction Capacity To Design And Rebuild Custom Equipment For Obsolete Motion Picture Film Formats And Related Audio And Video Equipment. 6. Government Contracts Regulations Exception(s) The Following Exception(s) To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection 6(d) - "only One Person Is Capable Of Performing The Work". 7. Exclusions And/or Limited Tendering Reasons The Following Exclusion(s) And/or Limited Tendering Reasons Are Invoked Under The (section Of The Trade Agreement(s) Specified): A. Canadian Free Trade Agreement (cfta) – Article 513.1(b) B. Revised World Trade Organization - Agreement On Government Procurement (wto-agp) – Article Xiii.1.b C. Canada-european Union Comprehensive Economic And Trade Agreement (ceta) – Article Xiii.1.b D. Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) – Article15.10.2.b E. Canada-chile Free Trade Agreement (ccfta) – Article15.10.2.b F. Canada-colombia Free Trade Agreement – Article 1409.1.b G. Canada-honduras Free Trade Agreement – Article 17.11.2.b H. Canada-korea Free Trade Agreement – Article 22.1.3.b I. Canada-panama Free Trade Agreement – Article 16.10.1.b J. Canada-peru Free Trade Agreement (cpfta) – Article 1409.1.b K. Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca) – Article 10.13.1.b L. Canada-ukraine Free Trade Agreement (cufta) – Article 10.13.1.b 8. Ownership Of Intellectual Property Ownership Of Any Foreground Intellectual Property Arising Out Of The Proposed Contract Will Vest In The Contractor. 9. Period Of The Proposed Contract Or Delivery Date The Proposed Contract Is For A Period Of Two (2) Years And Two (2) One-year Option Periods. Initial Contract: April 1, 2025 To March 31, 2027 First Option Period: April 1, 2027 To March 31, 2028 Second Option Period: April 1, 2028 To March 31, 2029 10. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $200,000.00 (gst/hst Extra). 11. Name And Address Of The Pre-identified Supplier Kl Archival Film Equipment / 1479007 Ontario Ltd. P.o. Box 1155 Almonte, Ontario K0a 1a0 Canada 12. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services Described In The Acan May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 13. Closing Date For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 21, 2025 At 2:00 Pm Est. 14. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statements Of Capabilities Are To Be Directed To: Anne-marie Aubry Procurement Team Leader 550 De La Cité Blvd. Gatineau, Qc J8t 0a7 Telephone: 873-353-7351 E-mail: Receptiondesoumission-bidreceiving@bac-lac.gc.ca
Closing Date21 Jan 2025
Tender AmountRefer Documents
VICENTE MALAPITAN SENIOR HIGH SCHOOL CALOOCAN,METRO MANILA Tender
Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Department Of Education Schools Division Office Caloocan City Corner 10th Ave, P. Sevilla St., Grace Park, Caloocan City Bill Of Quantities & Detailed Estimates Project : Cctv Installation School : Vicente Malapitan Senior High School Location : Caloocan City Item. No. Description Unit Qty Unit Cost Total Cost Grand Total Material Labor Material Labor A. General Requirements Mobilization/utilities,services, Equipment Rentals/demobilization /cleaning & Disposal Of Waste Materials Lot 1.00 1,500.00 861.85 1,500.00 861.85 2,361.85 Safety And Health Lot 1.00 1,500.00 0.00 1,500.00 0.00 1,500.00 Sub-total 3,861.85 B. Installation Of 4 Unit Cctv Cameras 2mp Bullet B & W Night Vision Pc 4.00 1,500.00 450.00 6,000.00 1,800.00 7,800.00 1tb Hdd Starage Pc 1.00 4,200.00 1,260.00 4,200.00 1,260.00 5,460.00 16 Channel Dvr 1080p Pc 1.00 6,500.00 1,950.00 6,500.00 1,950.00 8,450.00 Video Balun Connector Pc 4.00 250.00 75.00 1,000.00 300.00 