Cloud Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date5 Jun 2025
Tender AmountRefer Documents
Details: Request For Sf330 1. Introduction: This Is A Total 100% Service-disabled Veteran-owned Small Business (sdvosb) Set-aside In Accordance With Public Law 109-461. This Is A Request For Sf330s For Architect/engineer (a/e) Design Services For Project Number 541-25-504, A/e Design Replace Rehab Medicine Ahu At The Louis P. Stokes Cleveland Va Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. this Announcement Is Not A Request For Proposal. No Solicitation Package Will Be Issued Via Sam.gov. A Request For Proposal Will Be Issued Directly To The Most Preferred Firm For Which Negotiations Will Commence In Accordance With Far Subpart 36.6. The Anticipated A/e Design Services, To Be Awarded, Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, And Va Acquisition Regulation Subpart 836.6. 2. Description: The Ae Firm Shall Provide All Programming, Design Submissions, Site Investigation/field Verification Services, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, And Construction Administration Services For The Project A/e Replace Rehab Medicine Ahu, Located On The Louis P. Stokes Cleveland Veterans Affairs Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. see Attached Statement Of Work For Further Requirements period Of Performance: 133 Calendar Days After Contractor’s Receipt Of Notice To Proceed contract Type: Firm-fixed-price
estimated Magnitude Of Construction: Between $25,000 And $100,000 (see Far 36.204)
naics Code: 541330
size Standard: $25.5 Million 3. Dsbs & Sam: In Accordance With Vaar 819.7003(b) (deviation), At The Time Of Offer/quotes (sf330 Submission), And At The Time Of Award Of Any Contract, The Offeror Must Represent To The Contracting Officer That It Is A – (1) Sdvosb Eligible Firm; (2) Small Business Concern Under The North American Industry Classification System (naics) Code Assigned To The Acquisition; And (3) Deviation – [certified] Sdvosb/vosb [listed In] The [sba Certification Database (aka Dsbs) At Dynamic Small Business Search (see 13 Cfr 128)] if Registration Is Required, Visit Dynamic Small Business Search. additionally, All Eligible Firms Must Be Registered And Current In The System For Award Management (sam) Database In Order To Be Evaluated And Eligible For Contract Award. If The Firm Is Not Registered In Sam, You May Register Online At Https://www.sam.gov. 4. Evaluation Factors: Selection Criteria Will Be Based On The Following Factors, In Descending Order Of Importance, In Accordance With Far 36.602-1: The Government Will Award A Firm-fixed Price Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforms To The Solicitation And Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: a. Experience And Technical Competence (30% Weighting)
b. Professional Qualifications (20% Weighting)
c. Firm’s Capacity (20% Weighting)
d. Past Performance (20% Weighting)
e. Geographic Location (5% Weighting)
f. Extent Of Participation As Subcontractors (5% Weighting) the Government Will Evaluate Information Based On The Evaluation Procedures Authorized In Far 36.602-1, Selection Criteria, And Vaam 836.602-1, Selection Criteria, Using The Following Evaluation Criteria: firms Responding To This Notice Shall Do So Using Standard Form 330 (sf-330) And Will Be Evaluated And Ranked Using The Selection Criteria Listed Below. The Evaluation Factors Are To Be Addressed In Section H Of The Sf-330 Unless Otherwise Detailed Below. The Evaluation Will Consider How Each Factor Is Addressed To Coincide With The Selection Criteria. The Factors Are Individually Weighted As Indicated. a. Specialized Experience And Technical Competence (30% Weighting)
work Shall Include Programming, Design Submissions, Site Investigation/ Field Verification, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services And Construction Administration Services. Include Government And Private Sector Experience On Projects Similar In Size, Scope And Complexity And Experience With Project Phasing To Maintain Hospital Operations During Construction. The Evaluation Will Consider The Management Approach, Coordination Of Disciplines And Subcontractors, Quality Control Procedures, Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On Relevant Projects And Familiarity With Va Design Guides/ Manuals, Master Specifications, And Other Applicable Standards. demonstrate Experience And Competence With Comparable Air-handling Unit Replacement Projects That: a. Identified Suitable Rooftop Air Handling Unit To Meet Space Temperature/ Dehumidification Requirements For An Existing Patient Care Area.
b. Provided Sequence Of Operations, I/o Points List, And Controls Drawings.
c. Integrated Controls With Existing Building Management System To Include Similar Graphics/controls As Other Facility Ahus.
d. Used A Master Systems Integrator (msi).
e. Performed Construction Period Services, Including: • Professional Field Inspections During The Construction Period. • Review Of Construction Submittals.
