Camera Tenders
Camera Tenders
Technical Education And Skills Development Authority - TESDA Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Item Description " Acer Veriton X4690g (ci5-12400 8gb 256gb+1tb Wifi6 Win10pro/win11 Pro-acm 3.3.3) Form Factor Small Form (9 Liters) Operating System Windows 10 Pros And Win11 Pro Processor Intel® Core™ I5-12400 Processor, 6cores 12threads, 18m Cache, 2.50 Ghz Up To 4.40 Ghz, 12th Generation Chipset Intel® B660 Chipset Memory 8gb (1 X 8gb) Ddr4, Up To 128 Gb Of Dual-channel Ddr4 3200 Mhz Storage 256gb M.2 Pcie Ssd Storage 1tb 7200rpm Hdd Graphics Intel® Uhd Graphics 730 Optical Drive Without Audio Integrated High-definition, 5.1-channel Surround Sound Networking/lan Gigabit Ethernet 10/100/1000 Wireless Lan 802.11ax/ac/a/b/g/n, Wi-fi 6e And Bluetooth® 5.0 Speakerwithout Card Reader Without Power Supply 180w Standard I/o Ports Front/side I/o Connectors • Audio Jack(s): 1 • Usb 3.2 Gen1 Type A Port(s): 3 • Usb 3.2 Gen2 Type A Port(s): 1 • Usb 3.2 Gen2 Type C Port(s): 1 Rear I/o Connectors • D-sub Port(s): 1 • Hdmi Port(s): 1 • Displayport (dp) Ports: 2 • Com Port(s): 1 • Lan Port(s): 1 • Audio Jack(s): 3 • Usb 2.0 Type A Port(s): 4 Expansion Slot(s) • Number Of Pcie X16 Slot(s): 2 • Number Of Pcie X1 Slot(s): 1 • Number Of Pci Slot(s): 1 • M.2 Slot (for Ssd): 2 • M.2 Slot (for Wlan): 1 Dimension 105 (w) X 335 (d) X 335 (h) Mm (4.13 X 13.19 X 13.19 Inches) Keyboard & Mouse Acer Usb Keyboard And Acer Usb Optical Mouse Warranty 1 Year Part/1 Year Labor Unit Set " Quantity 3 Unit Cost 50,000.00 Total Cost 150,000.00 Item Description Monitor Acersa242y Technical Information Number Of Screens ( 1), Response Time (5ms), Horizontal Viewing Angle (178) , Vertical Viewing Angle (178), Mount Type (wall Mountable), Panel Technology (vertical Alignment), Monitor Features (acer Vision Care Technologies), Tilt Angle (-5 To 15), Video, Maximum Resolution (1920 X 1080) (native And Maximum), Standard Refresh Rate Vga: (75hz; Hdmi; 100 Hz), Color Supported (16.7 Million), Contrast Ratio (100 Million:1 Max(acm), Brightness 250 Nit, Tearing Prevention Technology Amd Free Sync Technology Display And Display Screen Type (lcd), Display Screen Technology ( Vertical Alignment (va) Technology Screen Mode (full Hd), Backlight Technology( Led), Screen Resolution( 1920 X 1080) Native And Maximum), Aspect Ratio (16:9), Audio Interfaces/p Orts Hdmi Yes, Vga In Yes Number Of Hdmi Ports (1), Power Description, Power Supply (100-240 Vac, 50/60 Hz), Operating Power Consumption(30 W), Off-mode Power Consumption (<1w), Physical Characteristics, Color(black), Height (12.6"), Width (21.22"), Depth (1.6"), Weight (approximat) (5.27lb), Height With Stand (15.67"), Width With Stand (21.22"), Depth With Stand (7.44"), Weight With Stand (approximate) (5.82lb), Vesa Mount Standard (75 X 75) Unit Pcs Quantity 3 Unit Cost 9,000.00 Total Cost 27,000.00 Item Description Acer Aspire Lite 16 2024 I7-13620h Uhd Graphics 16" Wuxga Ips 16gb Ram 1tb Ssd Zzm Trading Unit Pcs Quantity 2 Unit Cost 40,000.00 Total Cost 80,000.00 Item Description Logitech H390 Usb Headset, Rotating Noise Canceling Mic, Digital Stereo Sound, Wired On Ear Headset Unit Pcs Quantity 14 Unit Cost 2,000.00 Total Cost 28,000.00 Item Description Logitech C270i Webcam 4k 1080p 720p Full Hd Computer Camera For Pc Laptop Built-in Microphone Unit Pcs Quantity 3 Unit Cost 1,500.00 Total Cost 4,500.00 Total Cost 289,500.00
Closing Date28 Feb 2025
Tender AmountPHP 289.5 K (USD 5 K)
Environmental Management Bureau Tender
Others
Philippines
Details: Description Request For Quotation (rfq) Ict Equipment Rfq No. 2025-ord-008 The Department Of Environment And Natural Resources – Environmental Management Bureau – National Capital Region (denr-emb-ncr) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications. The Denr-emb-ncr Intends To Apply The Sum Of Three Hundred Eighty-five Thousand Pesos Only (php 385,000.00) Being The Ict Equipment, Rfq No. 2025-ord-008. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A Set Of Technical Specifications Are Provided In Attachment 1. All Items Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. Small-value Procurement/shopping Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis, And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. Quotations Must Be Delivered At The Address Below Not Later Than 12:00 P.m. Of February 18 2025. Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue Diliman, Quezon City Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. Bid/quotation May Be Typewritten And May Be Placed In A Sealed Envelope Marked The Ict Equipment, Rfq No. 2025-ord-008. Or You May Send Your Bid-quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr125@gmail.com). Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (p.o) And/or Job Order (j.o). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue, Diliman, Quezon City The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. The Prospective Bidder Shall Submit The Following: Signed Quotation Form Goods- Technical Specifications And Certification From Regulatory Offices, If Applicable (dole Doh And Etc.) Food Services- Menu Civil Works- Plan, Layout, And Design Proof Of Philgeps Registration; Sec Registration/dti Certificate; Business Permit; Tax Clearance Annual Income Tax Return; Preferably With Proof That The Offered Products/items Are Manufactured By An Iso-9001 And Iso14001 Company Whose Certifications Are Valid On Opening Of Proposal; Preferably In Compliance With Philippine Green Public Procurement Roadmap Of Government Procurement Policy Board (gppb); Failure To Follow The Above Requirements May Result In Outright Rejection Of Submitted Quotation/s. 16. Awarded Bidder Should Sign The Conforme Within Three (3) Working Days Upon Receipt. Failure To Conform Shall Be The Basis In The Consideration Of Appropriate Responsiveness Of The Bidder, In Which The Procuring Entity Shall Proceed To The Next Lowest Calculated And Responsive Bid. Engr. Divina C. Camarao Bac, Chairperson Attachment 1 Technical Specifications No. Purchaser’s Specifications Quantity / Uom Abc Per Unit Total Abc Rfq No. 2025-ord-008 Ict Equipment Laptop Printer Desktop Desktop For Local Server Controller Heavy Duty Webcam/camera For Conference Room Ssd External With Housing See Attached Specifications 3 Unit 1 Unit 1 Unit 1 Unit 1 Unit 6 Pcs ₱49,000.00 ₱40,000.00 ₱49,000.00 ₱49,000.00 ₱40,000.00 ₱10,000.00 ₱147,000.00 ₱40,000.00 ₱49,000.00 ₱49,000.00 ₱40,000.00 ₱60,000.00 Along With Your Signed Quotation Please Submit The Ff: Philgeps Certificate Dti/ Sec Mayor’s Permit Tax Clearance Annual Income Tax Return Preferably With Proof That The Offered Products / Items Are Manufactured By An Iso-9001 And Iso-14001 Company Whose Certifications Are Valid On The Opening On Proposal Quotation Form Date: ________________ Rfq No.______________ Attention: Fad-procurement And Property Management Unit Department Of Environment And Natural Resources Environmental Management Bureau-national Capital Region National Ecology Center Compound East Avenue, Diliman, Quezon City Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Quantity / Uom Delivery Site Unit Price (php) Total Price (php) Rfq No. 2025-ord-008 Ict Equipment Laptop Printer Desktop Desktop For Local Server Controller Heavy Duty Webcam/camera For Conference Room Ssd External With Housing See Attached Specifications Emb-ncr We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15)-day Delivery Period From Receipt Purchase Order (p.o) Or Job Order (j.o). We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : Postal Address : Email Address : Telephone & Fax No. : Supplier’s Representative : Signature Over Printed Name : Account Name And Branch : Preferably Landbank Account. In Case Of Other Banks, Charges May Apply. Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] 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 Or Activity. 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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial]
Closing Date18 Feb 2025
Tender AmountPHP 385 K (USD 6.6 K)
Department Of Education Region Iv a calabarzon Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “rental Of Complete Equipment Set For The Tv Scriptwriting And Broadcasting For The 2025 R4a Calabarzon Regional Schools Press Conference On February 4-6, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Two Hundred Fifty Thousand Pesos (php250,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 20, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson Rental Of Complete Set Of Equipment For Tv Scriptwriting And Broadcasting For 3 Full Days Php250,000.00 1. Avmatrix Mini 4-channel Hdmi Multi Format Av Switcher; Software Available: Obs Studio (64-bit) - 1 2. Hdmi To Hdmi 2.0 Cables - 3 3. Hollyland/acssoon Transmitter - 3 4. Panasonic/sony Full-hd Cameras - 4 5. Zoom L8 Audio Mixer - 1 6. Wireless Lapel Mics/mic - 4 7. Led Panel Lights - 4 8. Backlight/nanlite Pavotube - 2 9. Led Nanlite Lights With Stand - 4 10. Audio Cables And Sound System Set-up - 1 11. Four-socket Power Extensions/power Cords (3-meters) - 3 12. 50" Tv Set - 2 13. Teleprompter; Software Available: Imaginary Teleprompter - 1 14. Rode Condenser Shotgun Microphones/zoom H5 - 4 15. Capture Card - 2 16. Light Stand - 6 17. Green Screen Backdrop - 1 18. Tripod - 3 19. Led Wall And Speaker Set Package - 1
Closing Date20 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
City Of Danao Tender
Automobiles and Auto Parts
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Disaster Risk Reduction And Management Office Intends To Apply The Sum Of Php13,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office, As Follows; Seq. Item Description Qty 1. Emergency Transport Bus (52) Seaters Bus Euro 6 1 Unit Overall Length: 10,990mm Overall Width: 2,500mm Overall Height: 3,450mm Gvw: 16,600kg Axle Load:550/11,100kg Wheelbase: 5,500mm Curb Weight: 10,500,11,000,11,600kg Max. Speed: 100km/h Rated Passenger Capacity: 24-52 Front / Rear Overhang: 2,290/3,200mm Approach / Departure Angle: 9/9˚ Front/rear Tread: 2,080/1,870mm Fuel Type: Diesel Power: 206kw/280hp Displacement: 7,700cc Clutch: F450 Coil Spring Clutch Clutch Master & Slave Cylinder: Equipped Transmission: Equipped, Manual Speed Shift Control: Two Flexible Shaft Control Front Axle: 505t Rear Axle: 11t Brake: Front Disc, Rear Drum Abs: Equipped Suspension System: Leaf Spring, With Double Action Shock Absorber And Front Stabilizer Tyre: 11r22.5 With Spare Tire Rim: 22.5x8.25 Centralized Lubrication: N/a Steering Gear: Integral Power Steering Auxiliary Braking: Eddy Current Retarder Dryer: Equipped Braking System Valve: Equipped Expansion Tank: Stainless Steel Cooling System: Huanghai Stand Fuel Tank Capacity: 200l Body Structure: Semi-monocoque Air Conditioning: Equipped Front & Middle Passenger Doors: Single Pneumatic Aluminum Alloy Outward Swing Door Windshield Front/rear: Full View Laminated Glass/ Tempered Glass, F Green Driver Window: Sliding Window With Aluminum Track, F Green Side Window: Sliding Window With Aluminum Track, F Green Front Curtain: Single Manual Type Seat Layout: 2+2, 51+1 Driver Set: Sj-jzp-3a-bj Passenger Seat: Ly-pbt-01 (unadjustable) Guide Seat: N/a Step Number: Front 4 Rear 4 Floor: Bamboo Floor Floor Covering: Wear Resistant Floor Covering Instrument Panel: Softened Type Interior Mirror: Huanghai Standard Rear View Mirror: Manual Electric Defrosting Heating: No Heating, With Defroster Ventilation: 2 Hatches Without Ventilation Fan Roof Lamp: Two Light Strips Electronic Clock: Equipped Audio-visual System: Mp3 Player Wiper: Horizontal Wiper Battery: 2 Units 6qa-195 Batteries Camera: Driving Recorder With 2 Cameras Fire Extinguisher: 2 Units 4kg Fire Extinguishers In Passenger Cabin; 2 Automatic Fire Extinguisher In Engine Cabin, In Total 1.5kg Safety Belt: Safety Belt For Whole Vehicle Safety Hammer: 5 Pcs With Alarm Function Painting: Solid Color Paint Php13,000,000.00 Delivery Of The Goods Is Thirty (30) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On February 05-17, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On February 18, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date18 Feb 2025
Tender AmountPHP 13 Million (USD 224.7 K)
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
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)
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)
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)
5211-5220 of 5329 archived Tenders