1,300.00 Dc Male & Female Pc 4.00 100.00 30.00 400.00 120.00 520.00 Post Bracket Pc 4.00 150.00 45.00 600.00 180.00 780.00 Waterproof Junction Box Pc 4.00 150.00 45.00 600.00 180.00 780.00 Power Supply Pc 4.00 550.00 165.00 2,200.00 660.00 2,860.00 Outdoor Utp Cable Box 2.00 4,500.00 1,350.00 9,000.00 2,700.00 11,700.00 32 Inches Monitor Pc 1.00 9,700.00 2,910.00 9,700.00 2,910.00 12,610.00 Sub-total 52,260.00 I. Material (vat Inclusive) 43,200.00 Ii. Labor 12,921.85 Iii. Direct Cost (i+ii) 56,121.85 Iv. Indirect Cost 22% Of (iii) 11,497.20 V. Tax 5% Of (iii+iv) 3,380.95 Vi. Total Project Cost (iii+iv+v) 71,000.00 Note: Mobilzation & Demobilization Are Not Subjected To Ovehead/contigencies/miscellaneous/profit Markup Prepared By: Approved: Maria Theressa D. Torres Property Costudian/sch Physical Facilities Coor. School Head Checked & Reviewed: Engr. Rene N. Raspado Deped Division Engineer
Closing Date20 Feb 2025
Tender AmountPHP 71 K (USD 1.2 K)
Department Of Agriculture Tender
Others
Philippines
Details: Description Request For Quotation For The Provision Of Food And Accommodation For The Retooling Of Aew On Climate Information System. 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of One Hundred Eighty-five Thousand Pesos (₱185,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Provision Of Food And Accommodation For The Retooling Of Aew On Climate Information System. 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For Provision Of Food And Accommodation For The Retooling Of Aew On Climate Information System With The Following Specification: 50 Pax Live-in: Fullboard (july 16,2025) @2,200.00 Unit Cost 50 Pax Live-out: 2 Meals (breakfast And Lunch And Am & Pm Snacks) July 17,2025 @1,500.00 Unit Cost Amenities: *airconditioned Function Rooms *airconditioned Room Accommodation With Own Bath Cr With Cable Tv *with High Speed Wifi – Ample Parking Area *free Use Lcd Projector And Screen – Free Flowing Coffee *free Welcome Tarpaulin With Free Shuttle To And From Seaport *with Standby Hot And Cold-water Dispenser *with 24 Hours Security And Cctv Cameras *with Standby Generator 3. The Bidder Must Submit Mayor’s Permit And Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Omnibus Sworn Statement Prior To The Issuance Of The Notice Of Award (noa). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m. - 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Bac Chairperson/ The Procurement Section At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-2682698 Fax No. 032-2563063 Telefax No. 032-2682698 Darfu7@ymail.com/da7ps@yahoo.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Fabio G. Enriquez, Ph.d. Bac Chairperson
Closing Date11 Feb 2025
Tender AmountPHP 185 K (USD 3.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: This Is A Combined Synopsis/solicitationâ forâ commercial Productsâ orâ commercial Servicesâ prepared In Accordance With The Format Inâ subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Onlyâ solicitation; Proposals Are Being Requested And A Writtenâ solicitationâ will Not Be Issued.
solicitation Number 36c26225q0254 Is Issued As A Request For Quotation (rfq) In Conjunction With Far Part 13 And Constitutes The Only Solicitation. The Government Intends To Award A Firm-fixed Price Contract, Base Plus Four Option Years.
this Solicitation Intends To Award This Procurement To A Small Business Associated With Naics Code 541519 With Size Standard Of 150 Employees. Vendor Must Be Registered And Remain Active As A Small Business Vendor In Sam.gov To Be Awarded.
all Small Businesses Are Welcome To Participate In This Open Market Competition, Which Is Brand Name Or Equal.