• Support In Answering Requests For Information During The Construction Period.
• Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. submit At Least Three But No More Than Five Projects Completed Within The Last Five Years: • Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contractor, Teaming Partner, Or Subcontractor
• Project Owner, Owner’s Point Of Contact Including Telephone Number And Email Addresses
• Services & Deliverables Provided Under The Contract/ Task Order
• Period Of Performance, Including Start And Completion Dates
• Total Dollar Value Of The Project provide The Project Title, Location, And Brief Work Description, Including: a. Strategy Used To Identify Replacement Air Handing Unit That Met Project Requirements.
b. Project Area Use And Square Footage.
c. Contracting Method, Including Start And Completion Dates (original Vs. Actual) For Completed Work.
d. Prime Contractor, Major Subcontractors, Contractor Team Arrangements. the Submitted Projects Will Be Used To Evaluate The Specialized Experience And Technical Competence Of The Architect-engineer. offeror Shall Provide A Summary Page Of Its Recent And Relevant Specialized Experience And Technical Competence Which Is Similar In Size, Scope, And Magnitude To This Requirement.“relevant” Is Defined As Those Task Requirements Identified In The Rfp’s Scope Of Work. “recent” Is Defined As Services Provided Within The Past Five (5) Years. b. Professional Qualifications (20% Weighting) Necessary For Satisfactory Performance Of Required Service. provide Resumes Of Key Personnel To Demonstrate Relevant Qualifications And Experience. the Resumes Shall Include: a. Name Of The Individual, Company Position, Years With The Company.
b. Air Handling Unit Work Experience, Certifications, And Educational Background.
c. Tasks To Be Assigned On This Project. the Submitted Resumes Will Be Used To Evaluate The Professional Qualifications Of The Architect-engineer. The Architects And Engineers On The Firm’s Staff Representing The Project Of Signing/stamping Drawings In Each Discipline Must Possess A Minimum Of Five (5) Years Of Experience And Are Required To Be Licensed, Registered, Or Certified By A Us State, The District Of Columbia, Or A Us Territory. Provide Professional License Jurisdiction Of Issue And License Numbers And/ Or Proof Of Licensure. at A Minimum, The Offeror Shall Describe The Professional Qualifications Of Project Team And Have Not Less Than Five (5) Years Of Experience In The Required Disciplines. Disciplines Required For This Project Include, But Are Not Limited To: Architectural, Structural, Civil, Landscape, Electrical, Mechanical, Plumbing, Fire Protection, Industrial Hygiene, Life-safety, Technology, Cost Estimation, Project Management, Construction Administration Services. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, Longevity With The Firm And History Of Working With Other Members Of The Team. c. Firm’s Capacity (20% Weighting) To Accomplish Work In The Required Time. identify Main Disciplines And Tasks For The Project. provide Quantity And Availability Of Key Personnel In These Disciplines For The Project. the Submitted Information Will Be Used To Evaluate The Ability To Meet The Project Schedule. the Evaluation Will Consider The Firms Number Of Current Contracts, The Firms Plan And Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Personnel In Key Disciplines In Order To Determine Their Capacity To Complete The Project Work. Describe The Firm’s Ability To Accomplish The Work In The Required Time, Including Existing Workload From All Private And Public Clients And Awards Of Similar Type To This Project That May Limit The Ae’s Capacity To Perform The Project Work Expeditiously. d. Past Performance (20% Weighting) On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (if No Cpars Data Is Available) Must Be Provided For Projects Submitted Under Factor 1 (specialized Experience). Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Recommendation Letters, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. provide A Summary Description Of At Least Three But No More Than Five Prior Projects Completed Within The Last Five Years Of Comparable Scope, Size, And Complexity, Including: A. Contract Number, Brief Description Of The Project, Type Of Contract, Amount Of The Contract. B. Name, Phone Number, E-mail Address For Contracting Officer/contracting Officer Representative. C. Performance Reviews And Ratings. the Submitted Past Performance Will Be Used To Evaluate The Ability To Successfully Perform The Scope Of Work. items To Be Evaluated Include Quality Of Services And Staying On Schedule With Deliverables. The Government Reserves The Right To Also Evaluate Past Performance On Previously Awarded Federal Task Orders And Any Other Information Available. note: We Recommend You Contact Every Reference Listed And Let Them Know We May Contact Them For Information. Their Timely Replies Would Be Appreciated. e. Geographic Location (5% Weighting) It Is Important That The Offerors Be Responsive In A Timely Manner To Being Onsite To Support This Project. Offerors Shall Provide The Travel Time That The Prime Contractor And Each Of Their Subconsultants That Need To Be Onsite Are Away From The Louis Stokes Cleveland Va Medical Center By Car And Air (if Applicable). The Sseb Will Evaluate The Lowest Aggregate Time From Each Offeror Divided By The Total Number Of Prime/ Subcontractors To Arrive At An Average Travel Time For That Offeror. The Sseb Will Then Rank The Average Travel Time From Each Offer From The Lowest To Highest (the Lower The Time, The Better The Ranking). provide: A. Primary Means Of Travel (car, Plane, Etc.). B. Length Of Time (in Hours) Between Departure From Architect-engineer Office To Arrival At Project Location. the Submitted Information Will Be Used To Evaluate Physical Response Time To The Louis Stokes Cleveland Va Medical Center. f. Extent Of Participation As Subcontractors Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses (5% Weighting) provide A Percentage Of The Total Estimated Effort That Will Be Used To Select Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors On This Project. the Submitted Information Will Be Used To Evaluate Small Business Subcontractor Participation For This Project:
a. Sdvosb Shall Be Given Greatest Preference.
b. Vosb Shall Be Given Great Preference.
c. All Other Small Businesses To Be Preferred. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Evaluation Factors Above In Order To Rank Interested And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part Ia To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. additionally, Keep In Mind The Submission Requirement Restrictions Outlined In #8 Below When Addressing Evaluation Factors. 5. Selection Process: In Accordance With Far 36.6, Sf330s Will Be Evaluated By The Evaluation Board Using The Evaluation Factors Identified In This Announcement. After Sf330s Have Been Evaluated, Discussions/interviews Will Be Held With At Least Three Of The Most Highly Qualified Firms. After Discussions Have Concluded, The Evaluation Board Will Evaluate The Qualifications Of The Firms Using The Same Evaluation Factors, Taking Into Consideration Both The Sf330 Submission And Subsequent Discussions, To Select The Most Preferred Firm From The Firms Considered To Be The Most Highly Qualified. Please Note That The Assigned Values For The Above Factors May Be Adjusted After Discussions As Allowed Under Vaam 836.602-1, Selection Criteria. Negotiations Will Then Begin With The Most Preferred Firm. 6. Limits On Subcontracting: In Accordance With Vaar 852.219-73 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside Under 852.219-73(d)(1)(5), It States: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. 7. Submission Requirements: Interested And Eligible Firms Should Submit Their Current Sf330 As Follows:
1) One (1) Electronic Pdf Copy Via E-mail: a. See Attachments For Procedures (i.e., Ecms Getting Started Guide For Vendors & Ecms Vendors_guide_v4_2);
b. Size Limitation Is 20mb; the Sf330s Are Due On Thursday, 5 June 2025, At 3pm Est. acceptable Electronic Formats (software) For Submission Of Sf330 Packages: (a) Files Readable Using The Current Adobe Portable Document Format (pdf); (b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater; (c) Sf330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, Limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced, And Numbered Pages. If More Than Seventy-five (75) Single-sided Pages Are Submitted, All Pages After Seventy-five (75) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger; (d) Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns.
the Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf330 In The “find A Form” Block And Click On Search. 8. No Fax Or Telephonic Responses Will Be Accepted: Personal Visits For Discussing This Announcement Will Not Be Entertained Or Scheduled. Questions May Be Directed Only By E-mail To Stanley.burdine@va.gov. 9. Va Primary Point Of Contact:
- Stanley Burdine
- Contract Specialist
- Email: Stanley.burdine@va.gov
BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender
Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 29, 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 Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 2025. 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 January 29, 2025 At 10:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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. 12. For Further Information, Please Refer To: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
City Of Bais Tender
Software and IT Solutions
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
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
Province Of South Cotabato Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 532.3 K (USD 9.2 K)
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
STATE UNIVERSITY OF NORTHERN NEGROS Tender
Software and IT Solutions
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 817.2 K (USD 14.2 K)
Details: Description 1 Rig It Right! Maya Animation Rigging Concepts 3e / O'hailey 2024 1 Cps. 2 Motion Illustration: How To Use Animation Techniques To Make Illustrations Move / Adam Osgood 2024 1 Cps. 3 Data Structures And Algorithms / Gupta 2024 1 Cps. 4 Basics Of Networking / 3g Editorial Board 2024 1 Cps. 5 Computer Networking / Qaiser 2024 1 Cps. 6 Fundamentals Of Programming / Ahmad 2024 1 Cps. 7 Software Project Management: Methods And Techniques / Peters 2024 1 Cps. 8 The Code Of Honor - Embracing Ethics In Cybersecurity /maurer 2024 1 Cps. 9 Communication Matters 4e Ise/floyd 2022 1 Cps. 10 How To Organize Yourself: Simple Ways To Take Control, Save Time And Work More Efficiently 7e / Caunt 2022 1 Cps. 11 How To Manage People: Fast, Effective Management Skills That Really Get Results 5e / Armstrong 2022 1 Cps. 12 Improve Your Communication Skills: How To Build Trust, Be Heard And Communicate With Confidence 6e /barker 2022 1 Cps. 13 Successful Time Management: How To Be Organized, Productive And Get Things Done 6th Edition/ Forsyth 2022 1 Cps. 14 How To Write A Marketing Plan: Define Your Strategy, Plan Effectively And Reach Your Marketing G… / Finch 2022 1 Cps. 15 Develop Your Leadership Skills: Fast, Effective Ways To Become A Leader People Want To Follow / Adair 2022 1 Cps. 16 Dealing With Difficult People: Fast, Effective Strategies For Handling Problem People 5e / Lilley 2022 1 Cps. 17 How To Work Remotely: Work Effectively, No Matter Where You Are / Dale 2022 1 Cps. 18 How To Write Reports And Proposals: Create Attention-grabbing Documents That Achieve Your Goals 6e / Forsyth 2022 1 Cps. 19 Biology Workbook For Dummies, 2nd Edition / Kratz 2022 1 Cps. 20 Physics I For Dummies, 3rd Edition / Holzner 2022 1 Cps. 21 Cruise Shipping Policy / Mehta 2023 1 Cps. 22 3g Handy Guide: Construction Painting 1e / 3g E-learning 1 Cps. 23 Using Video To Develop Teaching /brouwer 2022 1 Cps. 24 The Design Process / Karl Aspelund 2022 1 Cps. 25 Database Systems: A Pragmatic Approach 3e / Foster 1 Cps. 26 Grow Pruning & Training / Mahon 1 Cps. 27 Marriage On Madison Avenue /layne 1 Cps. 28 Wedding Guest, The / Kellerman 1 Cps. 29 Miracle&divine Intervention 101 Stories Of Faith And Hope /amy Newmark 2021 1 Cps. 30 Seven Days Of You /vinesse 1 Cps. 31 Baillière’s Midwives' Dictionary: 14ed / Tiran, Denise 2023 1 Cps. 32 The Art Of The Garnish / Leeann Lavin 1 Cps. 33 Italian Recipes For Dummies / Riolo 2022 1 Cps. 34 Grow Containers / Geoff Stebbings 1 Cps. 35 Grow Herbs / Mahon 2022 1 Cps. 36 Grow Low Maintenance / Allaway 2022 1 Cps. 37 Grow Easy Veg / Whittingham 1 Cps. 38 Grow Houseplants / Westhorpe 1 Cps. 39 The Vegetable Grower's Handbook / Richards 2022 1 Cps. 40 The Fifth Wave Collection 3c Box Set / Rick Yancey 1 Cps. 41 Just One Day Collection / Forman, Gayle 1 Cps. 42 Midnight Palace, The (international) / Zafon 1 Cps. 43 Global Standard Setting In Internet Governance /harcourt 1 Cps. 44 Freedom Of Information And Social Science Research Design / Walby 1 Cps. 45 Digital Media And Society 2e / Lindgren 1 Cps. 46 Big Data Mining And Complexity / Castellani 2022 1 Cps. 47 Cloud Security For Dummies, 1st Edition Coombs 2022 1 Cps. 48 Famous In Love / Serle 1 Cps. 49 Engaging Virtual Meetings - Openers, Games, And Activities For Communication, Morale, And Trust / Chen 1 Cps. 50 Year-round Gardening / Israelsson 1 Cps. 51 Basic Welding For Farm And Ranch: Essential Tools And Techniques For Repairing And Fabricating F… / Galvery William 1 Cps. 52 3g Handy Guide: Welding 1e 3g E-learning 1 Cps. 53 Grow Eco-gardening / Allaway 1 Cps. 54 Grow Vegetables../ Alan Buckingham 1 Cps. 55 Beginner's Guide To Diy & Home Repair: Essential Diy Techniques For The First Timer / Jo Behari 1 Cps. 56 Beginner's Guide To Diy & Home Repair: Essential Diy Techniques For The First Timer / Jo Behari 1 Cps. 57 Black & Decker The Complete Guide To Outdoor Carpentry: More Than 40 Projects Including: Furnish… / Black & Decker 1 Cps. 58 3g Handy Guide: Air Condition Servicing 1e / 3g E-learning 1 Cps. 59 Ultimate Guide To Home Repair And Improvement, Updated Edition: Proven Money-saving Projects; 3,…/ Editors Of Creative Homeowner 1 Cps. 60 The Complete Vegetable Cookbook: A Season Zero-waste Guide To Cooking With Vegetables / Strawbridge 1 Cps. 61 Masonry (homeowner Survival Guide) / Kelsey 1 Cps. 62 Love & Other Carnivorous Plants / Gonsalves 1 Cps. 63 Drink (ultimate) / Maitland 1 Cps. 64 Sewing With Knits & Stretch Fabrics / Czachor 1 Cps. 65 Storey’s Guide To Raising Chickens: Breed Selection, Facilities, Feeding, Health Care, Managing …/ Damerow 1 Cps. 66 Improving And Controlling Soil Health / Chauhan 2023 1 Cps. 67 Cropping And Farming System Practices / Ashoka 2023 1 Cps. 68 Animal Nutrition: From Theory To Practice / Hynd 1 Cps. 69 Agribusiness Management: Theory And Practice / Kumar 2023 1 Cps. 70 Financing Of Agricultural And Food Supply Chain / Kumar 2023 1 Cps. 71 Administration And Supervision Of Physical Education / John Richardson 2025 1 Cps. 72 Advanced Calculus / Richard Anderson 2025 1 Cps. 73 Advanced Convention And Events Management / Victor Nelson 2025 1 Cps. 74 Algebra And Trigonometry / Anthony Martin 2025 1 Cps. 75 Anatomy And Physiology Of Human Movement / Ronald Hayes 2025 1 Cps. 76 Business Intelligence And Analytics / Jeremy Price 2025 1 Cps. 77 Business Marketing / Alan Howard 2025 1 Cps. 78 Comparative Education / Hubert Baker 2025 1 Cps. 79 Comparative Government And Politics / Roger Ward 2025 1 Cps. 80 Development In Political Thought / Antonio Kelly 2025 1 Cps. 81 English Grammar And Composition / Dennis Parker 2025 1 Cps. 82 English Language Testing And Assessment / Benjamin Richardson2025 1 Cps. 83 Global Corporate Communication / Harold Baker 2025 1 Cps. 84 Global Logistics And International Trade / Kellan Diaz 2025 1 Cps. 85 Global Media And Politics / Cole Bennett 2025 1 Cps. 86 History And Philosophy Of Education / Ernesto Bailey 2025 1 Cps. 87 International Cruise And Maritime Operations / Lucas Brooks 2025 1 Cps. 88 Kitchen Planning And Management / Julian Hayes 2025 1 Cps. 89 Literature And Creative Writing / Gregory Collins 2025 1 Cps. 90 Local Government And Administration / Clifford Jenkins 2025 1 Cps. 91 Menu Development And Culinary Considerations / Tristan Mitchell 2025 1 Cps. 92 Plane Trigonometry / Matthew Harris 2025 1 Cps. 93 Political Theories And Ideologies / Eugene Foster 2025 1 Cps. 94 Politics And Governance / Walter Long 2025 1 Cps. 95 Public Accounting And Budgeting / Gerald Russell 2025 1 Cps. 96 Public Budgeting And Finance / Willie Coleman 2025 1 Cps. 97 Public Finance / Brandon Morris 2025 1 Cps. 98 Public Personnel Administration / Bruce Foster 2025 1 Cps. 99 Public Policy And Planning Methods / Dean Turner 2025 1 Cps. 100 Research In Physical Education / Larry Ward 2025 1 Cps. 101 Research Methods Applied In Public Administration / Keith Simmons 2025 1 Cps. 102 Research Methods In English Language And Literature / Joshua Simmons 2025 1 Cps. 103 Ship Operations And Management / Dylan Washington 2025 1 Cps. 104 Sports Management / Bob Collins2025 1 Cps. 105 Teaching Methods And Strategies / Theodore Parker 2025 1 Cps. 106 Writing For News And Public Affairs / Raymond Price 2025 1 Cps. 107 Herbicides And Plant Physiology / Andrew H. Cobb/ 2022 1 Cps. 108 Veterinary Virology/tom Richards/ 1 Cps. 109 Modern Fisheres Engineering/stephen A. Bortone & Shinya Otake/ 2021 1 Cps. 110 Introductory Plant Science/ 3g E-learning/2022 1 Cps. 111 Fish Viruses And Bacteria/mark Crane, Jun Kurita Et.al/ 1 Cps. 112 Plant Pathology And Plant Diseases/kenzie Cole2022 1 Cps. 113 Wildlife Habitat Management/ Ing-marie Gren, Tobias Haggmark-svensson/ 1 Cps. 114 Fish Migration / Alfonso 1 Cps. 115 Managing Change, Creativity And Innovation/patrick Dawson & Constantine Andriopoulos/ 1 Cps. 116 Ise Managerial Accounting For Managers/noreen.,et.al/ 1 Cps. 117 Ise Fundamentals Of Cost Accounting/william Lanen, Shannon Anderson, Michaek Maher/ 1 Cps. 118 Rope Rescue : Principles And Practice/ Loui Mccurley And Tom Vines/2023 1 Cps. 119 Ethical Dilemmas And Decisions In Criminal Justice/joycelyn M. Pollock/2022 1 Cps. 120 Entrepreneur's Guide : Kitchen Utensils And Cutleries Production/ 3g E-learning/ 1 Cps. 121 Reflective Teaching In Higher Education/ Paul Ashwin Et.al 1 Cps. 122 Engaging Learners Through Zoom/dr. Jonathan Brennan 1 Cps. 123 Microlearning In The Digital Age/joseph Rene Corbeil Et.al 1 Cps. 124 Criminology/ Larry J. Siegel/2023 1 Cps. 125 Criminal Procedure : Theory And Practice 3e / Jefferson L. Ingram 1 Cps. 126 Introduction To Plant Fossils / Cleal/thomas 1 Cps. 127 Remote Sensing For Natural Ecosystems, Agriculture, And Hydrology / Solange Uwera 2022 1 Cps. 128 Marine Propellers And Propulsion / Alfred Eckstein 1 Cps. 129 Extensive Aquaculture / Bruno Augusto 2022 1 Cps. 130 Cell & Molecular Biology With Access Code, Pb 2e / 3g E-learning 2022 1 Cps. 131 Veterinary Immunology / Florence Webb 2020 1 Cps. 132 Risk Management In Supply Chains : Using Linear And Non-linear Models 1 Cps. 133 Basic Photographic Materials And Processes /salvaggio|shagam 1 Cps. 134 Ise Biology / Peter Raven 1 Cps. 135 Starch And Vegetable Fat And Oil Manufacturing (book With Dvd) / 3g E-learning 1 Cps. 136 3ge Collection On Food Science: Plant Food By-products 1 Cps. 137 3ge Collection On Agriculture: Plantation Farming / 3g E-learning 2022 1 Cps. 138 Sport Psychology Essentials / Collins, Dave 1 Cps. 139 Essentials Of Youth Fitness/ 3g E-learning 1 Cps. 140 Principles Of Plant Pathlogy / Webb, Tomos 1 Cps. 141 Essentials Of Corporate Finance/ 11ed / Ross, Et..al 1 Cps. 142 African-american English, 2022, Pb /salikoko 1 Cps. 143 Applying Phonetics: Speech Science In Everyday Life, 2022, Hb / Kulkarni 1 Cps. 144 Assistive Technologies In The Library, / Mcclain 1 Cps. 145 Avoid Plagiarism, Pb / Lancaster 1 Cps. 146 Becoming Bilingual Readers, 2022, Hb / Kabuto 1 Cps. 147 Body Language And Communication Skills, 2022, Hb / Arora 1 Cps. 148 Business And Crisis Management, 2022, Hb 3g 1 Cps. 149 Consumer Behaviour, 2022, 4e, Pb /east 1 Cps. 150 Corbin's Concepts Of Ftiness And Wellness, 2023, 13e, Pb Welk 1 Cps. 151 Digital Storytelling In Second And Foreign Language Teaching , Hb / Nami 1 Cps. 152 Efl Pedagogy As Cultural Discourse: Textbooks, Practice, And..., Pb / Muzna Awayed- Bishar 1 Cps. 153 English Language, 2022, Pb / Williams 1 Cps. 154 Fundraising For Impact In Libraries, Archives & Museums, 2022, Pb /matthew 1 Cps. 155 Georgia O'keeffe In Poetry: Offspring Of An Icon, Hb /pagliarusco 1 Cps. 156 Heritage Language Teaching, 2022, Pb /loza 1 Cps. 157 History Of English Literature, Vol.1, Book 1, 2018, Hb /marucci 1 Cps. 158 House Of Pinheiro's Work To Weekend Wardrobe , 2020, Pb /pinheiro 1 Cps. 159 Informal Digital Learning Of English, 2022, Pb /lee 1 Cps. 160 Innovations In Digital Libraries, 2022, Hb /singh 1 Cps. 161 Interjections And Other Parts Of Speech , 2020, Hb /libert 1 Cps. 162 Intro. To Speech & Language Therapy, 2022, Hb /kulkarni 1 Cps. 163 Introduction To Language, An, 10e, Pb /fromkin 1 Cps. 164 Introduction To Multimodal Analysis, 2020, 2e, Pb /ledin 1 Cps. 165 Investigating Content And Language Integrated Learning,, Pb /sylven 1 Cps. 166 Language & Literacy For The Early Years, 2022, Pb /3g 1 Cps. 167 Language And Comprehension, 2022, Hb / Basa 1 Cps. 168 Language Learning And Intercultural Understanding, 2022, Pb /cobb 1 Cps. 169 Languages Of The World: A Critical Introduction, 2020, Hb /kulkarni 1 Cps. 170 Library Serials Management, 2022, Hb / Sharma 1 Cps. 171 Metaphors In Counsel Education And Supervision, 2022, Pb / Spencer 1 Cps. 172 Methodologies & Challenges In Forensic Linguistic.., 2022, Pb/ Picornell 1 Cps. 173 National Identity In Literary Translation, Hb / Barcinski 1 Cps. 174 Perfect Phrases For Esl Conversation Skills, 2022, 3e, Pb / Engelhardt 1 Cps. 175 Phonetics And Phonology, 2022, Pb / Davidson 1 Cps. 176 Pmp English Sentence Builder, 2e / Swick 1 Cps. 177 Role Of Apps In Library Management, 2020, Hb / Singh 1 Cps. 178 Ross & Wilson Sel-assessment In Anatomy And Physiology In Health, Pb / Waugh 1 Cps. 179 Sat: Reading, Writing & Language Skills, 2022, 3e, Pb / Leaf 1 Cps. 180 Second Language Pronounciation, 2022, Pb / Levis 1 Cps. 181 Sloppy Craft, Pb / Paterson 1 Cps. 182 Sociopolitics Of English Language Testing, The, 2022, Pb / Mirhosseini 1 Cps. 183 Speech Production And Perception: Learning And Memory, Hb / Fuchs 1 Cps. 184 Sport Psychology Essentials, 2023, Pb /collins 1 Cps. 185 Translation, Semiotics, And Feminism, 2022, Hb / Karpinski 1 Cps. 186 Using Film And Media In The Language Classroom: Reflections..., Pb / Herrero 1 Cps. 187 Social Justice Design And Implementation In Library, 2022, Pb / Mehra 1 Cps. 188 Crosslinguistic Influence & Second Lang. Learning, 2022, Pb /mcmanus 1 Cps. 189 Book Of Middle English, The, 4e, Pb / Turville-petre 1 Cps. 190 Library Administration, 2022, Hb /singh 1 Cps.
Municipality Of Morong, Bataan Tender
Software and IT Solutions
Philippines
Closing Date26 Jun 2025
Tender AmountPHP 2.1 Million (USD 37.9 K)
Details: Description 3 Unit Desktop - (pref. Aspire Tc-1775 I5 16gb - 14th Gen. - Intel Core I5-14400 16gb Ddr5 512gb Ssd, 23.8" 3 Unit Desktop - Intel Core I7 12700 13th Generation Storage: 51gb Ssd + 1tb Hdd Ram: 16gb Ddr4 Graphics: Aus Pcs Gfh Hydra V2 Geforce Rtx 4060 Dual Oc Monitor / Display Aus 24:5 Vg259q3a Keyboard & Mouse: Logitec Operating System: Windows 11 Home (64-bit) 1 Unit Desktop-processor: Intel® Core™ I7-14700 Processor 33m Cache, Up To 5.40 Ghzmotherboard: Asus Rog Strix B760-f Gaming Wifi Motherboardgpu: Gigabyte Geforce® Gtx 1650 Windforce Oc 4g Gddr6 128-bit Graphics Cardhdd/storage: Seagate Barracuda 2tb 3.5" Hard Drive (st2000dm008) Ssd: Kingston 1024gb Kc600 Solid State Drivepower Supply: Asus Tuf 750w 80+ Bronze Non-modular Power Supplymonitor: Aoc 27" 27g15n 180hz Gaming Monitoratx Casing: Cooler Master Masterbox K501l Rgb Mid Tower Gaming Case Ups: Apc Bvx650i-ph Back-ups Avr 650va 360 Watts 4 Sockets Keyboard & Mouse: Logitech 5 Unit Desktop - Intel Core I7-14700, 16gb Ddr5, 512gb Ssd, Intel Uhd Graphics 730, 24.5" Ips 1ms/120mhz Fhd Monitor, Lan+wifi+bluetooth, 5x Usb Port. 1xusb Type C, 1xsd Card, 2xhdmi Port, 1xaudio Jack, Windows 11, Office Home And Student 2021, Usb Keyboard And Mouse (acer-aspire Tc-1775 I7 16gb 14th Gen (dt.blqsp.006) 1 Unit "desktop I7 - Intel Core I7-12400 Alder Lake Socket 1700 2.5ghz Processor Msi Pro H610m-e Socket Lga 1700 Ddr4 Motherboard Team Elite Vulcan Tuf 16gb 2x8 3200mhz Ddr4 Memory Msi Nvidia Geforce Rt Xb 3050 Ventus 2x Xs Oc 8gb 128bit Gddr6 Videos Msi Spatium M450 500gb Pcie Nvme M.2 Solis State Drive Acer Ac-650 650w Full Modular 80 Plus Bronze Power Supply Keytech Armor Knight Series Mid Tower Gaming Pc Case Black Nvision N2455pro-b 100hz Ips Panel 23.8"" Monitor Black A4tech Krs-8572 Usb Keyboard And Mouse Black Ilogic Blazer 100va Ups (pref. Acer)" 2 Unit Desktop- 23.8" All-in-one 24-cr1085t Pc, Featuring The 12th Gen Intel Core Ultra 7 Processor, Comes With 16 Gb Of Ddr5-5600 Mt/s Ram, 1 Tb Pcie Nvme M.2 Ssd Storage, And A 23.8" Fhd (1920x1080) Ips Display. Key Specs: Processor: Intel Core Ultra 7 155u (up To 4.8 Ghz, 12 Mb L3 Cache, 12 Cores, 14 Threads) Graphics: Intel Iris X Graphics Ram: 16 Gb Ddr5-5600 Mt/s (2 X 8 Gb) Storage: 1 Tb Pcie Nvme M.2 Ssd Display: 23.8" Diagonal, Fhd (1920 X 1080), Ips, Three-sided Micro-edge, Anti-glare Operating System: Windows 11 .(pref. Hp) 1 Unit Laptop Specs. Cyborg 15 A13vf-1256ph Intel Core I5-13420h Proessor Windows 11 Home Nvidia Gefore Rtx 4060 8gb Gddr6 15.6" Fhd (1920*1080), 144hz Ips-level 512gb Nvme Pcle Ssd Gen 4x4 Ra,; Ssd 186b Included Wireless Mouse And Mouse Pad 1 Unit Laptop- Ideapad Gaming 3 (82s9008yph) Geforce Rtx 3050 Ti Intel Core I5 Laptop Pref. Lenovo 1 Unit "laptop - Operating System: Windows 11 Home Processor: 12th Gen Intel® Core™ I5-12500h Processor 4.5 Ghz (18mb Cache, Up To 4.5 Ghz, 4 P-cores And 8 E- Cores) Graphics: Intel® Iris Xe Graphics, Nvidia® Geforce Rtx™ 4060 Laptop Gpu 8gb Gddr6 Boost Clock 2010mhz / Maximum Graphics Power 75w Display: 15.6"" Fhd 144hz Display Memory: 8gb Ram (minimum) Storage: 512gb (minimum) I/o Ports: 1 X Usb 2.0 Port (type A) 1 X Usb 3.2 Gen 1 Port (type A), 2 X Usb 3.2 Gen 2 Port (type C) 1 X Mini Dp 1.4, 1 X Hdmi™ (with Hdcp) 1 X 2-in-1 Audio Jack (headphone / Microphone)1 X Microphone Jack, 1 X Rj-45 Lan Port 1 X Dc-in Jack, 1 X Microsd Card Reader Keyboard And Touchpad: Multi-languages 15 Colors Illuminated Full-size Keyboard With Numeric Pad, Camera: 1.0m Hd Video Camera Audio: 2x 2w Speaker Microphone Dts: X® Ultra Audio Technology Network And Communication: Lan: 1gb Wifi: Intel® Wi-fi 6e Bluetooth: Bluetooth® V5.2 Battery: Lithium-ion 54wh Power Supply: 150w Weight: 1.9kg (4.19lb) Up To 4 Kg Dimensions: 36.0 (w) X 23.8 (d) X 2.27(h) Cm 14.2(w) X 9.4(d) X 0.89(h) Inch Security: Security (kensington Type) Lock Slot / Intel Ptt For System Without Hardware Tpm Accessories: Laptop Bag, Charger, Free Optical Wired/wireless Mouse (any), And Mouse Pad Accessories: Laptop Bag, