Camera Tenders
Camera Tenders
Batangas State University Tender
Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Semi-expandable Ict Equipment For Various Offices " 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Semi-expandable Ict Equipment For Various Offices " With An Approved Budget For The Contract (abc) Four Hundred Fifty-eight Thousand Five Hundred Pesos Only (php 458,500.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 4 Unit All In One Printer Functions : Print, Scan, Copy Memory: 128mb Display: 1 Line Lcd Interface: Hi-speed Usb 2.0 Wired/wireless Network: Wireless Lan Print Speed (laser Comparable): Up To 17ipm (mono) And 16.5ipm (colour) Print Speed (fast Mode): Up To 30ppm (mono) And 26ppm (colour) Print Resolution: Up To 1200 X 6000 Dpi 2-sided Print: Automatic (up To A4/ltr) Direct Wireless Connection: Wi-fi Direct Maximum Copy Size: A4 Copy Speed (laser Comparable): Up To 13ipm (mono) And 10.5ipm (colour) Copy Speed (fcot): Up To 10.5 Sec (mono) And 21 Sec (colour) Copy Resolution (colour): Print Max. 1200 X 2400 Dpi; Scan Max. 1200 X 600 Dpi Maximum Scan Size: Up To A4 Scan Resolution: Optical: Up To 1200 X 2400 Dpi; Adf: Up To 1200 X 600 Dpi) Scan Speed: From 3.35 Sec/4.38 Sec (a4 Size, 100 X 100 Dpi) Paper Input (standard Type): Up To 150 Sheets (80g/m2) Paper Output: Up To 50 Sheets (up To A4) Paper Handling Sizes: A4, Ltr, Exe, A5, A6, Photo 4" X 6", Indexcard 5" X 8", C5 Envelope, Com-10, Dl Envelope, Monarch 57,600.00 2 1 Unit All-in-one Color Ink Tank Printer Function: Multi-function (print, Scan & Copy) Output Color: Color Print Technology: Inkjet Print Speed: Black - 8.8ppm; Color - 5ppm Number Of Nozzles: Total 1,472 Nozzles Resolution: 4800 X 1200dpi (max.) Paper Size: A4, A5, B5, Letter, Legal, 4 X 6 Inch, 5 X 7 Inch, 8x 10 Inch, Envelopes (dl, Com10), Square (5 X 5 Inch), Business Card. Custom: (width 55 – 215.9mm, Length 89 – 676mm) Paper Type: Plain Paper, High Resolution Paper, Photo Paper Plus Glossy Ii, Photo Paper Plus Semigloss, Matte Photo Paper, Envelope, Glossy Photo Paper, Photo Sticker Paper Weight: Plain Paper: 64 – 105g/m2, Canon Specialty Paper 275g/m2; Photo Paper Plus Glossy Ii (pp-201). Input Capacity: 100 Sheets Input Tray Output Capacity: 50 Sheets Output Tray Duplex Printing: Manual (driver Support Provided) Scanner Type: Flatbed Scanning Speed: 19s Scan Resolution: 600 X 1 200dpi Scan Paper Size: A4, Letter 10,700.00 Page 1 Of 5 Item No. Qty Description Total Multiple Copy: 1 – 20 Pages Copy Speed: 3.5ppm Connectivity: 1 Hi-speed Usb 2.0, Wi-fi Display: 1.2 Inch Segment Lcd Display Wireless: Yes, Ieee 802.11n / Ieee 802.11g / Ieee 802.11b Ink Tank: Yes Power: Input Voltage: Ac 100 – 240v; 50 / 60hz; Power Consumption: 11w (1.2w Standby) Ink Bottle: Gi-790 Black (6,000) Pages, Gi-790 Cyan, Magenta, Yellow (7,000) Pages 3 3 Unit All-in-one Ink Tank Printer Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black / Colour): Up To 7.0 Ipm / 1.7 Ipm Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 600 X 1200 Dpi Maximum Scan Area: 216 X 297 Mm Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Flatbed (black / Colour): 200dpi: Up To 11 Sec / Up To 32 Sec Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Maximum Paper Size: 215.9 X 1200 Mm Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver*3 Operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Usb: Usb 2.0 Printer Software: Epson Scansmart 28,800.00 4 5 Unit Color Document Scanner Specifications Scanner: 249,500.00 Page 2 Of 5 Item No. Qty Description Total Scanner Type: Sheet-fed, 1-pass, Duplex Color Scanner Optical Resolution:600 Dpi Maximum Resolution:1200 Dpi Interpolated Monochrome Bit Depth:1-bitoutput Resolution:50 To 1200 Dpi Effective Pixels:5100 X 9300 Light Source:3-color Rgb Led Scanning Speed:letter Size: 45 Ppm/70 Ipm: 300 Dpi Black-and-white, Color, Gray Automatic Document Feeder: Capacity:100 Sheets Document Sizes: Paper Size Minimum: 2" X 2" Paper Size Maximum: 8.5" X 240" At 200 Dpi, 8.5" X 215" At 300 Dpi Daily Duty Cycle: 5,000 Sheets Paper Weight: 27 –413 G/m2 Consumables: Roller Assembly Kit: 200,000 Pages General: Operating Systems: Windows® 10 Windows 8/8.1 Windows 7 Mac Os X® 10.9.8 – Macos® 10.12.x Software Requires Internet Connection For Download And Installation. Temperature: Operating: 41 ° To 95 °f (5 ° To 35 °c) Storage: -13 ° To 140 °f (-25 ° To 60 °c) Humidity: Operating: 10 – 80% (no Condensation) Dimensions: Product Only: 11.7" X 7.7" X 12.5" Product In Package: 14.5" X 9.9" X 11.5" Weight: Product Only: 8.1 Lb. Product In Package: 10.6 Lb. 5 4 Unit Computer Speaker Dimensions Height: 110 Mm Width: 90 Mm Depth: 88 Mm Weight: .25 Kg Technical Specifications Total Watt (rms): 1.2w 3.5 Mm Input: 1 Usb Cable For Power: 1 Controls Power And Volume Controls On Right Speaker 3,000.00 6 3 Unit Computer Web Camera Resolution: Full Hd 1080p, 1920*1080 Pixels Lens Type: Full Hd Glass Lens Viewing Angle: 70 Degrees Focus Type: Fixed Focus Focus Range: 60cm And Beyond Built-in Mic.: Digital Hd Mic. Output Format: Mjpeg Frame Rate: 30fps Usb: Usb 2.0 System Requirements Compatible With: Windows 7 /8 / 8.1 / 10 Or Later Works In Usb Video Device Class (uvc) Mode: Mac Os 10.10 Or Later 3,900.00 Page 3 Of 5 Item No. Qty Description Total Linux Os 2.6 Or Later Chrome Os 6.0 Or Later Android V6.0 Or Later Compatible With Social And Video Calling Software Of The Above System 7 1 Unit Dot Matrix Printer Print Method: Impact Dot Matrix Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Print Speed: High Speed Draft: (10 / 12 / 15 Cpi): 347 / 357 / 390 Cps (condensed, 17 / 20 Cpi): 383 / 298 Cps Draft: (10 / 12 / 15 Cpi): 260 / 312 / 223 Cps (condensed, 17 / 20 Cpi): 222 / 260 Cps (emphasized, 10 Cpi): 130 Cps Nlq: (10 / 12 / 15 / 17 / 20 Cpi): 65 / 78 / 55 / 47 / 56 Cps Reliability: Printhead Life: Approx. 400 Million Strokes/wire Mean Print Volume Between Failure (mvbf): Approx. 20 Million Lines (except Print Head) Mean Time Between Failure (mtbf): Approx. 10,000 Poh (25% Duty) Print Characteristics: Character Sets: Italic Table, Pc437 (us Standard Europe), Pc850 (multilingual), Pc860 (portugese), Pc861 (icelandic), Pc863 (canadian French), Pc865 (nordic), Abicomp, Brascii, Roman 8, Iso Latin 1, Pc 858, Iso 8859-15 Paper Path: Manual Insertion: Rear In, Top Out Push Tractor: Rear In, Top Out Paper Media: Cut Sheet (single Sheet): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.065 ~ 0.14mm (0.0025 ~ 0.0055") Cut Sheet (multi-part Forms): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.12 ~ 0.39mm (0.0047 ~ 0.015") (total) Continuous Paper (single Sheet / Multi-part): Length: 101.6 ~ 558.8mm (4.0 ~ 22.0") Width: 101.6 ~ 254.0mm 4.0 ~ 10.0") Thickness: 0.065 ~ 0.39mm (0.0025 ~ 0.015") (total) Envelope (no.6): 14,000.00 Page 4 Of 5 Item No. Qty Description Total Length: 92mm (3.6") Width: 165mm (6.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0,0205") (total) Envelope (no.10): Length: 105mm (4.1") Width: 241mm (9.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0.0205") (total) Roll Paper: Width: 216mm (8.5") Thickness: 0.07 ~ 0.09mm (0.0028 ~ 0.0035") Supported Os And Applications: Supported Os: Microsoft® Windows® 2000 / Xp / Vista / 7 / 8 / 8.1 / 10 8 6 Piece External Hard Drive Connection Interface: Usb 3.0 Capacity: 1tb Storage Media: 2.5" Hdd 19,200.00 9 1 Unit Monitor 34 Inches” Wqhd (3440x1440) High Resolution 21:9 Ultra Wide Display 121% Srgb 144hz High Refresh Rate Immersive 1500r Curvature 144hz Curved Monitor 20,000.00 10 14 Piece Ssd Form Factor 2.5? Capacity 1 Tb Interface Sata Iii Dimensions (l X W X H) 0.28? X 3.96? X 2.75? Sequential Read Performance 535mb/s Sequential Write Performance 450mb/s" 51,800.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 10, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date10 Jan 2025
Tender AmountPHP 458.5 K (USD 7.9 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs.
background
the National Institute Of Standards And Technology (nist), Inorganic Chemical Metrology Group (icmg) Performs Elemental Measurements Using A Variety Of Instrumental Methods. With These Methods, We Fulfill The Customer Needs Through The Provision Of Nist Standard Reference Materials (srms) And Development Of Methods Used For The Value Assignment Of Elemental Data To Srms. In Addition To Srms, The Group Also Provides The Community With Reference Materials (rms), And Research Grade Test Materials (rgtms) Which Can Be Developed Into Srms In The Future. The Group Also Manages Hundreds Of These Materials, From Purchasing Of Raw Materials To The Stability Testing Over Time To Meet The Needs Of The Customers.
for This Project, We Will Develop New Srms, Reference Materials (rms), And Research Grade Test Materials (rgtms) Of High-purity Solids Currently Lacking In Chips Manufacturing. Purity Of Materials Used To Create Semiconductors Is Critical For Industry. Our Rms And Rgtms Will Enable More Effective, Efficient, And Comparable Characterizations Of Source Materials, As Well As Process Control Improvements. To Achieve These Goals, We Will Develop New Nist Capabilities Laser-based Analytical Methods, Specifically A Laser Induced Breakdown Spectroscopy (libs) Instrument, Which Needs To Have The Ability To Perform Laser Ablation In Addition To Libs Analysis. This Instrumentation Was Chosen Because Of The Capability To Measure Elements That Span The Periodic Table While Also Providing Spatial Information About The Materials In The Form Of Elemental Mapping Of The Surface Or Depth-profiling Into The Material. Spatial Information Is The Key To Understanding The Homogeneity Of The Material And Ensure It Also Meets The Purity That Industry Needs To Manufacture High-quality Semiconductors. The Instrument Obtained For This Project Must Have The Ability To Perform This Type Of Spatial And Elemental Analysis.
nist Is Seeking Information From Sources That May Be Capable Of Providing A Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements:
system
must Be A Benchtop Libs System That Can Be Situated On A Manufacture’s Pullies Cart With Locking Wheels And Stabilization Of The Instrument During Analysis.
must Have A Uv Laser That Operates At Nominally 20 Amp And 120 Volt Ac Power.
the Laser Must Have The Following Characteristics: > 5 Mj Pulse Energy, < 6 Ns Pulse Width, A Flat Energy Profile, Fluence (laser Power) Of 5 – 25 J/cm2, Stabilized Thermally And Mechanically, And A Pulse Repetition Rate Of 1 – 20 Hz. A Laser Of 193 Nm Would Be Preferred.
the Laser Must Be Computer Controlled To Produce A Single Shot, Burst Or Continuous Output While Scanning, Raster Scanning Or Positioned At A Fixed Point; Software Must Be Capable Of Controlling The Laser And Xyz Stage Movement To Maintain Constant Fluence.
the Laser Spot Size Must Be Able To Be Reduced To 5 µm Diameter And Increased To 100 µm; It Must Have Variable Aperture Wheel For Selection Of Any Spot Size Within This Range. The Ability To Have Different Options For Analysis Spot Shape Will Be Given Additional Consideration.
the Laser Energy Must Be Continuously Adjustable, And Computer Controlled With The Ability To Measure The Laser Energy. Adjustments And Presets For Optimal Settings For Libs And La On A Variety Of Surface Types Will Be Given Additional Consideration.
microscope/ Chamber/ Gas
the Laser Must Be A Class-1 That Is Fully Interlocked For Safe Operation.
the Microscope Must Have An Imaging Video Camera That Can Also Provide Still Pictures With The Following Requirements: Variable Optical Zoom (60x Magnification) With Parfocal Magnification That Must Clearly Resolve A 2 µm Diameter Particle, Wide Field Of View, And Capable Of Mosaic Images.
lighting Must Be Computer Controlled High Intensity Led, Reflected And Transmitted.