the Department Of Veterans Affairs Network Contracting Office 22 Is Looking For A Contractor To Provide Flock Safety S Flock Os (license Plate Recognition Platform) With Law Enforcement Grade - Infrastructure Free License Plate Recognition Cameras Including Professional Installation And Integration Or Equal At Loma Linda Vamc. The Potential Contractor Must Be Able To Supply All Items Listed. Offeror Must Demonstrate Meeting The Salient Physical, Functional, And Performance Characteristic Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive.
the Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Equipment Being Requested Or Equal For Equal To Equipment, Please Submit A Capabilities Statement Illustrating How Your Organization Can Meet The List Of Draft/salient Characteristics/sow Requirements. For Instances Where Your Company Can Meet The Draft/salient Characteristics/sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement.
please Follow The Instructions On: See S02 36c26225q0254 Description And Instruction.pdf
submission Of Offers:
all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email To Sam Choo At Sam.choo@va.gov No Later Than Thursday, January 9, 2025, 10:00 Am Pt. Please Reference Solicitation Number 36c26225q0254 Within Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Non-responsive And Will Not Be Considered For Award.
offerors Shall Submit The Following Via Email:
offerors Shall Fill Out Standard Form 1449 And Section B.1 And Return It With Offer.
offerors Shall Fill Out All Portions Of Section B.3 Unit Price, Total Item Cost, And Net Item Cost Conforming To Requirements Stated By The Salient Characteristics In Item Information.
offerors Shall Fill Out All Portions Of Section B.4.
*f.o.b Is Destination, Shipping Cost Must Be Included To Item Prices.
offerors Shall Fill Out And Sign All Sections Of Solicitation Notice Including Below And Return It With Offer:
d.2 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
d.5 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024)
Closing Date9 Jan 2025
Tender AmountRefer Documents
TESDA PROVINCIAL TRAINING CENTER LIPA CITY, BATANGAS Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Spirit Level 5 Pcs Hack Saw 5 Pcs Pipe Cutter 5 Pcs Pipe Reamer 5 Pcs Pipe Threader 5 Pcs Pipe Bender 5 Pcs Bolt Cutter 5 Pcs Ball Hammer 5 Pcs Electrician Pliers 25 Pcs Screwdrivers Set 25 Pcs Box Wrench 5 Pcs Wire Splicer 5 Pcs Wire Stripper 5 Pcs Electrician Knife 5 Pcs Tools Holster 10 Pcs Push-pull 0-5 Mtrs 5 Pcs Claw Hammer 5 Pcs Prick Punch 5 Pcs Heat Gun 1200 Watts 5 Pcs Heavy-duty Soldering Iron 5 Pcs Flat File Smooth 8” 5 Pcs #16 G.i Wire 5 Kgs Whiteboard 4 X 8 X ¾ 1 Pc Equipment Electric Drill 5 Units Portable Grinder 5 Units Multi-tester 5 Units Fire Alarm System (5units Detector, 1 Control Panel) 1 Set Motion Sensors 3 Sets Security Equipment Access Control 1 Sets Cctv (4 Cameras, 1 Dvr) 1 Sets Clamp-on Meter 5 Units Insulation Resistance Tester 1 Unit Earth Resistance Tester 1 Unit Labeling Machine 1 Unit Materials Rsc/imc 25 Pcs Entrance Cap 5 Pcs Locknut & Bushing 50 Pcs Ground Fault Current Interrupting Device (gfci) 5 Pcs 3/16’ X 1” Metal Screw 100 Pcs Conduit Strap/clamp 50 Pcs Wiring Boards, ¾ Ft. X 4 Ft. X 8 Ft. 5 Sets Floor Outlet 10 Pcs Working Gloves 25 Pcs Safety Shoes 10 Pairs Hard Hat 10 Pcs Safety Goggles 10 Pcs Wire Awg #12, (3.5mm2) 5 Boxes Wire Awg #14(2.0mm2) 5 Boxes Electrical Tape 5 Rolls Wood Screw ½” X 8 1 Box Receptacle Surface Type 25 Pcs Receptacle Flush Type 25 Pcs Incandescent Bulb 50 W/ 250v Ac 25 Pcs Convenient Outlet C.o. (grounding Type,/flush Type) 2 Gang W/ Plate And Cover 25 Sets Pvc Square Box, 4 X 4 10 Pcs Flexible Conduit ½”, ¾ 25 Mtrs Pvc Conduit ½, ¾ 10 Pcs Junction Box Pvc 25 Pcs Utility Box 25 Pcs Connectors Pvc, ½ 50 Pcs Connectors Pvc, ¾ 50 Pcs Connectors Rsc, ¾ 50 Pcs Elbow Pvc ½ 20 Pcs Elbow Pvc ¾ 20 Pcs Elbow Rsc ½ 20 Pcs Elbow Rsc ¾ 20 Pcs Panel Board With 70 Amp Main And 4 Branch Ckt. 20 Amps, 2 Pcs. 15 Amps, 2 Pcs. 5 Sets Switch (3 Way With Plate And Cover) 10 Pcs Switch (single Pole With Plate And Cover) 10 Pcs
Closing Date23 Jan 2025
Tender AmountPHP 394.9 K (USD 6.7 K)
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Details: ***sources Sought Amendment 001***
the Purpose Of This Sources Sought Amendment Is To Post Responses To Vendor Questions. All Other Information Remains Unchanged Including The Response Date.
***
this Is A Request For Information (rfi) Only. This Rfi Is A Request For Informational Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quotation (rfq), Or Request For Proposal (rfp). This Rfi Does Not Constitute A Commitment By The U.s. Army To Procure Products Or Services. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi Or Otherwise Pay For The Information Solicited. Information Submitted In Response To This Rfi Is Submitted At No Cost To The Government And Will Not Be Returned. Any Exchange Of Information Shall Be Consistent With Procurement Integrity Requirements, And All Appropriate Proprietary Claims Will Be Protected To Prevent Improper Disclosure.
your Response To This Rfi Is Voluntary And Will Be Treated Only As Information For The Government To Consider. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Army May Use The Information Provided To Develop Its Acquisition Strategy. If A Solicitation Is Released For The Supplies Or Services Described Herein, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Potential Requirement.
the Us Government Is Conducting Market Research For The Rapid Development, Deployment, And Continued Support Of The Us Army Mobile Low, Slow, Small Unmanned Aircraft System (uas) Integrated Defeat System (m-lids). Current M-lids Systems Consist Of Coyote Missiles With Launchers, A 30 Mm Cannon, A .50 Caliber Gun, An M240 7.62mm Crew Served Weapon, An Electronic Warfare (ew) System, An Electro-optical/infrared (eo/ir) Camera And A Ku-band Radio Frequency System (kurfs) Radar Under The Control Of A Forward Area Air Defense Command And Control (faad C2) System Mounted On A M-atv Vehicle. Future Variants Will Be Configured On A Single Vehicle Such As Stryker. All Variants Will Be Capable Of Identifying And Defeating Group 1 Through Group 3 Uas Threats. The System Shall Be Capable Of Integrating Additional Sensors And Effectors.
background: The Us Army Has A Need To Develop, Produce, And Maintain Countermeasures Against Enemy-armed And Intelligence Gathering Uas's Operating At Various Speeds And Altitudes Which Are Targeting Both Us And Their Allies’ Interests At Home And Abroad.
interested Firms Who Believe They Can Provide The Below Described Efforts Are Invited To Indicate Their Interest By Providing The Following Information To The Contract Specialist Listed Below:
1. Company Name, Company Address, Overnight Delivery Address (if Different From Mailing Address, Cage Code, Point Of Contact, E-mail Address, Telephone Number, Fax Number.
2. Business Size (i.e. Large, Small Disadvantaged, Veteran Owned, Woman Owned, Etc.)
3. Affirmation Of Cleared Personnel And Facilities.
4. A Description Of The Company's Expertise In Providing Manufacturing Expertise And Producing Hardware As Described Below.
5. The Company's Experience In Meeting Contractual Due Dates For Similar Type Efforts.
6. Naics Code 334511
all Responses Shall Be Unclassified.
all Assumptions, Including Any Assumed Government Support, Shall Be Clearly Identified. All Proprietary And Restricted Information Shall Be Clearly Marked.
interested Sources Shall Have Sufficient Logistics, Engineering, And Other Expertise To Provide All Facets Of Development, Production, And Support For The Army’s M-lids System With The Aid Of A Partial Level Ii Technical Data Package (tdp) That Is In The Format Of The Developing Contractor. Portions Of The Technical Data Are Proprietary, And Portions Are In Contractor Format. The Government Will Not Provide A Tdp In Response To This Posting.
the Interested Source Shall Be Capable Of Providing Coverage, Starting Approximately January 2026, For The Following At Contract Award: 1) Maintenance And Repair For Us Army Outside The Continental United States (oconus) And Continental United States (conus) M-lids Systems Of All Variants. 2) Personnel Capable Of Maintaining And Repairing Systems To Meet The Programs Operational Availability Requirements To Multiple Conus And Oconus Sites. 3) Training For Operators And Maintainers. 4) Obtaining Spare And Repair Parts And Providing Them To Conus And Oconus Sites. The Interested Source Shall Be Capable Of Maintaining And Repairing More Than 30 Systems.
the Interested Source Shall Have Sufficient Engineering Expertise To Support The Integration Of The Overall System As Well As Provide Development Activities For The Counter-uas (c-uas) And Counter-improvised Explosive Device (c-ied) Electronic Warfare Systems (without A Tdp) In Accordance With United States Government (usg) Requirements. The Development Activities Will Include Both Hardware And Software Capabilities. The Interested Source Shall Possess Or Have Access To A Facility Capable Of Testing Capability At The System And Component Level. The Interested Source Shall Have The Capability Of Identifying Obsolescence In The Components And Provide The Usg With Proposed Replacements Or Redesigns. The Interested Source Shall Provide The Usg With Solutions To Allow The M-lids System To Be Exportable.
the Interested Source Shall Have The Capability To Produce, Integrate And Perform Acceptance Test Of The M-lids System Iaw Usg Requirements. The Interested Source’s Production Facility Shall Have Iso 9001 Certification. Naics Code For This Requirement Is 334511. The Estimated Production Requirement Is 70 Systems Over Five Years.
this Procurement Requires The Interested Source To Operate As A Us Corporation With A Secure Manufacturing Facility Approved To The Secret Level By The Defense Security Service (dss). Further, The Defense Contract Management Agency (dcma) Will Be Asked To Conduct A Pre-award Survey Of The Firm's Facility To Determine The Capability To Successfully Fulfill The Requirements Of This Contract And To Minimize Risk To The Product Manager, Counter Unmanned Aircraft System (pdm Cuas) Office.
this Rfi Will Close 30 Days From The Date Of Posting. All Questions And Responses Should Be Directed To The Contracting Officer/contracts Specialist.
Closing Date9 Jan 2025
Tender AmountRefer Documents
Forest Product Research And Development Institute Fprdi Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Project Reference No. 2025-01-01 Goods Repost Invitation To Bid For The Supply And Delivery Of Service Vehicle 1. The Forest Products Research And Development Institute (fprdi) Through The Cy 2025 General Appropriations Act (gaa), Intends To Apply The Sum Of Three Million Pesos Only (php 3,000,000.00) Being The Approved Budget For The Contract (abc) (inclusive Of Vat) To Payment Under The Contract For The Following Item/s: Item No. Particular/description Unit Qty Unit Cost (php) Total Cost (php) 1 Van Minimum Dimensions For Length X Width X Height: 5,300mm X 1,970mm X 1,990mm Wheelbase: 3,860mm Minimum Ground Clearance: 175mm Seating Capacity: 10 Pax Engine Type: 4 Cylinders, In-line Type 16-valve Dohc Minimum Engine Displacement: 2,755 Cc Maximum Output (ps/rpm): 163/3,600 Maximum Torque (nm/rpm): 420/1,400 - 2,200 Fuel Type: Diesel Fuel Capacity: 70 L Power Transmission: 6-speed A/t Suspension: Mcpherson Strut / 4-link Coil Spring Brakes (front/rear): Ventilated Discs Tires/wheels: 235/60r17lt Alloy Airconditioner: Automatic Climate Control Seats: R1: Captain Seats R2: Captain Seats R3: 2 + 2 Bench Type 50:50 Space Up Power Window: With (driver/front Passenger Auto Up-down) Power Door Lock: With Speed Sensing Power Outer Rearview Mirror: Adjust + Auto Retract Auto Easy Closer: Sliding Door (dual) + Back Door Seatbelts Front: 3 Pt. Elr (2 Pcs.) Seatbelts Rear: 3 Pt. Elr (8 Pcs.) Vehicle Stability Control: With Brake Assist Hill Start Assist: With Anti Lock Break System: With Reverse Camera: With Clearance & Back Sonar: With (front:2, Rear: 4) Color: White Complete With Spare Tire And Tools With 1-year Comprehensive Insurance With Acts Of Nature (gsis) With 3-years Lto Registration With Dost-fprdi Logo On Both Sides Accessories: Tint (light Tint On Windshield And Super Dark Tint On Sides And Back) Floor Matting Early Warning Device -------------- Nothing Follows --------------- Lot 1 3,000,000.00 3,000,000.00 Total 3,000,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Fprdi Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ninety (90) Calendar Days From Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least 60% Interest Or Outstanding Capital Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From The Fprdi-bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 (wednesday) From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, Such As A Copy Of The Official Receipt Issued By The Fprdi Cashier Or Bank Deposit Slip Which May Be Presented In Person, By Facsimile Or Through Electronic Mail. Note: Bank Deposit Transaction Is Encouraged. 6. The Fprdi Will Hold A Pre-bid Conference On February 06, 2024 (thursday), 2:00 Pm At The Fprdi Conference Hall, 4th Floor, Pprtc Building, Fprdi College, Laguna. Minimum Health Safety Protocols Shall Be Strictly Implemented. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission, Or (ii) Courier, At The Office Address Indicated Below On Or Before February 19, 2025 (wednesday), 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Form Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bids Opening Shall Be On February 19, 2025 (wednesday), 2:00 Pm., At Fprdi Conference Hall, 4th Floor, Pprtc Building, Fprdi College, Laguna. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. 10. The Fprdi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Arlene G. Torres Head, Bac Secretariat Dost-fprdi Domingo Lantican Ave (formerly Narra Rd.) Upcfnr Campus, Uplb, College, Laguna 4031 Telephone No. 049-536-2377 Local 1003 Telefax No. 049-536-3362 Email Address: Property@fprdi.dost.gov.ph Website: Https://fprdi.dost.gov.ph Sgd Loreto A. Novicio Bac Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 3 Million (USD 51.8 K)
Municipality Of Hinunangan, Southern Leyte Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Southern Leyte Municipality Of Hinunangan Invitation To Bid For Purchase/installation Of Sound System Project Id: 2025gf-09/2025276 1. The Municipality Of Hinunangan, Through The General Fund Of Lgu Budget Fy 2025 Intends To Apply The Sum Of Six Hundred Thousand Pesos Only (php 600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase/installation Of Sound System. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Quantity Unit Sound System 1 Set Passive Speaker 2 – Way Speaker, Bass – Reflex Type Frequency Range (-10db) 50 Hz – 20 Khz Nominal Coverage H 90˚ V 60˚ Components Lf 10” Cone, 2” Voice Coil (ferrite Magnet) Hf 1” Voice Coil, Compression Driver (ferrite Magnet) Crossover 2.8 Khz Power Rating Noise 175w Pgm 350w Peak 700w Nominal Impedance 8ω Spl Sensitivity (1w; 1m On Axis) 94db Spl Peak (calculated) 123 Db Spl I/o Connectors ¼” Phone X 1, Speakon Nl4mp X 1 Power Amplifier 8 Ohms : 500 W Per Channel 4 Ohms : 800 W Per Channel 2 Ohms : 500 W Per Channel Efficient Class – D Amplifier Power Boost Mode Digital Routing Of Inputs & Outputs Xlr, 1/4:”, Speakon & Binding Post Peq, Crossover, Filters, Delay D – Contour Multi – Band Dynamic Processing 12 Channel Console Mixer 12 – Channel Mixing Console Max. 6 Mic / 12 Line Inputs (4 Mono + 3 Stereo) 2group Buses + 1 Stereo Bus 2 Aux (inct. Fx) 1-knob Compressors High-grade Effects; Spx With 24 Programs 24 – Bit / 192 Khz 2in / 2out Usb Audio Functions Connection Kit / Lightning To Usb Camera Adapter Pad Switch On Mono Inputs +48v Phantom Power Internal Universal Power Supply For World-wide Use Xlr Balanced Outputs Dual Wireless Microphone System Dual Diversity Receiver, And (2)handheld Microphone Transmitters Rf Level Switch Between 1mw And 10mw 2 “aa” Batteries Up To 10 Hours Of Battery Life Bottom On/off Switch Design Anti – Rolling Ring On Grille For Pg28 Power And Battery Status Led 6 Color Rings For Microphone Identification Transmitter Type : Handheld Dimensions : 254 Mm X 51 Mm Diameter Rf Output Power : 1 Battery, Endurance : 10 H Weight : 270 G Audio Input Level : -20 Dbv Maximum Equipment Rack And Wall Bracket Speaker Cable With Speakon Connector 20m Microphone Cable 10 Mtrs. With Connector Mini Pl To Pl Connector Microphone Stand 2. The Municipality Of Hinunangan Now Invites Bids For The Purchase/installation Of Sound System. Delivery Of The Goods Is Required Within 15 Calendar Days. Bidders Should Have Completed, Within Six Months From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Hinunangan, Southern Leyte And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7-27, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). 6. The Municipality Of Hinunangan Will Hold A Pre-bid Conference On January 14, 2025 At 2:00 Pm At The Bac Office 1st Floor New Municipal Building, Hinunangan, Southern Leyte, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 27, 2025 At 2:00pm. 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 27, 2025 At 2:00pm At The Bac Office 1st Floor New Municipal Building, Hinunangan, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Hinunangan, Southern Leyte 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. 9. For Further Information, Please Refer To: Emely M. Pamo Supply Officer 1 Lgu-hinunangan, Southern Leyte Contact No.: 09100655564 Email Address:lguhinunangan@yahoo.com ====================================================================================== (sgd)jocelyn D. Reytas Bac Chairperson Noted: Sgd)engr. Reynaldo C. Fernandez Municipal Mayor
Closing Date27 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: Sources Sought Notice
sources Sought Notice
page 4 Of 4
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 4
subject*
National Cemetery Administration
Los Angeles Ca 898 -034 Maintenance, 036 Fca Deficiencies
general Information
contracting Office S Zip Code*
22172
solicitation Number*
36c78625r0012
response Date/time/zone
01-09-2025 1pm Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
y1eb
naics Code*
236220
contracting Office Address
department Of Veterans Affairs
national Cemetery Administration
contracting Services
18434 Joplin Road
triangle Va 22172
point Of Contact*
contracting Officer
flora Taylor
flora.taylor@va.gov
571-992-9125
place Of Performance
address
los Angeles National Cemetery
950 South Sepulveda Blvd.
los Angeles Ca
postal Code
90049
country
usa
additional Information
agency S Url
https://www.va.gov
url Description
department Of Veterans Affairs
agency Contact S Email Address
flora.taylor@va.gov
email Description
description
this Announcement Constitutes A Sources Sought Notice (market Survey Is For Planning Purposes Only And Is A Market Research Tool To Determine Availability And Adequacy Of Potential Service-disabled Veteran Owned Small Businesses (sdvosb) Concerns, Veteran Owned Small Businesses (vosb) Concerns, And Small Business (sb) Concerns With The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m.
this Is Not A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary.
the National Cemetery Administration, Los Angeles National Cemetery, Located At 950 Sepulveda Blvd., Los Angeles, Ca 90049, Has A Requirement For A New Maintenance Complex, And To Correct Fca Deficiencies. The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m.
magnitude Of Construction: Between $5,000,000 And $10,000,000.
period Of Performance: 365 Calendar Days
far 52.216 -1 The Government Contemplates Award Of A Trade Off Firm Fixed Price Contract.
project No. 898cm3034 & 898cm3036
los Angeles National Cemetery 24 May 2023
gravesite Expansion, Maintenance Complex & Fca Deficiencies
general Requirements
Security Camera Installation; It Room Upgrades ; Front Entry Gate Roadway Repair
Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation
clin 0002 Maintenance Facility Base Bid
clin 0003 Correct Fca Deficiencies Bid
Eastern Ornamental Fencing
clin 0004 Correct Fca Deficiencies Bid Option
Northern Perimeter Fencing
Clin 0005 Correct Fca Deficiencies Bid Option
Western Ornamental Fencing
clin 0006 Correct Fca Deficiencies Bid Option
historic Preservation- Expertise In Restoring And Preserving Historical Structures, Ensuring Compliance With Preservation Standards.
potential Sources Shall Provide A Capability Statement That Includes Information That Your Company Has Or Is Performed/ing This Type Of Effort Or Similar Type Effort(s) (to Include Size And Complexity) From The Scope Of Work Above. Please Identify Your Social Economic Standard Including Your Unique Entity Id (eui) Number.
please Address The Following Questions, Please Only Submit The Minimum Information Requested However No More Than 5 Pages.
does Your Company Have Experience As A Prime Contractor Performing Contracts Of Similar Work Outlined In The Draft Sow? If Yes, Please Provide The Following Information:
contract Number(s):
dollar Value(s):
identify. Similarity Of Scope, Effort, Complexity:
Does Your Company Possess The Capability To Provide The Entire Range Of Construction Services Called For By This Requirement?
market Research Is Still Being Done On Contract Type And Evaluation Process (i.e. Firm Fixed Price, Etc.). What Does Your Company Suggest And Why?
does Your Firm Possess The Bonding Capability For This Magnitude.
the Limitations On Subcontracting Under Vaar 852.219-75 Apply To This Acquisition. Please Confirm That You Can Meet The Limitations Of Subcontracting.
potential Sources Are To Respond By Email Only, To Contracting Officer, Flora Taylor At Flora.taylor@va.gov No Later Than January 09, 2025, At 11:00 Am Eastern Time.
subject: Fy25 Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies
company Name:
address:
contact Name:
phone No:
email:
uei:
cage:
tax Id::
years In Business:
business Size Information
select All That Applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified Under Section 8(a) Of The Small Business Act
Hubzone
Woman-owned
Certified Service-disabled Veteran-owned Small Business In Veterans.certify.sba.gov
Certified Veteran-owned Small Business In Veterans.certify.sba.gov
Large Business
Other:____________
fss/ Gsa Contract Holder
Yes No
fss/ Gsa Contract Number
effective Date / Expiration Date
end Of Document
Closing Date9 Jan 2025
Tender AmountRefer Documents
5191-5200 of 5304 archived Tenders