must Have A Precision Stage With Submicron Resolution.
must Have A High Accuracy/precision Xy Stage 10 Cm X 10 Cm With < 1 µm Resolution And Return Accuracy Of 2-4 µm; Also, Z Travel Computer Control And Documented Xyz Position In Metafile.
must Have A Second Software-controlled Mass Flow Controller For An Additional Carrier Or Makeup Gas.
must Have A Two-volume Ablation Cell (chamber) To Reduce The Volume With The Following Characteristics: Exhibit Signal Homogeneity (spatial Reproducibility) Across The Entire Range Of Cell To 2 % Rsd; Have No Interference Between Stage Movement And Collection Efficiency; Have Zero Stage Hesitation Across The Stage; Have Fast Washout Times (< 1 S To Return To Background). This Will Allow For Quick Washout And Transfer Of Particulate To An Icp-ms After Libs Analysis.
sample Chamber Must Accommodate Large Format (10 Cm X 10 Cm) Drawer And Include At Least One Insert To Accommodate Special Samples.
chamber Must Include High Intensity Led Lighting.
hardware/ Software
system Must Have A Computer That Operates Windows 11.
must Include All Necessary Hardware To Connect Directly To An Icp-ms System With Minimal Effort By The User. Additional Consideration Will Be Given If The Laser System Has The Ability To Have Laser Firing Controlled By Icp-ms Software.
must Have Specialized Software To Control Laser Parameters, Sample Viewing, Stage Position, Gas Routing, Triggering Icp-ms And Fully Automated Ablation Process.
must Be Capable Of Combining Xy-timestamp Files Of Position With Corresponding Icp-ms Timestamp Signal Files To Map Either A Single Image Or Mosaic Using Iolite Software Or Equivalent (included In The Price). Software Updates That Automate This Process Must Be Provided At No Charge. The Computer System Must Include All Necessary Hardware (e.g., Ram, Hard Drive, Video Cards, Ieee Adapters, Etc) And Software To Control The Instrument, Monitor All Adjustable Mechanical And Electronic Parameters, And Capture And Process Data. A “full Install” Cd And/or Memory Stick For The Operating System Must Be Provided.
software Must Be Capable Of Real Time Monitoring And Control Of All Adjustable Mechanical, Parameters Including Gas Flows, Laser Energy, Spot Size, Xyz Stage Position, And Other Relevant Parameters.
the Software System Supplied With The Instrument Must Be Supported For A Minimum Period Of Five Years From Date Of Delivery. If The Operating System Is Changed Or Upgraded Within Five Years, The Supplier Will Provide, At No Additional Cost, All Software And Hardware Necessary To Accommodate An Upgrade To A New Operating System.
the Instrument Software Will Be Provided On Cd And/or Other Convenient Media (e.g., Memory Stick) So That Software Can Be Reloaded In The Event Of Computer Malfunction Or Accidental Corruption Of Software.
two (2) Site Licenses (dongles) Must Be Provided To Permit Offline Data Processing And Access For The Purpose Of Processing Data From A Remote Location, Required Only If One Installation Is Allowed Per License.
data Export Must Include All Relevant Data And Machine Parameters To Permit Full Offline Processing Of The Data That Capture The Parameters Of The Instrument At The Time Of Samples Analysis.
an Index Of Functions And Protocols Used By The Software To Treat The Raw Data Must Be Provided. All Relevant Algorithms Or Full And Complete Reference To Published Methodologies Must Be Provided. This Will Include Baseline Corrections; Dead-time Corrections; Fractionation Correction Models; Gain Corrections; Yield Corrections; Data Outlier Discrimination Models; Peak Centering Routine And Mass Calibration.
instrument Software Must Be Compatible With Current Industry Standard Laser Ablation.
the Software And Data Processing Algorithms Must Include Procedures For Time-resolved Isotopic Analyses (e.g., Using Laser Ablation, Chromatographic Separation Systems And Other Sources Of Transient Signals).
operating Environment
nist Requires That The Instrument Be Supplied Ready For Use And Be Compatible With United States Standard Electrical Power. If Transformers Are Required For Operation With U.s. Standard Electrical Power, Such Transformers And Line Conditioners Shall Be Included With The Instrument.
documentation
documentation And Manuals Shall Be Provided Describing All Aspects Of Operations, Data Reduction Methods, Data Calculations, Maintenance, And Troubleshooting Of Every Sub-system Of Which The Instrument Is Comprised. Software Refers To All Instrument Control, Host Computer To Instrument Computer/controller Interface, And Data Acquisition, Reduction, And Display Functions. One Electronic (pdf) And One Paper (hardcopy) Version Of All Manuals Shall Be Provided.
consumables
the Contractor Shall Provide A One-year Supply Of Consumables And Expendables Including, At A Minimum, A Replacement Set Of Optics, Gas For The Laser If Applicable, And Any Items That Are Routinely Consumed During Regular Use.
service Contract
the Contractor Shall Provide On-site Field Service (commencing After The One-year Warranty) For Preferably 2 Years After Receipt And Acceptance. Service Shall Be Provided Within 5-10 Business Days Of The Initial Telephone Call From The End User. The Service Shall Include An On-site Visit Covering All Travel, Labor, Related Parts (parts Include General Parts Of The Instrument, And Consumables), Shipping, One Preventive Maintenance Visit Per Year, Unlimited Telephone Support And Software Upgrades.
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following:
manufacturer Name
model Number
technical Specifications
if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s)
describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response.
discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization.
identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive.
state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured.
identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline.
for The Naics Code Listed In This Notice:
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance.
describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available.
state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase.
state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services.
if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address.
provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement.
state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s).
the Responses Shall Not Exceed 25 Pages Including All Attachments, Charts, Etc.
thank You For Taking The Time To Submit A Response To This Request!
Closing Date25 Feb 2025
Tender AmountRefer Documents
City Of Bais Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
Province Of South Cotabato Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 1 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 130,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type 1 2 Motorcycle , Engine Type- 4-stroke Single Cylinder, Air-cooled, Overhead 150,000.0 Unit Cam (ohc) Displacement- 150 Cc Bore X Stroke – 57.3 X 57.8 (mm) Maximum Power – 8.72 Kw @8,000 Rpm Maximum Torque – 12.1 N.m @ 6,000 Rpm Starting System - Electric & Kick Transmission Type – Manual Gear Shift Pattern- 1-n-2-3-4-5 Suspension Type (front)- Telescopic Fork Suspention Type (rear) – Drum Brake Brake Type (front)- Disc Brake Brake Type (rear)-drum Brake Tire Size (front)-90/90-19 Tire Size (rear)-110/90-17 Wheel Type-spoke Wheel Base – 1,362 Mm 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 1 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Overall Dimensions: L X W X H-2,091 X 811 X 1,125(mm) Dry Weight- 122 Kg Seat Height-825 Mm Ground Clearance- 243 Mm Fuel Tank Capacity-12.0 L Fuel System-carburetor Battery Type- 12v-5ah Mf Type X-x-x Page 3 Follows X-x-x Note: "please Attach Brochure" Terms And Conditions For Motorcycle 1. With Gsis Comprehensive Insurance And Lto Registration "in The Name Of The Provincial Government Of South Cotabato" 2. With Full Face Helmet Item 1 - For Use Of Fid. Item 2 - For Use Of Ssm. Warranty: One Year Warranty On Parts And Services From The Date Of Delivery. Note: For Use Of Openro. Source Of Fund: 8731-pemo-p/p-2-cbudnrmp-1-07-06-010-ppe-25-02-10818(item No.1) P/p-3.mrssmqo-1-07-06-010-ppe-25-02-10819(item No.2) Approved Budget: P 280,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 2 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 3 Desktop Computer , Desktop Computer 50,000.00 Sets Core I5 13400 2.5ghz 20mb Smart Cache Or Higher Compatible H610 Motherboard W/ Gigabit Lan Or Higher 16gb Ddr4-3200mhz (2 X 8gb) Memory Or Equivalent 1tb Nv2 M.2 Nvme Pcie4 Ssd, 4gb Gtx 1050ti Video Card 21.5" Fhd 75hz Ips Monitor, 650watts 80+ Bronze Rated Power Supply Heavy Duty Black Atx Casing, 1000va 500watts Ups W/ 8 Outlets, Usb Combo Keyboard With Mouse And Mouse Pad 2.1 Multimedia Speaker System With Subwoofer Total Output Power (rms)-8w X 2 + 12w Pc 1 Year Warranty On Parts And Service, Ups 2 Years Conditions: 1. 36 Months Premium Support And Onsite Service From The Manufacturer. 2. Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. 3. Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And It Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. 4. Suppliers/dealers Shall Have An Authorized Service Centers With In Socsargen Area. 4 4 Laptop Computer , Laptop Computer 52,300.00 Unit Core I5 1335u 3.4ghz, 12mb Smart Cache Or Higher 512 Gb Pcie® Nvme M.2 Ssd, 8 Gb Ddr4-3200 Mhz Ram (2 X 4 Gb) Onboard Intel Iris Xe Graphics, Chipset: Intel® Integrated Soc 15.6" Diagonal, Fhd, Micro-edge, Anti-glare, 250 Nits Display Realtek Wi-fi 6 (1x1) And Bluetooth® 5.3, True Vision 720p Hd Camera Integrated Dual Array Digital Microphones, Dual Speakers Software Included: Mcafee Livesafe, Windows 11 Home Sl Microsoft Office Home And Student (pre-installed) Cloud Service: 25 Gb Dropbox Storage For 12 Months Full-size, Backlit, Soft Grey Keyboard With Numeric Pad Pointing Device: Imagepad, With Usb 3.0 Lan Adapter Carrying Case/bag, 3-cell, 41 Wh Li-ion Polymer Battery 45 W Smart Ac Power Adapter Conditions: (1) 1 Year Battery & Charger / 2 Years On-site Warranty (2) Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 3 Of 4 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0090 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. (3) Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. (4) Suppliers/dealers Shall Have A Service Center With In Socsargen Area. X-x-x Nothing Follows X-x-x Note: "please Attach Brochure" Item 3-4 - For Use Of Administrative Support Section. Note: For Use Of Openro. Source Of Fund: 8731-pemo-1-07-05-030-ppe-25-02-10820 Approved Budget: P 252,300.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0146 Page 4 Of 4
Closing Date20 Feb 2025
Tender AmountPHP 532.3 K (USD 9.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Drainage Work
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All
information Needed To Submit Sf330 Documents Are Contained
herein. No Additional Solicitation Package Or Technical
information Will Be Issued.
project: 557-24-102 Correct Critical Fca Sanitary And Storm Water Deficiencies
work Location: Carl Vinson Va Medical Center, Dublin, Ga 31021
estimated/target Completion Period: 240 Calendar Days After Award.
construction Magnitude: Between $5,000,000 And $10,000,000.
naics: 541330 - Engineering Services
small Business Standard: $25.5 Million
set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb)
site Visits Will Not Be Arranged During This Phase.
the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September
30, 2025.
sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than
(nlt) 12:00 Pm (est) January 13, 2025.
***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794.
project Overview:
the Purpose Of This Design Project Is To Provide For The Design To Repair The Campus Storm Sewage System From Roof Gutters, Downspouts, And Ground Connections Through Terracotta Pipe To Original Brick Manholes. Initial Smoke Study Shall Inform A Phased Construction Approach.storm System From Ground Connection To First Manhole Is Original Terracotta Pipe In Most Areas And Manholes Are Original Brick. This Original System Is In Need Of Replacement To Include Mainlines, Laterals, And Manholes. Newer Concrete Piping Through To Outfalls At Lake Leisure Should Be Tested/analyzed, But May Remain In System If Deemed Acceptable Condition.
sanitary Lift Station On Site Consistently Reads A Higher Utilization Number Than Incoming Water Usage, Likely Indicating An Interconnection With The Storm System. An Inflow And Infiltration Study Shall Be Conducted To Determine Where The Storm System Is Interconnected With Sanitary System. Smoke Test Shall Include Camera Routing Through Mains Where Required To Identify Leaks, Defects, And Improper Connections. Utilize Nassco Specifications For Testing Procedures. An Analysis To Determine Anticipated Load And Outflow Sizing Shall Be Completed Prior To Design To Review Pipe Sizes. Updated Storm Water System Shall Rely Upon Main Pond, Lake Leisure, To The Greatest Extent Possible, Minimizing The Need For Additional Retention/detention Ponds, Swales, Etc.
After Smoke Study Is Completed, The Results Shall Be Used To Inform And Recommend System Repairs And Replacements. A Phased Construction Will Be Designed, With The First Phase Correcting Any Infiltration Of Storm Water Into The Sanitary System, As Described In Below Fca Deficiencies. Additional Critical Repairs And Replacements Shall Be Designed To Fit Within Approved Construction Budget. Work Not Completed In This Project Will Be Moderately Scoped Out Into Phases For Further Future Design And Construction Efforts.
sdvosb Set-aside:
this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites:
system For Award Management (sam): Https://www.sam.gov
vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212
important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So.
for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To
contract Award.
in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On
subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total
service-disabled Veteran-owned Small Business Set-aside (jul 2019)
(deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are
required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation.
far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia.
sf 330 Selection Criteria: The Va Will Utilize The Following Selection Criteria In
relative Order Of Importance.
specialized Experience And Technical Competence In The Type Of Work Required.
submission Requirements:
sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications.
complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length, And No More Than Ten (10) Pages Total.
submit A Minimum Of Three (3) But No More Than Four (4) Projects Similar To Work In The Solicitation.
projects Submitted Must Be Recent. Recent Is Defined As Services Provided Within The Last Five (5) Years.
at Minimum, Two (2) Projects Must Have Construction Completed Or Construction Substantially (75%+) Complete.
projects/data Submitted Shall Be Projects With Total Construction Costs Of $2,500,000 Dollars And Greater.
projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements.
basis Of Evaluation:
specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation, Such As Large Campus Sanitary And Storm Water Repairs And Replacement.
specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company.
technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation.
offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence May Be Considered Non-responsive Or Scored Negatively.
higher Ratings May Be Given For Projects Completed On Va Campuses.
failure To Provide Requested Data May Negatively Impact An Offeror's Rating.
past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules.
submission Requirements:
complete Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length.
provide A Contractor Performance Assessment Reporting System (cpars) Report For Each Submitted Project Under Specialized Experience Criteria, Above. Cpars Must Be Incorporated Into The Submission; Cpars Will Not Count Towards Page Limitations. If The Project Does Not Have Cpars, Then A Past Performance Questionnaire (ppq) May Be Used.
basis Of Evaluation:
past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To:
the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction;
timely Delivery Of Quality Work;
the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws And Regulations;
successful Implementation Of A Quality Control Plan And Quality Control Procedures;
addressing Design Errors/omissions Timely;
adherence To Approved Schedules; And,
history Of Timely And Professional Communication And Cooperative Behavior.
include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.).
provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance.
offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact.
include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services.
higher Ratings May Be Given For Work Performed On Va Medical Center Campuses.
failure To Provide Requested Data Or To Provide An Accessible Point Of Contact (poc) May Negatively Impact An Offeror's Rating.
failure To Demonstrate Proven Competence To Perform Projects Like The Requirements Of The Solicitation May Be Considered Ineligible For Award.
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
submission Requirements:
complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual, And Not More Than Fifteen (15) Total Pages.
basis Of Evaluation:
evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes.
the Offeror Shall Have A Professional Engineer, Currently Registered In Any State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions.
the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Stormwater, Etc.).
key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, And Other Individuals That Are Responsible Or Accountable For Design Submissions.
the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together.
higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc.
offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Non-responsive .
failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Offeror's Rating.
location In The General Geographical Area Of Dublin, Ga And Knowledge Of The Locality Of The Carl Vinson Va Medical Center Facility:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Dublin, Ga Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length.
basis Of Evaluation:
offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Dublin, Ga And The Middle Georgia Area.
if Prior Experience In Dublin, Ga Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design.
data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Dublin, Ga Geographical Area Or Areas Of Similar Nature.
offerors That Submit Relevant Projects Outside Of The Dublin, Ga Geographical Area May Be Given A Lower Rating Than Projects Within The Dublin, Ga Geographical Area.
capacity To Accomplish The Work In The Required Time.
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity.
basis Of Evaluation:
identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months.
describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects.
evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements.
data Is Acceptable In Tables Or Charts.
higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements.
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length.
offeror S Shall Complete And Submit The Following Statement In Block H. :
I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 .
basis Of Evaluation:
offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses.
.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Municipality Of Tuba, Benguet Tender
Electronics Equipment...+3Publishing and Printing, Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description 1. The Municipality Of Tuba, Through The Budget For The Contract Approved By The Sanggunian Under Annual Budget Cy 2025 Intends To Apply The Sum Of One Million One Hundred Eighty-six Thousand Nine Pesos And 2/100 (php 1,186,009.02) Being The Abc To Payments Under The Contract For 1 Lot. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Specification: Item No. Item And Description/specifications/ Stock No. Unit Qty Unit Price Amount Mayor’s Office Pr No. 2024-11-1235 1 Aaa Battery, 4pcs/pack Pack 4 105.00 420.00 2 Aa Battery, 4 Pcs/pack Pack 4 120.00 480.00 Mo-cas Pr No. 2024-11-1241 1 Ink Genuine, Continous, Compatible With Epson L3210, Black Pcs 3 390.00 1,170.00 2 Ink Genuine, Continous, Compatible With Epson L3210, Cyan Pcs 3 390.00 1,170.00 3 Ink Genuine, Continous, Compatible With Epson L3210, Magenta Pcs 3 390.00 1,170.00 4 Ink Genuine, Continous, Compatible With Epson L3210, Yellow Pcs 3 390.00 1,170.00 5 Pointer For Projector Pcs 1 500.00 500.00 Mo-mcpc Pr No. 2024-11-1242 1 Computer Ink, Black, For Epson L3210 Printer Pcs 8 390.00 3,120.00 Meo Pr No. 2024-11-1248 1 Battery, Size Aa, Alkaline, Long Lasting, 2 Pcs/pack Pack 15 120.00 1,800.00 2 Ink, Genuine, Epson L3110 Printer, 65 Ml. (black) Pc 25 330.00 8,250.00 3 Ink, Genuine, Epson L3110 Printer, 65 Ml. (cyan) Pc 5 340.00 1,700.00 4 Ink, Genuine, Epson L3110 Printer, 65 Ml. (magenta) Pc 5 340.00 1,700.00 5 Ink, Genuine, Epson L3110 Printer, 65 Ml. (yellow) Pc 5 340.00 1,700.00 Mo-peso Pr No. 2024-11-1249 1 Pointer, Retractable, Wireless Presenter Controller Unit 1 500.00 500.00 Masso Pr No. 2024-11-1254 1 Hp Laserjet P1102 Ink, Genuine Pcs 4 4,500.00 18,000.00 Masso Pr No. 2024-11-1255 1 Ups Back Up, Surge Protection, Heavy Duty Pcs 4 8,000.00 32,000.00 2 Computer Keyboard, Usb Type, Heavy Duty Pcs 2 1,000.00 2,000.00 3 Computer Avr, 1000-1500 Watts, 3 Slot Outlet With Surge Supressor, Heavy Duty Pcs 4 4,000.00 16,000.00 Mo-hr Pr No. 2024-11-1261 1 Compact Disc Rewritable, 700mb Capacity, 80 Minutes Recording Time, Up To 4x Write Speedm With Individual Plastic Casing Pc 24 130.00 3,120.00 2 Feeding Roller -ribbon (original) For Hiti Cs- 200e & Admiral Cp Card Printer, 400 Images Per Roll 1 6,500.00 6,500.00 3 Ink, Bt5000m, Bt5000c, Bt5000y, Btd60bk Set 4 1,980.00 7,920.00 4 Ink, Epson, L3210 No. 003 (set Of Yeallow, Black, Cyan, & Magenta), Genuine Set 8 1,556.00 12,448.00 5 Ink, Epson,664 (set Of Yellow, Black, Cyan, & Magenta), Genuine Set 8 1,556.00 12,448.00 6 Mouse, Usb, Optical Pc 3 400.00 1,200.00 Pnp Pr No. 2024-11-1270 1 Ink Refill Epson 664 Black L360 Printer Bot 2 389.00 778.00 2 Ink Refill Epson 664 Cyan L360 Printer Bot 1 389.00 389.00 3 Ink Refill Epson 664 Yellow L360 Printer Bot 1 389.00 389.00 4 Ink Refill Epson 664 Magenta L360 Printer Bot 1 389.00 389.00 5 Ink Refill Pixma Gi-790 Black Canon G2411 Printer Bot 1 389.00 389.00 6 Ink Refill Pixma Gi-790 Cyan Canon G2411 Printer Bot 1 389.00 389.00 7 Ink Refill Pixma Gi-790 Yellow Canon G2411 Printer Bot 1 389.00 389.00 8 Ink Refill Pixma Gi-790 Magenta Canon G2411 Printer Bot 1 389.00 389.00 9 Ink Refill Black Canon G2010 Printer Bot 2 389.00 778.00 10 Ink Refill Cyan Canon G2010 Printer Bot 1 389.00 389.00 11 Ink Refill Yellow Canon G2010 Printer Bot 1 389.00 389.00 12 Ink Refill Magenta Canon G2010 Printer Bot 1 389.00 389.00 13 Ink Cartridge Canon G2411 Printer Colored Pc 1 989.02 989.02 Legislative Department Pr No. 2024-11-1271 1 Battery, Size Aa, Alkaline, 2pc/pack, Super Heavy Duty Pack 25 60.00 1,500.00 2 Battery, Size Aaa, Alkaline, 4pcs/pack Pack 10 120.00 1,200.00 3 Flash Drive, Usb, 16 Gb Pc 15 420.00 6,300.00 4 Flash Drive, Usb, 32 Gb Pc 6 450.00 2,700.00 5 Ink Cartridge, Canon 810 (black), Genuine Pack 18 1,489.00 26,802.00 6 Ink Cartridge, Canon 811 Colored ,genuine Pack 20 1,489.00 29,780.00 7 Ink For Canon Printer G4770, Canon 71, Per Set Pack 2 2,200.00 4,400.00 8 Computer Mouse With Wire Unit 15 400.00 6,000.00 9 Laptop Bracket, Anti-slip Panel, 360 Degrees Rotation (2 Silver & 2 Black) Unit 4 700.00 2,800.00 10 Wired Keyboard Unit 10 500.00 5,000.00 Bjmp Pr No. 2024-11-1273 1 Ink, Refill, Genuine, Epson T6641, Black, L360 Printer Pc 2 389.00 778.00 2 Ink, Refill, Genuine, Epson T6641, Cyan, L360 Printer Pc 2 389.00 778.00 3 Ink, Refill, Genuine, Epson T6641, Yellow, L360 Printer Pc 2 389.00 778.00 4 Ink, Refill, Genuine, Epson T6641, Magenta, L360 Printer Pc 2 389.00 778.00 Deped- Als Pr No. 2024-11-1275 1 Computer Cartridge -black (compatible To Canon G4010, G1010) Cart 7 3,000.00 21,000.00 2 Computer Cartridge -colored (compatible To Canon G4010, G1010) Cart 5 3,000.00 15,000.00 Menro Pr No. 2024-11-1281 1 Battery, Alkaline, Aa Size, For Wall Clock, 2pcs/pack Pack 4 95.00 380.00 Mo-osca Pr No. 2024-11-1290 1 Computer Ink Refill, Epson, Compatible To L3110 Continuous Ink, Black Pc 4 390.00 1,560.00 Mto Pr No. 2024-11-1305 1 Battery, Dry Cell, Aaa, 2pcs Per Pack, Alkaline Pack 17 120.00 2,040.00 2 Battery, Dry Cell, Aa, 2pcs Per Pack, Alkaline Pack 17 120.00 2,040.00 Mo-mdrrmo Pr No. 2024-11-1307 1 Ink, Refill, Genuine, Epson L3110 Set 5 1,535.00 7,675.00 Mhso Pr No. 2024-11-1324 1 Flash Drive 512 Gb Ultra Dual Drive Pc 6 2,500.00 15,000.00 2 Battery, Alkaline, Size Aa, 2's /pack Pack 100 65.00 6,500.00 3 Battery, Alkaline, Size Aaa, 2's /pack Pack 100 70.00 7,000.00 4 Flash Drive, 128 Gb, 3.2 Gen., Dual Drive (usb Type-c & Type A Compatible) Pc 16 725.00 11,600.00 Mpdo Pr No. 2024-11-1333 1 Battery, Double "a", 2 Pcs/pack, Super Heavy Duty, Alkaline Packs 10 65.00 650.00 2 Battery, Triple "a", 2 Pcs/pack, Super Heavy Duty, Alkaline Packs 5 65.00 325.00 Computer Supplies 3 Dvi To Hdmi Converter, Heavy Duty Pieces 1 600.00 600.00 4 Usb Hub 4 Port Extension Usb Hub Pieces 7 600.00 4,200.00 5 Wireless Keyboard With Number Keys And Mouse Set With Usb Receiver For Desktop For Pc /laptop Pieces 3 900.00 2,700.00 Comelec Pr No. 2024-11-1336 1 Ink, Genuine, Compatible With Epson L565, Black Pc 3 389.00 1,167.00 Mo-bplo Pr No. 2024-11-1339 1 Computer Ink, Epson, T664, Black, Genuine 5 400.00 2,000.00 2 Mouse, Usb 2 350.00 700.00 Mcr Pr No. 2024-11-1341 1 Battery, Size Aa, Heavy Duty, Pack Of 2 Pcs 10 140.00 1,400.00 2 Ink, Cyan For Epson L360, Genuine Pcs 5 685.00 3,425.00 3 Ink, Magenta For Epson L360, Genuine Pcs 6 685.00 4,110.00 4 Ink, Yellow For Epson L360, Genuine Pcs 6 389.00 2,334.00 5 Ink, Epson For L14150, Black, 127 Ml, Genuine Bots 2 625.00 1,250.00 6 Ink, Epson For L14150, Cyan, 70ml, Genuine Bots 1 530.00 530.00 7 Ink, Refill, Epson For L14150, Magenta, Genuine Bots 1 530.00 530.00 8 Ink, Refill, Epson For L14150, Yellow, Genuine Bots 1 530.00 530.00 9 Ink, Epson 008 Genuine For Epson L15160, Black Bots 6 950.00 5,700.00 10 Ink, Epson 008 Genuine For Epson L15160, Cyan Bots 5 750.00 3,750.00 11 Ink, Epson 008 Genuine For Epson L15160, Magenta Bots 5 750.00 3,750.00 12 Ink, Epson 008 Genuine For Epson L15160, Yellow Bots 5 750.00 3,750.00 13 Mouse, Computer, Wireless Bots 5 350.00 1,750.00 Coa Pr No. 2024-11-1349 1 Portable Ssd 1tb Unit 1 4,500.00 4,500.00 Dilg Pr No. 2024-12-1375 1 Printer Ink ( 1 Set,compatible To Epson L5290 - Black, Magenta, Yellow, Cyan) Set 3 1,535.00 4,605.00 2 External Hard Drive (1 Terrabyte) Pc 1 3,500.00 3,500.00 3 Flash Drive (usb, 32 Gb) Unit 1 600.00 600.00 4 Mouse (usb, Optical) Unit 1 400.00 400.00 Mago Pr No. 2025-01-025 1 Ink, Refill, Genuine, Epson T6641, Black, Cyan,magenta,yellow, Genuine, L360 Printer Set 2 1,535.00 3,070.00 2 Ink, Refill, Genuine, Epson 003, Cyan, L3210 Printer Bots 10 389.00 3,890.00 3 Ink, Refill, Genuine, Epson 003, Magenta, L3210 Printer Bots 10 389.00 3,890.00 4 Ink, Refill, Genuine, Epson 003, Black, L3210 Printer Bots 12 389.00 4,668.00 5 Ink, Refill, Genuine, Epson 003, Yellow, L3210 Printer Bots 10 389.00 3,890.00 6 Aa Battery, Super Heavy Duty, 4 Pcs/pack Packs 8 200.00 1,600.00 Mo-vet Pr No. 2024-11-1359 1 Ink Refill, Genuine, Epson 001, Black, L6290 Printer Pc 8 440.00 3,520.00 2 Ink Refill, Genuine, Epson 001, Cyan, L6290 Printer Pc 4 440.00 1,760.00 3 Ink Refill, Genuine, Epson 001, Magenta, L6290 Printer Pc 4 440.00 1,760.00 4 Ink Refill, Genuine, Epson 001, Yellow, L6290 Printer Pc 4 440.00 1,760.00 5 Duo Flash Drive Otg, Type C, 32 Gb Pc 9 600.00 5,400.00 Mo-it Pr No. 2024-11-1253 1 Vga 10 Meters Pc 1 1,000.00 1,000.00 2 Hdmi 20 Meters Gold Plated Heavy Duty Braded Cable Pc 1 1,000.00 1,000.00 3 Hdmi 15 Meters Gold Plated Heavy Duty Braded Cable Pc 1 750.00 750.00 4 Wireless Access Point 2.4ghz And 5ghz Pc 1 15,000.00 15,000.00 Networking Interface: (2) 10/100/1000 Ethernet Ports Port: (1) Usb 2.0 Port Buttons: Reset Power Method: Passive Power Over Ethernet (48v), 802.3af/802.3at Supported (supported Voltage Range: 44 To 57vdc) Power Supply: Switch (poe) Power Save: Supported Maximum Power Consumption: 9w Maximum Tx Power: 2.4 Ghz - 22 Dbm 5 Ghz - 22 Dbm Antennas: (3) Dual-band Antennas, 2.4 Ghz: 3 Dbi, 5 Ghz: 3 Dbi Wi-fi Standards: 802.11 A/b/g/n/ac Wireless Security: Wep, Wpa-psk, Wpa-enterprise Bssid: Up To 8 Per Radio Mounting: Wall/ceiling (kits Included) Operating Temperature: -10 To 70° C (14 To 158° F) Operating Humidity: 5 To 95% Noncondensing 1-2 Years Warranty To Be Setuped By Supplier 5 Wired To Wireless Mic Adaptor Freq. Range: 500mhz - 980mhz 16 Selectable Frequencies Transmitter & Receiver Battery: Rechargeable Li 3.7v (800mah) Pc 1 2,500.00 2,500.00 6 15" Powered Speaker 2500w Pc 2 37,000.00 74,000.00 Output Power 2500 W Peak (1600 Lf + 900 Hf) 1250 W Continuous Rms (800 Lf + 450 Hf) Low-frequency Driver: 15.0” Driver, 2.5” (63 Mm) High-temperature Voice Coil. High-frequency Driver: 1.0” Exit Ceramic Driver With 1.4” (35 Mm) Coil. Connectors: (2) Xlr+1/4” (6.35 Mm) Trs Combo Inputs (balanced), (1) Xlr Output (link), (1) Iec Power Cable Input Input Impedance Line: 10 Kω Balanced, 20 Kω Unbalanced, Mic: 1.2k Mic/inst. Gain/volume Control Range: -∞ To +50 Db Usb Charging Port: 5v 2.1a Controls: Power Switch, (2) Gain Control Knobs (1 Per Input), (2) Mic/line Switches, Bluetooth Volume Control Encoder, Pairing Button, Stereo Link Button, Sub Size Button, Speaker Use Button Indicators:(1) Input Channel Signal/limit/clip Led, (1) Bluetooth Led (blue), (1) Link Led (orange), (4) Dsp Presets Led (green), (3) Hpf Led (green) Voltage: 100-120v, 50/60hz; 220-240v, 50-60hz Consumption: 1100w Fuse: 100-120v T15al Ac250v; 220-240v T6.3al Ac250v Protection: Electronic Clip, Thermal, And Transducer Overdrive Protection 7 Uninterupted Power Supply (ups) Pc 1 8,000.00 8,000.00 Ratings: 1500va/900w Battery: 2x12v/8ah Interface: 6x Universal Socket Form Factor: Tower Compact Design Automatic Voltage Regulation(avr) Led Display Or Lcd Display Selectable Auto Sensing Frequency Wide Input Voltage Range Auto Restart When Mains Power Is Restored Short Circuit, Battery Overcharge / Overdischarge, Overload, Surge Protections Automatic Charging In Off Mode 8 Dual Arm Double Monitor Holder Desktop Mount For Vesa Monitors 22 To 27" Support Weight Up To 2-9kg (each Arm) Vesa Cоmpliаnt 75x75mm 100x100mm Compatibility: 17 - 27" Screen Size Monitors Stable And Durable - Can Clаmp Оn Аny Wоrking Surfаcе Оr Grоmmеt Instаllаtiоn Pc 3 1,850.00 5,550.00 9 3 Pole Stereo Jack 6.35mm Connector Gold-plated 6.5mm 1/4 Inch Plug Audio Microphone Cable Connector Pcs 7 85.00 595.00 Mo-hr Pr No. 2024-11-1264 1 8 In 1 Usb C Hub, 4 In 1 Usb C Adapter, 7 In 1 Usb Hub With Splinter Card Reader, Usb C Port, Usb 3.0 / 2.0 Rj45 Pd 87w Multiport, Sd / Tf Splitter Card Reader, Docking Station For Macbook Pro / Air, Computer Accessories Usb C Laptops And Other Type C Devices Unit 4 1,860.00 7,440.00 Mo-osca Pr No. 2024-11-1291 1 Laptop Unit 1 47,000.00 47,000.00 Processor - 10 Cores Up To 4.4ghz Latest Gen Processor Ram - Ram Slots : 2 8 Gb Ram Video Card : Dedicated 2gb Memory Storage: 500gb Nvme Pcie Ssd Monitor: 15.6" Ips Fhd Panel (1920 X 1080) 16.9 Resolution Battery: 3-cell Li-ion Pre-installed With Latest Os Wifi: Yes Webcam: Yes Bundled Pc: Backpack, Headphones, Wireless Mouse 2 Years Warranty Mto Pr No. 2024-11-1293 1 Ink Compatible For Epson L3310 - Genuine, Black Bottle 20 500.00 10,000.00 2 Ribbon Cartridge Compatible To Epson Lx310, Genuine Cart 30 600.00 18,000.00 Macco Pr No. 2024-11-1302 1 Computer Printer Set 1 20,000.00 20,000.00 Specification: Print Print Speed: 29 Ppm (mono) Pring Quality: 600x600dpi, 20,000 Pages Duty Cycle: Recommended 200-2,000 Pages Copy Copy Speed: Up To Cpm Black Copy Resolution: 600 X 600dpi Scan Scan Type: Flatbed/adf (40 Sheets) Scan Size: Max: 216 X 297 Mm (8.5x14in) Scan File Control: Jpeg, Tif,pdf, Bmp, Png Paper Input Tray: 150 Sheets Adf Capacity: 25 Sheets Output Bin: 100 Sheets Duplex Printing: Automatic Duplex Printing, 1 X Hi-speed Usb2.0c 1x Fast Enthernet 10/100 - Tx, 1 Dual-ban (2.4/5.0 Ghz) Wireless Energy 1.6" Icon Lcd 2 Computer System (cpu) Set 1 47,000.00 47,000.00 Processor Cpu Socket: Zero Insertion Force Flip Chip Land Grid Array Socket No. Of Cores: 10 Core; Threads:16; Base Clock Speed:2.5 Ghz Maxturbo Speed: 4.60 Ghz Motherboard: Support 14th 13th 12th Gen Series Processors Dual Channel Non-ecc Unbuffered Ddr4, 2dimms Gbe Lan With Bandwidth Management Nv Me Pcle 3.0 X 4 M.2, Solid Pin Connectors, Audio Noise Guard High Quality Audio Capacitors, 4 Internal Temp. Sensor, 2pwm/dc Fan Headers Smart Fan 6 Features, With Fan Stop Memory: Memory Technology: Ddr4, Capacity: 16gb, Frequency:32000mhz, Voltage 1.2v/1.35v (2x8gb With Heatsink) Storage 1 (non Generic): Storage Capacity 500 Gb, Connectivity: M.2 Nvwe 3.0 Interface. Read Speed 3500mb/second. Write Speed 3000/second Storage 2: Capacity 1tb, Rotation Speed: 7200rpm, Cache 64mb, Connectivity: Sata 6gb/s Power Supply: 650w True Rated, Full Protection Opp/uvp/scp/ocp, Ultrapower Fx Protection Casing: Frontspace 3x120mm Fans, Topspace 2x120mm Frontpanel Abs+mesh, Sidepanel Left .04mm Tempered Glass, Watercooler Support, 2 Faans 120mm 3 External Hard Drive Pc 1 4,000.00 4,000.00 Color: Black Shell Material: Abs Type: 2tb The Highest Speed:5400mb/s Gross Weight:200g Operating Current:100ma Legislative Department Pr No. 2024-11-1311 1 Printer, Print, Scan And Copy, Compact Integrated Tank Design Spill-free, Error Free Refilling, Wi-fi Direct, Borderless Printing Up To 4r Unit 5 13,000.00 65,000.00 2 Floor Polisher, 220/230 Volts, Rpm: 1725, Fr-60, Cycle-60, Cord:9 Meter Royal Cord Unit 1 30,000.00 30,000.00 3 Water Dispenser, Free Standing Hot, Normal And Cold Compressor Type Cooling With Mini Storage Cabinet 500w | (l-12.25" W-12" H-39) 2 7,000.00 14,000.00 4 Mobile Communication Equipment (smart Phones) Body: 161.2 X 74.2mm, Nano-sim, Esim Or Dual Sim Display 6.67 Inches, 107.4 Cm2 Cpu: Octa-core (4x2.40 Ghz Cortex-a78 & 4x1.95 Ghz Cortex-a55) Storage / Memory: 512gb/12gb Camera: Triple 200 Mp, F/1.7, 23mm (wide), 1/1.4", 0.56 Um, Multidirectional Pdaf, Ois, 8 Mp, F/2.2, 118* (ultrawide), 2mp, F/2.4, (marco), Selfie Camera: Single 16 Mp, F/2.4, (wide), 1/3.06" 1.0um, Sound: Stereo Speakers 3.5 Mm Jack Bluetooth: 5.2, A2dp, Le Usb: Type-c 2.0, Otg, Battery: Li-po 5100 Mah, Non- Removable. Unit 5 22,000.00 110,000.00 Mpdo Pr No. 2024-11-1318 1 Calculator, Textbook Display Scientific Calculator, Dual Source Battery: Solar & Battery Power Supply With Approximate Battery Life Main 3 Years Pc 1 2,000.00 2,000.00 2 Calculator, Solar & Battery Power Supply With Approximate Battery Life Main 3 Years, 12 Digits, Dimensions (d X W X H): 20x 155x 35.5 Mm Regular Percentage Calculation, Extra Large Display Pc 1 1,500.00 1,500.00 3 Dual Monitor Mount Stand Adjustable Monitor Desk Stand Suitable For 14-27 Inch Monitor With C Clamp Pc 3 2,000.00 6,000.00 Mo-bac Pr No. 2024-11-1321 1 Flashdrive, 32 Gb Dual Type A & C Connectors Pc 5 600.00 3,000.00 2 Ink Refill For Epson Printer L3110, Cis-black Set 40 355.00 14,200.00 Mo- Bac Pr No. 2024-11-1323 1 Laptop (see Attached Specs) Unit 1 48,000.00 48,000.00 Mto Pr No. 2024-11-1354 1 Laptop Unit 2 49,800.00 99,600.00 Processor: Minimum 10 Cores, 12 Threads Memory: Minimum 8 Gb Ddr4 Sdram Storage: 512gb Nvme Ssd Display: 15.6 Inch Ips Software: Pre Installed With Latest Os With Wifi, Bluetooth, Hdmi Port Warranty: 2 Years Parts And Labor, 1 Year Battery, With Charger 2 Universal Power Supply Unit 3 5,000.00 15,000.00 Heavy Duty 1200 - 1500 Va 3 Desktop Computer Set Unit 2 49,800.00 99,600.00 Processor: Minimum 10 Cores, 16 Threads, 2.5ghz Ram: 16gb, Ssd:256 Gb, Hdd: 1tb Monitor : 24" Full Hd Led Backlit Display Ups: 650 Va/360 Watt (up To 10 Minutes Runtime For Pc Loads With Avr Keyboard And Mouse Usb Wired Grand Total 1,186,009.02 One Million One Hundred Eighty-six Thousand Nine Pesos And 2/100 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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 (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”. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Tuba And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm, Monday To Friday Except Holidays). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05, 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 Five Thousand Pesos (php 5000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Receipt And Order Payment). 6. The Municipality Of Tuba Through Bids And Awards Committee Will Hold A Pre-bid Conference On February 12, 2025 At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 26, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025at 9:00 A.m. At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of The Bid. 13. For Further Information, Please Refer To: Arlene D. Bangit, Edith G. Labbot, Venus P. Rimando, Jennylyn T. Wakat, Helen M. Kimpa-oy And Kevin B. Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail At Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. You May Visit The Following Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Posting: February 5-26, 2025 Janet V. Mariano Mswdo Bac Chairperson
Closing Date26 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.4 K)
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Invitation To Rebid For The Procurement Of Supply And Delivery Of Ict Supplies And Accessories 1. The Department Of Agriculture-western Visayas, Through The National Expenditure Program 2025 (early Procurement Short Of Award) Intends To Apply The Sum Three Million Seven Hundred Forty Two Thousand Three Hundred Eighty Nine Pesos (php3,742,389.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Ict Supplies And Accessories/ib No. 2025-030 (gas). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Ict Supplies And Accessories With The Following Specifications: Adapter, Hdmi To Hdmi Hdmi Male To Hdmi Female Cable Adapter, 4k@60hz, Maximum Uhd 3840×2160,backwa Rds Compatible 2560x1600, 2560x1440, 1920x1200, 1080p Resolutions, 22 Cm Long 1 Piece Adapter, Usb To Hdmi Usb-c + Usb-a To Hdmi Adapter, 2 Ports, Resolution: 1080p@60hz, Advanced Chip, Mirror And Extended Modes 1 Piece Digital Caliper Measuring Tool, Plastic Vernier Caliper Digitalmicrometer With Lcd Screen (0-150mm) 1 Unit Extension Cord With Voltage Surge Protector, 1 Switch Breaker, 6 Outlets With Ground, 5 Meters Long 106 Pieces Flash Drive 16gb, Usb 2.0, Backwards Compatible With Usb 1.1, Read Speed: 100mbps, Write Speed: 100 Mbps 60 Pieces Flash Drive 64gb, Usb 3.0, Backwards Compatible With Usb 2.0, Read Speed: 150mbps 126 Pieces Flash Drive 64gb, Usb 3.2, Gen 1 Compliant, Transfer Speed: 100mb/s2 5 Pieces Flash Drive 256gb, Usb 3.0, Read Speed: 150mbps 103 Pieces Hdmi Cable 2.1 4k 120hz, 48gbps, 7.3mm, Dynamic Hdr & Earc, Including Vrr, Qms, Qft And Allm, 3 Meters Long, Black 2 Pieces Hdmi Cable High Speed Hdmi 2.0, 4k 3d Cable Metal Case, 60hz, 18gbps, Transfer Rates: 10.2 Gbps / 340 Mhz, Hdcp Compliant, 5 Meters Long, Black, 23 Pieces Headlamp Rechargeable, Waterproof, 80 W, 6500 Mah, 4 Hours Bright Light, 9 Hours Weak Light, 50w Aluminum Reflect Cup With Light Led Source 3 Pieces Ink Bottle, Brother Btd60bk, Black, Genuine 29 Bottles Ink Bottle, Brother Bt5000c, Cyan, Genuine 46 Bottles Ink Bottle, Brother Bt5000m, Magenta, Genuine 46 Bottles Ink Bottle, Brother Bt5000y, Yellow, Genuine 46 Bottles Ink Bottle, Hp Deskjet/smart Tank Gt53 Xl Black 51 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Cyan 53 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Magenta 53 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Yellow 53 Bottles Ink Cartridge, Brother Lc539xl, Black 20 Cartridges Ink Cartridge, Brother Lc535xl, Cyan 20 Cartridges Ink Cartridge, Brother Lc535xl, Magenta 20 Cartridges Ink Cartridge, Brother Lc535xl, Yellow 20 Cartridges Ink Cartridge, Brother Toner Cartridge, Tn 2260 10 Cartridges Ink Cartridge, Canon Cl-741, Colored 3 Cartridges Ink Cartridge, Canon Cl-811, Colored 3 Cartridges Ink Cartridge, Canon Pg-740, Black 3 Cartridges Ink Cartridge, Canon Pg-810, Black 3 Cartridges Ink Cartridge, Canon Pixma Pgi-35 Black 45 Cartridges Ink Cartridge Canon Pixma Cli-36 Color 35 Cartridges Ink Cartridge, Canon Pixma Printhead Cartridge, G4010 (black) (bh-7) 10 Cartridges Ink Cartridge, Canon Pixma Printhead Cartridge, G4010 (tri Color) (ch-7) 9 Cartridges Ink Cartridge, Epson C13t664100 (t6641), Black 253 Bottles Ink Cartridge, Hp 682, Black 102 Cartridges Ink Cartridge, Hp 682, Tri-color 181 Cartridges Ink Cartridge, Hp Cn692aa (hp704), Black 15 Cartridges Ink Cartridge, Hp Cn693aa (hp704), Tri-color 9 Cartridges Ink Cartridge, Hp Cz107aa (hp678), Black 31 Cartridges Ink Cartridge, Hp Cz108aa (hp678), Tri-color 31 Cartridges Ink Cartridge, Hp F6v26aa (hp680), Tri-color 350 Cartridges Ink Cartridge, Hp F6v27aa (hp680), Black 354 Cartridges Ink Cartridge, Hp L0s60aa (hp955), Black Original 6 Cartridges Ink Cartridge, Hp L0s63aa (hp955xl), Cyan Original 20 Cartridges Ink Cartridge, Hp L0s66aa (hp955xl), Magenta 20 Cartridges Ink Cartridge, Hp L0s69aa (hp955xl), Yellow 20 Cartridges Ink Cartridge, Hp L0s72aa (hp955xl), Black Original 29 Cartridges Ink Refill, Canon Gi-790bk 67 Bottles Ink Refill, Canon Gi-790c 65 Bottles Ink Refill, Canon Gi-790m 65 Bottles Ink Refill, Canon Gi-790y 65 Bottles Ink Refill, Canon Gi-71bk 4 Bottles Ink Refill, Canon Gi-71c 3 Bottles Ink Refill, Canon Gi-71m 3 Bottles Ink Refill, Canon Gi-71y 3 Bottles Ink Refill, Epson (001) Black 307 Bottles Ink Refill, Epson (001) Magenta 224 Bottles Ink Refill Epson (001) Cyan 219 Bottles Ink Refill, Epson (001) Yellow 215 Bottles Ink Refill, Epson (003) Eco Tank, Black 270 Bottles Ink Refill, Epson (003) Eco Tank, Cyan 194 Bottles Ink Refill, Epson (003) Eco Tank, Magenta 194 Bottles Ink Refill, Epson (003) Eco Tank, Yellow 194 Bottles Ink Refill, Epson (008) Eco Tank, Black 2 Bottles Ink Refill, Epson (008) Eco Tank, Cyan 2 Bottles Ink Refill, Epson (008) Eco Tank, Magenta 2 Bottles Ink Refill, Epson (008) Eco Tank, Yellow 2 Bottles Ink Refill, Epson C13t664200 (t6642), Cyan 186 Bottles Ink Refill, Epson C13t664300 (t6643), Magenta 188 Bottles Ink Refill, Epson C13t664400 (t6644), Yellow 188 Bottles Laser Pointer Laser Class 2, 2 Aaa Battery, 2.4 Ghz Wireless Technology 29 Pieces Maintenance Box, For Epson L6160/l6170, C13t04d100 24 Pieces Male Hdmi To Male Hdmi Cable Hdmi 2.0 Male To Male High Speed 18gbps 4k, 30hz, 1080p, 3d Hdmi Ethernet , 2 Meters Long 2 Pieces Male Usb To Male Hdmi Cable Usb 3.0 Male To Hdmi Male Cable, Support Usb2.0, Usb3.0, Output: 1920x1080p@ 60hz, 2 Meters Long 2 Pieces Memory Card, For Camera Use Extreme Pro Sd Card, 1 Tb, Shot Speed: 140mb/s, Read Performance: 200mb/s, Write Performance: 90mb/s 3 Pieces Micro Sd Card, 128gb, Sequential Read Performance: 140mbps, Transfer Speed: 150 Mb/s 64 Pieces Mouse Pad Non-slip Rubber Base, Fine Knit Edges, 25 X 20 X 0.2 Cm 23 Pieces Otg/dual Usb Drive 128gb, Read Speed: 150mb/s , Write Speed: 100 Mbps 104 Pieces Portable Hard Drive 1 Tb, Usb 3.2, Type C Connector, Read Performance: 1050 Mbps; Write Speed 1000 Mbps 22 Pieces Powerbank, 10000mah 20w, Lithium Polymer Battery, Usb-c Input/output: 20w Max, Usb-a Output: 22.5w Max, Battery Capacity: 37wh (10000mah 3.7v), Rated Capacity: 6250mah (5v 3a) 121 Pieces Powerbank, 20000mah 20w, Lithium Polymer Battery, Usb-c Input/output: 20w Max, Usb-a (out 1/out 2) Output: 22.5w, Battery Capacity: 20000mah 3.7v (74wh), Rated Capacity: 12500mah (typ 5v 3a) 7 Pieces Rechargeable Battery Aa, 1.2v, 2450 Mah, Ni-mh Battery, 2 Pieces/pack 4 Packs Rechargeable Battery Aaa, 1.2 V, 900 Mah, Ni-mh Battery, 2 Pieces/pack 4 Packs Ribbon Cartridge For Epson , For Use With Fx-2175/2190 (so15327, 32.0 Meters/ 104.9 Feet) 9 Pieces Solid State Drive, Portable, 500 Gb, Usb 3.2 Gen 2, Read Speed: 1050 Mb; Write Speed: 1000 Mb (max) W/ Usb C To Usb C Cable & Usb A Adaptors 5 Pieces Solid State Drive 256gb, 2.5 Inch Sata Iii, 6 Gb/s, Read Speed: 500mb/s, Write Speed: 320mb/s, Tbw: 80tb 2 Pieces Solid State Drive 1 Tb, Usb 3.2 Gen , 10gb/s, Read Speed: 1050 Mb/s, Write Speed: 1000 Mb/s 3 Pieces Toner Cartridge, Mx-315ft, Black 5 Pieces Toner Cartridge, Tn118 (konica Minolta Bizhub 215) 11 Cartridges Usb 3.0 Hub, 4 Ports Multi- Splitter Otg Adapter 4 Ports, Usb 3.0 Hub, 5 Gbps Transfer Speed, Supports Two 2.5 Inch Capacity 1 Tb Ssd, Backwards Compatible With Usb 2. 0 (480mbps), Usb 1. 1(12mbps), 1 Meter Long 5 Pieces Usb 3.0 Hub, 6 In 1 Sd Tf For Laptop Pc 6-in-1 Usb 3.0 Hub, Tf/sd Double Card Slot 2.0 Protocol, Applicable For 256g Memory Cards, 5 Gbps Transfer Speed, Micro-usb Power Port, 900ma Output Max Current 5 Pieces Wired Keyboard 12 Fn Multimedia Hotkeys, Resolution: 1000 Dpi, 3 Buttons, Usb Port, Cable Length: 150 Cm 7 Pieces Wireless Mouse 1000 Dpi, 3 Buttons, 2d Scroll Wheel, 2.4 Ghz Wireless Connection, 2.4ghz Wireless Connection W/ Usb Nano Receiver, W/ 1 Aa Battery 170 Units 3-pin Power Adaptor Universal Adapter, Compatible With Various Types Of Sockets 12 Pieces Terms And Conditions: • All Items Which Have An Expiration Period Shall Have An Expiry Date Of At Least Two (2) Years After The Date Of The Notice Of Award • The Supplier Must Submit A Copy Of Manufacturer’s Product Brochures, Specification Sheet, Manuals Etc., As Appropriate Of All The Required Items Or Equipment. Any Of These Evidences Should Be Downloadable From Product Or Manufacturer’s Website Or Otherwise Verifiable By Any Means Reasonable And Acceptable To The Bids And Awards Committee. • Certificate That The Supplier Operates A Commercial Physical Store Indicating The Complete Address Where Ict Products Are Displayed And Available For Purchase. • All Items Should Be Genuine And Not Imitation Delivery Of The Goods Is Required Within 90 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At Da-wesviarc, Hamungaya, Buntatala, Jaro, Iloilo City. Bidders Should Have Completed, Within Three (3) Years (2021-present) 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) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 – January 22, 2025 From The Given Address And Website(s) 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 (php5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 P.m. On January 8, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On January 22, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount Of Php74,847.78 (if The Bid Security Is In The Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit) Or Php187,119.45 (if The Bid Security Is In The Form Of Surety Bond). In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 22, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps December 30, 2024 Zarlina B. Cuello Bac Chairperson
Closing Date22 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.9 K)
Department Of Education Division Of Surigao Del Sur Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Cabugo Es, Bayabas, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Bottle Epson 003 Black Ink ( Genuine) 12 250.00 3,000.00 2 Bottle Epson 003 Cyan Ink ( Genuine) 8 250.00 2,000.00 3 Bottle Epson 003 Magenta Ink ( Genuine) 8 250.00 2,000.00 4 Bottle Epson 003 Yellow Ink ( Genuine) 8 250.00 2,000.00 5 Bottle Brother Btd60 Bk Ink (original) 1 250.00 250.00 6 Bottle Brother Bt 5000 C Ink (original) 1 250.00 250.00 7 Bottle Brother Bt 5000 M Ink (original) 1 250.00 250.00 8 Bottle Brother Bt 5000 Y Ink (original) 1 250.00 250.00 9 Ream Paper, Multicopy A4, 500 Sheets Per Ream 200 178.00 35,600.00 10 Ream Paper, Multicopy Legal, (8.5x13) 500 Sheets Per Ream 10 185.00 1,850.00 11 Piece Ballpen, Black 108 6.00 648.00 12 Piece Ballpen, Blue 24 6.00 144.00 13 Piece Ballpen, Red 72 6.00 432.00 14 Piece Sign Pen, Fine Tip, Black 48 30.00 1,440.00 15 Box Staple Wire #35, Standard 18 25.00 450.00 16 Piece Stapler #35, Standard Type 10 153.00 1,530.00 17 Piece Stapler #35, Standard Type (long Reach/arm For Booklet 1 200.00 200.00 18 Roll Tape Transparent, 1 Inches 30 15.00 450.00 19 Roll Tape, Packaging, 2 Inches 9 35.00 315.00 20 Roll Tape, Paper 1 Inch 40 20.00 800.00 21 Bottle Glue All Purpose 240 G 30 35.00 1,050.00 22 Piece Folder Expanded Legal Yellow Colored 5 15.00 75.00 23 Piece Folder Expanded Legal Green Colored 11 15.00 165.00 24 Piece Folder Expanded Legal Pink Colored 5 15.00 75.00 25 Piece Folder Expanded Legal Blue Colored 5 15.00 75.00 26 Piece Folder Expanded Legal Orange Colored 5 15.00 75.00 27 Piece Folder Expanded Legal Violet Colored 5 15.00 75.00 28 Piece Folder Expanded Legal Red Colored 5 15.00 75.00 29 Box Pencil Lead/graphite With Eraser, 1 Dozen Per Box Jumbo Size Mongol 2 5 90.00 450.00 30 Piece Pencil Sharpener, Double Hole, Small 50 4.00 200.00 31 Piece Scissors, Symmetrical/asymmetrical Big 10 35.00 350.00 32 Piece Scissors, Safety For Kinder, Small Size 20 15.00 300.00 33 Pack Photopaper, A4 Size (20 Sheets Per Pack) 15 35.00 525.00 34 Pack Crayons Jumbo Pack Of Single Line Colors 8 Pcs Per Pack 10 45.00 450.00 35 Ream Neon Paper Assorted (80gsm, 8.5x13, 250 Sheets Per Ream 9 230.00 2,070.00 36 Pack Vellum Board A4, 10 White Sheets Per Pack 15 31.00 465.00 37 Box Thumbtacks, 24 Pieces Per Box 2 95.00 190.00 38 Piece Felt Tip Pen, Refillable Fine Black, Pilot 34 38.00 1,292.00 39 Bottle Ink Refill For Permanent Marker, Pilot, 30 Ml, Black 12 98.00 1,176.00 40 Piece Data File Box, Double, Colored, Long 35 150.00 5,250.00 41 Box Paper Fastener, Plastic, 7cm, 50 Sets Per Box 6 35.00 210.00 42 Box Paper Fastener, Metal, 7cm, 50 Sets Per Box 1 35.00 35.00 43 Piece Puncher Paper, Heavy Duty 5 120.00 600.00 44 Box Binder Paper Clip 25 Mm, Box, Black 6 30.00 180.00 45 Box Binder Paper Clip 32 Mm, Box, Black 2 37.00 74.00 46 Box Binder Paper Clip 51 Mm, Box, Black 2 37.00 74.00 47 Piece Expanded Envelope, Long Red 20 18.00 360.00 48 Piece Expanded Envelope, Long Green 20 18.00 360.00 49 Piece Expanded Envelope, Long Yellow 20 18.00 360.00 50 Piece Expanded Envelope, Long Orange 20 18.00 360.00 51 Piece Expanded Envelope, Long Violet 20 18.00 360.00 52 Ream Envelope, Document A4 Brown 1 800.00 800.00 53 Piece Envelope, Plastic, A4, Transparent 100 13.00 1,300.00 54 Piece Expanded Envelop, Long Blue 20 18.00 360.00 55 Pack Notepad, Stick On, 76mmx76mm 4 28.00 112.00 56 Pack Notepad, Stick On 50mm X 76mm (2" X 3") In 4 30.00 120.00 57 Pack Notepad, Stick On, 19mmx76mm 4pcs In 1 Pack 5 35.00 175.00 58 Piece Glue Stick , Big For Glue Gun 50 5.00 250.00 59 Piece White Board Marker Black 8 15.00 120.00 60 Piece Binding Ring/comb, Plastic, 15 Mm 10 35.00 350.00 61 Pack Cartolina Assorted Colors, 20 Pcs Per Pack 20 80.00 1,600.00 62 Piece Manila Paper 15 4.00 60.00 63 Piece Ink Refill For White Board Marker Black 1 65.00 65.00 64 Box Paper Clip Colored Vinyl Plastic Coated, 33mm 10 10.00 100.00 65 Piece Stamp Pad, Felt 6 40.00 240.00 66 Pack Sticker Paper 6 35.00 210.00 67 Box Rubber Band No. 18 1 50.00 50.00 68 Bag First Aid Kit Medical Kit Emergency Bag Set 5 550.00 2,750.00 69 Pack Battery Dry Cell Size Aa, 2 Pieces Per Pack 50 25.00 1,250.00 70 Pack Battery Dry Cell Size Aaa, 4 Pieces Per Pack 50 26.00 1,300.00 71 Piece Dust Pan, Rigid Non-breakable Plastic 15 90.00 1,350.00 72 Box Dye Wax, Paste Type, Red Dye Wax, 90g 42 40.00 1,680.00 73 Bottle Liquid Wax. 2 Liter / Bottle 4 570.00 2,280.00 74 Unit Fire Extinguisher, Dry Chemical 1 1,100.00 1,100.00 75 Piece Philippine National Flag 4 200.00 800.00 76 Box Envelope White Mailing Long, 500 Pcs Per Box 1 300.00 300.00 77 Box Envelope White Mailing Short, 500 Pcs Per Box 1 250.00 250.00 78 Unit Wall Clock (big) 5 300.00 1,500.00 79 Piece Illustration Board 1/2 10 40.00 400.00 80 Bottle Mosquito Spray 10 195.00 1,950.00 81 Gallon Liquid Bleaching Solution 5 200.00 1,000.00 82 Pack Detergent Powder, All Purpose 1 Kg Per Pack 24 180.00 4,320.00 83 Pack Anti Bacterial Hand Soap 60g Per Pack 80 20.00 1,600.00 84 Piece Floor Rags, Cloth 25 40.00 1,000.00 85 Piece Doormat (welcome) 5 150.00 750.00 86 Piece Pail Medium Size 5 100.00 500.00 87 Piece Dipper 5 20.00 100.00 88 Piece Small Basin, Black 5 20.00 100.00 89 Piece Toilet Brush 5 25.00 125.00 90 Piece Brush 5 20.00 100.00 91 Gallon Cleaner, Toilet Bowl And Urinal 1 Gallon 5 180.00 900.00 92 Pack Trash Bag, Medium 4 40.00 160.00 93 Piece Pad Lock Heavy Duty 8 250.00 2,000.00 94 Pack Sanitary Pad/napkin 20 25.00 500.00 95 Piece Flower, Plastic Assorted For Decoration, Fake Westeria Hanging 25 20.00 500.00 96 Piece Flower, Plastic Assorted For Decoration, For Vase, Rose Flower 25 30.00 750.00 97 Piece Medal Deped Official Seal, (gold) Diameter 6 Cm 20 50.00 1,000.00 98 Piece Medal Deped Official Seal, (silver) Diameter 6 Cm 15 50.00 750.00 99 Piece Medal Deped Official Seal, (bronze) Diameter 6 Cm 10 50.00 500.00 100 Piece Medal Ordinary Gold 25 20.00 500.00 101 Piece Medal Ordinary Silver 20 20.00 400.00 102 Piece Medal Ordinary Bronze 15 20.00 300.00 103 Piece Ribbon For Awards 70 10.00 700.00 104 Piece Ribbon For Parent 10 10.00 100.00 105 Piece Ribbon For Graduate 10 10.00 100.00 106 Piece Ribbon Honors 30 10.00 300.00 107 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Red 1 120.00 120.00 108 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Green 1 120.00 120.00 109 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Yellow 1 120.00 120.00 110 Roll Satin Ribbon, 2.5 Inches, 45 Yards / Roll Orange 1 120.00 120.00 111 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Pink 1 120.00 120.00 112 Roll Tassel Lace Trimmings (36 Yards Per Roll) 1 180.00 180.00 113 Meter Cloth Alpha Gena Purple 10 45.00 450.00 114 Meter Cloth Alpha Gena White 10 45.00 450.00 115 Meter Cloth Alpha Gena Orange 10 45.00 450.00 116 Meter Cloth Alpha Gena Printed/flower 10 50.00 500.00 117 Meter Cloth Alpha Gena Ethnic Print 10 50.00 500.00 118 Box Pins 20 50.00 1,000.00 119 Piece Balloons Assorted 100 5.00 500.00 120 Piece Plaque 1 800.00 800.00 121 Piece Balloons Chain 4 35.00 140.00 122 Piece Curtain With Ring 6 200.00 1,200.00 123 Piece Throw Pillow 4 130.00 520.00 124 Piece Throw Pillow Case 6 60.00 360.00 125 Piece Flower Pots Big 20 45.00 900.00 126 Piece Trash Box, Regular Size 30 110.00 3,300.00 127 Piece Storage Box, Big, Black 2 400.00 800.00 128 Bottle Fabric Conditioner, 1000 Ml 10 100.00 1,000.00 129 Piece Cerrtificate Holder A4 Size 15 50.00 750.00 130 Pack Gift Bag, 10 Pieces Per Pack, Medium Size 5 120.00 600.00 131 Dozen Spoon, Big 1 120.00 120.00 132 Dozen Fork, Big 1 120.00 120.00 133 Dozen Dinner Plate Big 9 Inch, 25 Cm 1 480.00 480.00 134 Dozen Dish Serving Bowl 6 Inch, 23 Cm 1 400.00 400.00 135 Piece Serving Plate Big 4 55.00 220.00 136 Dozen Drinking Glass 1 200.00 200.00 137 Meter Cellophane Rubberized 6 120.00 720.00 138 Piece Broom Soft/lanot 10 90.00 900.00 139 Piece Plastic Chairs For Kindergarten 15 175.00 2,625.00 140 Unit Electric Stove Inverter (heavy Duty) 1 650.00 650.00 141 Tube Badminton Shuttlecock 1 Tube, 12 Pieces 1 1,039.00 1,039.00 142 Piece Badminton Alp Sport Badminton Racket 2 1,400.00 2,800.00 143 Set Chess Mat 6.5 Cm (3cm X 34 Cm) 1 228.00 228.00 144 Piece Chess Clock 1 400.00 400.00 145 Piece Table Tennis Racket Stiga/loki 2 1,090.00 2,180.00 146 Piece Table Tennis Balls 40 Mm, 2.8 G (huieson) White 50 7.00 350.00 147 Piece Discuss Throw 1 401.00 401.00 148 Piece Table Tennis Net Portable (standard) Blue 1 190.00 190.00 149 Piece Curtain Rod (long) 2 200.00 400.00 150 Piece Pail Big, Black (barol) 6 200.00 1,200.00 151 Piece Shawl Assorted Color 5 210.00 1,050.00 152 Piece Table Top Desktop Water Dispenser W/ Faucet Round) Blue And White 4 168.00 672.00 153 Piece Round Water Dispenser Jug Container (20 Liters) 10 150.00 1,500.00 154 Piece Monobloc, Chair White, Ruby 10 365.00 3,650.00 155 Unit Laptop, Core I5, 14", 16 Gb, Black 1 35,000.00 35,000.00 156 Unit Printer 3 In 1 High Quality (wi-fi Direct) 5 10,000.00 50,000.00 157 Unit External Hard Drive 1tb (high Quality) 1 1,500.00 1,500.00 158 Unit Camera 24.3 Mega Pixels 1 17,500.00 17,500.00 Abc: 254,587.00 Note: To Be Delivered At Cabugo Es, Bayabas, Surigao Del Sur
Closing Date18 Feb 2025
Tender AmountPHP 254.5 K (USD 4.4 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: Statement Of Work (sow)
lodging-in-kind With Meals
377th Military Police Company
1600 E Seymour Ave, Cincinnati, Oh
general: This Is A Non-inherently Governmental/non-personal Services Contract To Provide Lodging-in-kind With Meals.
the Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Accomplish The Tasks Outlined In This Statement Of Work (sow).
objective/scope: Lodging-in-kind And Meals Are Required To Support Military Service Members Of The 377th Military Police Company Attending Home Station Active Duty For Mobilization As Listed In #4 (place Of Performance) For The Date Of
29 March – 01 April 2025.
period Of Performance: (see Specified Support Tables)
29 March – 01 April 2025 For The 377th Military Police Company
place Of Performance:
lodging
the Lodging Facility Shall Be Within A 30-mile Radius Of The Unit Home Station The Distance Shall Be Calculated By Utilizing Google Maps.
377th Military Police Company- 1600 E Seymour Ave, Cincinnati, Oh 45237
soldiers Who Receive Lodging Will Check In On The Respective Dates Of 29 March 2025. The Soldiers Will Remain To Their Assigned Room. Soldiers Will Not Incur Additional Expenses. If The Solider Does, They Will Be Responsible For The Additional Cost Not Covered By The Contract. All Service Members Will Check Out Of The Respective Hotels By 01 April 2025
meals
meals Shall Be Furnished/supplied At The Chosen Restaurant Or Hotel If Applicable 30-mile Radius Of Locations Listed In #4 (place Of Performance) The Distance Shall Be Calculated By Utilizing Google Maps.
requiring Activity Point Of Contact (poc): The Following Poc Shall Be Utilized For The Performance Of The Requirement. They Shall Not Be Contacted Through The Procurement Process.
name: Danny A. Alcantara
title/rank: Ssg, Logistical Mobilization
email: Danny.a.alcantara.mil@army.mil
phone Number:718.427.5884
dodaac: W90ewt
required Support See Enclosure 01:
a. Lodging: Rooms Shall House Two Military Service Members Per Room Except Those Military Service Members Holding Commander, First Sergeant, E-9, Cw3 Or O-4 And Above Ranking Positions, Which Shall Be Authorized Single Rooms.
rooms Shall Be Provided At Or Below The Prevailing Per-diem Rates In Accordance With The Per-diem Threshold Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates
each Room Shall Contain At A Minimum; Television With Cable Access, Internet Access, Iron And Iron Board, And Alarm Clock. Double Occupancy Rooms Shall Have Two Standalone Beds (roll-away Beds, Pullout Sofas, Cots, Etc. Do Not Constitute A Bed And Cannot Be Considered A Double Occupancy Room).
personal Expenses In Guest Rooms, Such As Ordering Movies, Telephone Fees, Laundry, And Room Service, Etc. Shall Be Paid By The Guest.
the Government Cannot Exceed The Per Diem Rates For Lodging In Accordance With The Joint Travel Regulation.
the Requiring Activity May Conduct A Site Visit Prior To Award Of The Contract To Ensure That The Facility Meets The Criteria Stated Within This
sow.
a Rooming Roster Shall Be Provided To The Contractor No Later Than 7 Calendar Days Before Checking In. The Roster May Include Each Military Service Member’s Name, Rank, Gender, Check-in Date, And Total Number Of Days Authorized.
b. Meals: Military Service Members Shall Have Access To Three Meals Per Day, Breakfast, Lunch And Dinner In Accordance With Army Regulation 30-22.
the Contractor Shall Provide Meals Detailed On Enclosure 01 Throughout The Period Of Performance And At The Locations Listed Above. Special Dietary Restrictions Will Be Identified And Accommodated For On An As Needed Basis. Vegetarian Options Shall Be Available. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. Self-service Beverage Stations Are Preferred For Each Meal. Local Government Per Diem Meal Rate For Food Shall Apply. Per-diem Thresholds Can Be Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates
breakfast: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22.
lunch: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22. Box Lunch- Grab And Go Style Is Preferred.
dinner: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22.
the Dining Area Shall Have A Room Capacity That Can Accommodate The Number Of Military Service Members Being Provided Meals At Each Respective Location.
special Dietary Restrictions Will Be Identified And Accommodated On An As Needed Basis. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. All Utensils, Plates, Napkins, Etc. Shall Also Be Provided By The Contractor.
the Government Cannot Exceed The Per Diem Rates For Breakfast, Lunch And Dinner In Accordance With The Joint Travel Regulation.
health, Safety And Security:
A. Lodging:
all Rooms Shall Be In The Same Facility, Under The Same Roof.
access To Individual Rooms Shall Have Interior Access. All Entrance Doors To Rooms Shall Have Interior Security Locks, Either Deadbolt Or Double Locking Locks. Each Room Occupant Shall Be Provided With A Room Key.
the Lodging Facility Shall Have Accessible Parking Area And The Location Shall Be In A Low Crime Area, With Security Cameras Or A Security Guard On Property For After Hour Protection At The Facility. The Government May Utilize Information Obtained, To Include, But Not Limited To, Local, State Or Federal Law Enforcement Reports And/or Https://www.areavibes.com To Assess Crime Within The Area Of The Facility.
daily Custodial Services Shall Include, But Not Limited To; Room Cleaning, Bed Making, Linen Change (as Required), Quantities Of Soap, Bath Towels, Hand Towels, Sanitized Drinking Glasses, Facial Tissues, And A Cloth Bathmat.
bathrooms Shall Be In A Sanitary Condition. Bathrooms Shall Contain A Shower And/or Tub Combination With A Wash Basin, A Properly Functioning Toilet, And A Mirror. Additionally, Bathrooms Shall Have Adequate Lighting And Grounded Electrical Outlets For Use Of Electrical Razors, Hair Dryers Etc. The Shower Or Shower/tub Combination Shall Have Shower Doors Or Curtains.
all Rooms Shall Be Non-smoking And Free Of Bed Bugs, Lice, Rodents, Mold Or Anything That Will Make The Living Conditions Unsafe And/or Unhealthy.
rooms Shall Be Cooled By Refrigerated Air Conditioning, And Adequately Heated With Individual Temperature Controls In Each Room.
the Lodging Facility Shall Have Efficient Procedures And Operating Instructions For The Effective Handling And Return Of Lost-and-found Items To Their Rightful Owners. Any/all Found Items Shall Be Stored In A Secure Area. The Housekeeping Staff Shall Maintain A Log Annotating All Found Property By Building, Room, Date Found, By Whom, And Disposition Of The Property. This Log Shall Be Transferred To The Front Desk When Housekeeping Is Not Available. Attempts Shall Be Made To Contact Departed Guests As Soon As Possible Regarding Their Forgotten Belongings.
the Lodging Facility Shall Comply With All Applicable Fire And Safety Codes And Regulations. Electrical Outlets Shall Be Available And In Good Working Condition. The Lodging Facility Presented To The Government Shall Be Federal Emergency Management Agency Approved.
the Lodging Facility Shall Have At Least An American Automobile Association (aaa) Three Diamond Rating Or Equivalent.
b. Meals:
the Contractor Shall Be Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation.
the Contractor Shall Follow All Local, State And Federal Health And Safety Guidelines For Food Preparation And Transportation.
electronic Invoicing: The Government Will Only Pay For Actual Rooms Occupied, Unless The Advance Notification Period Below Is Not Provided By The Government. If The Advance Notification Period Is Not Provided, The Prime Contractor May Invoice For All Rooms Indicated For That Date In The Sow. The Wide Area Workflow System In The Method To Electronically Process Vendor Payment Request And Receiving Reports, As Authorized By Defense Federal Acquisition Regulation 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.
advance Notification Period: The Government Reserves The Right To Cancel
any Or All Portions Of A Reservation 48 Hours Prior To The Start Date. The Cancellation Notice Shall Be Issued By The Contracting Officer. The Contractor Shall Waive Any Charges Against The Government Due To The Cancellation And Release It From All Obligations Under The Contract Resulting From Mission Changes.
roles And Responsibilities:
contractor: A Supplier, Vendor Or Third Party Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime Contractor.
contracting Officer: The Contracting Officer Is The Only Official With The Expressed Authority To Obligate The Government Or Make Changes To The Contract/agreement. Under No Circumstances Shall Changes To The
contract/agreement, Be Made Without The Written Consent Of The Contracting
Officer.
lodging Facility: A Hotel, Motel Or Other Establishment In Which Are Used On A Transient Basis, And Includes Customary Amenities And Facilities Operated As Part Of, Or Associated With, The Lodging Facility. May Also Be Known As The Subcontractor To The Prime Contractor.
meal Provider: A Supplier Or Vendor Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation. May Also Be Known As The Subcontractor To The Prime Contractor.
requiring Activity (poc): This Individual Has Authority To Provide
technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract.
subcontractor: One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor; Therefore, The Government Will Communicate With The Prime Contractor Who In Turn Communicates With The Subcontractor.
11. References:
joint Travel Regulation, Https://www.defensetravel.dod.mil/docs/perdiem/jtr.pdf
army Food Program, Army Regulation 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_fi
nal.pdf
army Food Program, Pamphlet 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_final.pdf
Closing Date3 Mar 2025
Tender AmountRefer Documents
Philippine Commission On Women Tender
Others
Philippines
Details: Description 1. Rationale The Year 2025 Marks Significant Milestones In Gender Equality And Women Empowerment In The Philippines And Globally: ● The 50th Anniversary Of The Philippine Commission On Women (pcw); ● The 30th Anniversary Of The Beijing Platform For Action (bpfa); ● The 45th Year Of The Philippines' Signing Of The Convention On The Elimination Of All Forms Of Discrimination Against Women (cedaw); ● Three Decades Since The Introduction Of The Gender And Development (gad) Budget Policy Under The 1995 General Appropriations Act (ra 7845); And ● The Culmination Of The 30-year Philippine Plan For Gender-responsive Development (ppgd) 1995-2025. These Milestones Reaffirm The Country’s Long-standing Commitment To Advancing Women’s Rights And Promoting Inclusive Development. To Commemorate These Remarkable Anniversaries, As Well As To Continue Our National Journey Toward A “bagong Pilipinas,” The Upcoming Nwmc Will Be More Than Just A Celebration—it Will Be A Pivotal Moment To Reflect On Our Progress, While Also Setting The Stage For Further Transformation. With The Sub-theme "babae Sa Lahat Ng Sektor, Aangat Ang Bukas Sa Bagong Pilipinas," Under The 2023-2028 Recurring Nwmc Campaign Banner: We For Gender Equality And An Inclusive Society, The Event Aims To Spotlight The Inclusive Progress That Women From All Sectors Have Made, While Simultaneously Reinforcing The Need For Equitable Access To Opportunities, Resources, And The Full Recognition Of Women’s Rights. The Event Will Not Only Honor These Strides But Also Offer A Platform For Creating New Connections, Empowering Women, And Raising Awareness On Critical Issues Of Gender Equality. The Celebration's Kick-off Event On March 5, 2025, Will Serve As A Launchpad For These Aspirations. The Event Will Feature A Trade Fair Showcasing Products From Women-owned And Women-led Micro, Small, And Medium-sized Enterprises (msmes), As Well As Booths Offering Essential Services Such As Legal Consultation And Medical Support. Additionally, The Event Will Serve As A Platform For Several Key Initiatives—such As The Unveiling Of The Pcw’s 50th Anniversary Coffee Table Book And The Launch Of The First-ever State Of The Filipino Women Regional Report—each Requiring Intricate Planning And Coordination. Given The Complexity Of This Year’s Celebration, The Involvement Of Multiple Stakeholders, And The Diverse Activities Planned, The Need To Hire A Professional Event Organizer Is Critical. The 2025 Nwmc Is An Event Of National Importance, One That Will Bring Together Government Agencies, Local Government Units (lgus), Non-governmental Organizations (ngos), Civil Society Organizations (csos), Msmes, And Marginalized Communities. Coordinating Such A Large-scale, Multi-sectoral Event Requires Specialized Knowledge And Expertise In Logistics, Event Design, Stakeholder Management, And Seamless Execution. Thus, The Pcw Needs The Services Of An Event Organizer To Ensure That Every Aspect Of The Event—ranging From The Trade Fair To The Key Strategic Launches—is Carried Out In An Organized And Professional Manner. From Arranging Venue Logistics To Ensuring Smooth Transitions Between Activities, An Experienced Organizer Can Guarantee That Each Element Is Executed Flawlessly, Leaving A Lasting Impact On Participants And Guests Alike. With A Focus On Marginalized Sectors, The Event Must Prioritize Accessibility And Inclusivity, And A Skilled Event Organizer Will Ensure That These Principles Are Woven Into The Fabric Of The Celebration, Making It Meaningful For All Participants. As We Strive For A “bagong Pilipinas,” An Inclusive Society That Upholds The Dignity And Rights Of Every Woman, The Event Organizer Will Play A Key Role In Aligning The Nwmc With This Vision. Their Experience In Handling High-profile Events, Managing Diverse Stakeholders, And Executing Integrated Communication Strategies Will Be Invaluable In Delivering A Celebration That Reflects The Full Scope Of Our Aspirations And Collective Progress. Their Involvement Will Allow The Pcw And Its Partners To Focus On The Substantive Discussions And Initiatives That Will Define This Momentous Year, While Leaving The Event's Logistical And Organizational Complexities To The Experts. 2. General Objective/s The Contractor That Will Be Hired Is Expected To Provide The Following Events Management Services: A. Conceptualizing The Event’s Production Design And Visuals In Accordance With Pcw’s Directives And The Branding Guidelines For The 2025 National Women’s Month Celebration. B. Providing Electronic/electrical Equipment Beyond The Basic Provisions Of The Venue Provider To Ensure Seamless Execution. C. Producing Event Collaterals And Materials As Outlined In Section C: Scope Of Work, Along With Any Additional Requirements Necessary For The Successful Implementation Of The Program. D. Designing And Setting Up Booths For Exhibitors And Service Providers, Ensuring That Layouts Align With The Available Venue Space. E. Executing The Approved Event Production Design, Including The Setup Of Materials, Staging, And All Necessary Collaterals. F. Providing Professional Photo And Video Coverage Of The Entire Event, With Both Raw And Edited Copies Submitted To Pcw Post-event. G. Deploying Adequate Human Resources For The Entire Duration Of The Event, Including Ingress, Egress, And On-ground Support, As Well As Providing A Professional Emcee. 3. Scope Of Work Overall, The Event Organizer Is Expected To Provide Comprehensive Coordination And Production Management For The Physical Event. This Includes The Conceptualization And Production Of Event Materials, Stage And Venue Arrangement, Coordination With The Event Venue Technical Team For Led Wall And Lighting And Sound Systems, As Well As The Provision Of Other Necessary Equipment And Technical/logistical Requirements. Specifically, The Event Organizer Is Responsible For The Following Tasks In Coordination With Pcw: 1. Preparatory Activities Task Specific Materials, Deliverables, And Outputs A. Attendance To Coordination Meetings Organized By Pcw ● Designate At Least One (1) Project Coordinator Who Will Monitor The Implementation Of The Workplan And Ensure Timely Coordination And Delivery Of Outputs. ● Attend Coordination Meetings And Provide Regular Updates On The Status Of Preparations And Coordinations For The Event; B. Conceptualization Of Event’s Production Design And Visuals Following Pcw’s Directives And Branding Guidelines For The 2025 National Women’s Month Celebration (including Procurement And Execution Of Approved Concepts/ Materials) Physical Set-ups: ● The Event Organizer Is Responsible For The Physical Setup Of The Event Venue, Including Front And Back Stages, Adjacent Areas For Receiving And Registration Of Attendees And Special Guests, Holding Areas For Special Guests,if Necessary, Floor And Seat Plans, Setup Of Booths, Etc. Including Directional Signages Booth Details Quantity: Maximum 30 Booths Size: 3x2 Booths With Names In Fascia (2 Sides) Table And Chair: 1 Table And 2 Chairs Per Booth With Lights And Outlet (2-gang) With Electrical Setup In Line With This, The Event Organizer Is Required To Submit, For Pcw’s Approval, At Least Two (2) Proposals For: ● Stage Design ● Detailed Physical Plan With Provisions For: ○ Participants’ Entry And Exit ○ Ingress And Egress ○ Booth Placement ○ Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals ○ Emergency Evacuation Event Materials: The Event Organizer Is Required To Provide The Flowing Event Materials: ● Animation Of The Event Logo/brand Identity And Other Relevant Visual Components To Be Displayed Continuously On The Led Wall/s During Program Transitions. The Logo/brand Identity Design Will Be Provided By Pcw. ● Pull-up Banners, Event Markers, And Directional Signages. Designs Subject To Approval Of Pcw. ● Printing Of Event Badges For The Participant ● Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. ● Printing Of Giant Gameboard With Big Dice And Other Game Materials ● Id Cards For Pcw Lead/organizing Staff ● Supply And Delivery Of Event Tokens/advocacy/promotional Materials To Be Distributed To The 1000 Participants During The Event ● Token To Be Given To Special Guests And Exhibitors. Proposed Tokens Are Subject To The Approval Of The Pcw. C. Preparations For The Actual Conduct Of Event Program ● Ensure Full Coordination With The Venue Provider And Furnish It With All Necessary Physical And Technical Arrangements And Lay-out Plans; ● Process And Complete All Required Permits And Clearances Required By The Venue Provider And The Lgu For The Conduct Of The Event, If Necessary ● Develop A Workplan For All Activities/tasks Including Timeline And Expected Deliverables, As Approved By Pcw; ● Develop A Security Plan To Ensure Orderly Conduct Of The Activity, Including Crowd Control And Other Mitigating Measures For Untoward Incidents, As Approved By Pcw; ● Contract A Competent Female Host, Preferably A Person Knowledgeable On Women’s Empowerment And Other Women’s Human Rights Issues; ● Submit A Full And Comprehensive Script For The Program Host; ● Facilitate End-to-end Contracting Of Third-party Suppliers For The Execution Of Production Design And Procurement Of Event Collaterals As Approved By Pcw ● Keep Confidential All Event Preparations; 2. Event Proper Task Specific Materials, Deliverables, And Outputs A. Execution Of Approved Event Production Design, Materials, And Other Collaterals ● Ensure Timely Ingress And Egress In Coordination With The Venue Provider, Third Party Suppliers, And Pcw; ● Execute The Set-up Of All Approved Production Designs Of The Entire Venue, Including But Not Limited To: - Front And Back Stages - Floor Plan, Table Set Up, Seating Plan - Registration Area - Photo Wall - Areas Leading To The Event Area; ● Stage And Program Management - Direct And Manage Program Flow, Including Briefing Of Technical Support Team, Guest Speakers, And Host(s) In Coordination With Pcw; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback. B. Production Of Event Materials/collaterals ● Provide The Following Materials As Approved By Pcw And With Proper Event Branding: Event Material/collaterals Qty Id Cards And Lanyards For Pcw Event Organizing Team* 50 Participant’s Event Badge 1,000 Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. 35,000 Animated Video Of Event Title/logo/brand Identity/other Relevant Elements 1 Tokens For Guest Speakers/ Special Guests/exhibitors In Individual Presentable/elegant Packaging 50 Tokens For Participants (for Inclusion In Kits) 1000 Pull-up Banners 4 Printing Of Giant Gameboard With Big Dice And Other Game Materials *to Be Determined Event Markers/signages / (leading To Event Area, Restrooms, Parking, Etc. )/ Name Plates For The Guests’ Seats. *to Be Determined *may Change Depending On Actual Number Of Identified Members Of The Pcw Event Organizing Team ● All Event Materials And Collateral Should Be Packaged, Labeled, And Ready For Use/distribution At Least One (1) Week Before The Event. C. Provision Of Appropriate Electronic/electrical Equipment In Addition To The Basic Provisions Of The Venue Provider. ● Provide And Operate All Technical Equipment Throughout The Duration Of The Event. Equipment To Provide Includes: - Extension Cords And Auxiliary Wires - At Least Four (4) Wireless Microphones - Appropriate Background Music Throughout The Event - Clickers For Guest Speakers Who Will Deliver Presentations - Video Monitors And Camera/laptop For The Filipino Sign Language Interpreters. ● Coordinate With The Technical Support Team Of The Venue Provider/pcw Regarding The Technical Requirements. ● Ensure That All Equipment Cables And Wires Are Securely Arranged To Avoid Physical And Electrical Accidents. ● Ensure Return Of All Borrowed Materials Or Equipment, If Any. D. Photo And Video Coverage Of The Entire Event. ● Ensure Professional Photo And Video Coverage Of The Entire Event. ● Produce A Creative Sde (same-day-edit) Video To Be Presented To The Participants During The Closing Activities Of The Event. E. Provision Of Sufficient Human Resource During The Whole Event, Ingress, And Egress. ● Designate Onsite Technical Support Teams To Manage/assist In The: - Technical, Floor, And Stage Direction; - Coordination With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Event Management Functions ● Implement The Security Plan In Case Of An Untoward Emergency Or Incident; Facilitate Crowd Control To Ensure The Peaceful Conduct Of The Event; ● Monitor And Prevent The Entry Of Items Prohibited By The Venue Provider, Including Materials Not Indicated But May Pose Harm/danger To People And Physical Properties ● Provide The Transportation, Meals, And Other Logistical Expenses Of Its Production Staff During The Event. 3. Post-event Task Specific Materials, Deliverables, And Outputs A. Post-documentation Requirements 1.submit The Following In An External Hard Drive Or Flash Drive(s): ● All Raw Photos ● All Professionally Edited Photos Minimum Of 400 Professionally Edited Photos Consisting Of: ○ All Major Parts Of The Program (registration, Use Of Photo Wall, Opening Preliminaries, Closing Ceremonies, Socialization, Etc.) ○ All Guest Speakers, Host(s), And Other People To Be Invited On Stage ○ All Participants/audience ( Per Table, In Groups, As Well As Individual Shots That Have Significant Part In The Program Or As Requested By Pcw) ○ Pcw Organizing Staff ○ Other Parts Of The Event That May Be Requested By Pcw 2, All Raw Video Files For Event Documentation 3. Professionally Edited Linear Video Of Event Highlights 4. Creative Sde Video (ert: 5 Minutes) 5. Narrative Report Of The Conducted Event ● Attend Post-event Meetings As Necessary. 4. Approved Budget Cost And Basis For Costing The Abc For This Engagement Is Eight Hundred Twenty Thousand Pesos (php 820,000), Subject To Applicable Government Withholding Taxes. The Professional Fee Is Computed Based On The Prevailing Industry Rates For Event Organization And Management. Item Costing/remarks Estimated Total Professional Fee For Overall Event Coordination, Execution, And Management Professional Fees For The Event Coordinator, Event Director, Production Designer, Graphic Artist, Animator, Technical Director, Script Writer, Photographer, Videographer, Photo And Video Editor, Event Host, Production Assistants, Ingress/egress Staff Etc., P 300,000 Production Design - Stage Design - Pull-up Banners - Registration Area Decorations - Photo Wall Printing & Mounting Provision Of Booth Including The Following: - Quantity: Maximum 30 Booths - Size: 3x2 Booths With Names In Fascia (2 Sides) - Table And Chair: 1 Table And 2 Chairs Per Booth - With Lights And Outlet (2-gang) - With Electrical Setup - Ingress And Egress (mounting/dismantling) P 100,000 P 200,000 P 300,000 Token/advocacy Materials (design, Printing, Production) - Token/advocacy/promotional Materials - Tokens For Guest Speakers And Exhibitors Token/advocacy/promotional Materials For 1000 Participants (150,000) Token For Guest Speakers And Exhibitors: P1,000 X 50 Pcs. (p 50,000) P 200,000 Materials (design And Printing) - Printing Of 1000 Copies Of Event Badges For The Participant - Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. - Printing Of Giant Gameboard With Big Dice And Other Game Related Materials - Other Venue Decorations - Organizer’s Id - Other Office Supplies - Table Decorations P 20,000 Total 820,000 5. Minimum Qualification/s 1. Must Be An Event Organizing Company With Competent Personnel To Plan And Execute The Event. It Must Also Be Duly Established In The Philippines, With Head Office Located In Metro Manila, And Must Be Registered With Philgeps. 2. At Least Eight (8) Years Of Extensive Experience In Organizing Big Events And Conferences, Preferably With Clientele From Government Agencies; 3. Impressive Company Portfolio On Handled Events With At Least 1000 Participants; 4. With Experience In Organizing Events Related To Women’s Empowerment And Women’s Issues, Strong Coordination And Networking Skills; And 5. Preferably, The Event Organizing Company Have An Equal Opportunity Agency, Where Women Make Up At Least 45-50% Of Their Team And A Policy Compliant With The Anti-sexual Harassment And Safe Spaces Policy. 6. Professional Fees And Terms Of Payment Payment For The Professional Services Shall Be Issued In Three (3) Tranches Upon Completion Of Set Deliverables And Issuance Of Certificate Of Acceptability Of Outputs By The Pcw Executive Director. The Engagement Is Expected To Be Completed Within 2 Months From The Date Of Commencement. Schedule Of Payment Deliverables Timeline First Tranche (30% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of: 1. Designs/layouts Of Entire Production Design Which Includes Designs Of Stage; 2. Detailed Physical Plan Indicating Booth Placements, Participants’ Access And Egress, Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals Based On The Venue’s Layout; 3. Designs/samples Of All Event Materials, Collaterals, And Tokens Following The 2025 National Women’s Month Branding Guide And As Provided In This Tor; 4. Work Plan And Security Plan; 5. All Necessary Permits For The Physical Conduct Of The Event (in Coordination With Pcw, The Lgu, And Venue Provider). February 20-25, 2025 Second Tranche (40% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of The Following: 1. Full Script Of The Host/emcee Based On The Program Sequence; 2. Confirmed/booked Program Host/emcee; 3. Confirmed/booked Technical And Electronic Equipment (including Those Contracted From Third-party Suppliers); 4. Final Animated Video Of The Event Logo/brand Identity; And 5. Floor And Seating Plans For Participants, Guests, And Pcw Staff Upon Production Of Approved Event Materials And Other Collaterals. February 26-28, 2025 Third Tranche (30% Of Contract Cost) Upon The Event Organizer’s Execution/completion Of The Following: 1. Set-up/mounting Of Production Design For The Entire Event Venue (including: Registration And Front And Back Stage, Booths With Table And Chairs, Photo Wall, Etc.) 2. Actual Onsite Management Of The Event And Coordination With Tech Team Managing The Led Wall And Sound System, Etc., In Accordance With The Approved Work Plan, Including: - Assistance In Participant Registration, Ushering, - Hosting; - Video And Photo Coverage; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Applicable Requirements/services 3. Distribution Of Approved Event Materials And Other Collaterals To Participants; 4. Same-day Edit Video (sde) Capturing The Highlights Of The Event 5. Submission Of The Following In An External Hard Drive Or Flash Drive: - All Raw And Professionally Edited Photos - Professionally Edited Video Coverage And Sde - Narrative Report Regarding The Conducted Event 6. Turnover Of All Unused/undistributed Tokens, Plaques, And Other Event Materials/collaterals To Pcw. March 1-15, 2025 7. Working Conditions And Arrangements Pcw Shall Provide Information Needed To Accomplish The Scope Of Work Such As Program Of Activities, Branding Guidelines, And Venue Provider Contact References, Among Others. It Shall Also Review And Approve All Materials And Deliverables Produced By The Event Organizer Within A Reasonable Time Frame.
Closing Date17 Feb 2025
Tender AmountPHP 820 K (USD 14.1 K)
6151-6160 of 6182 archived Tenders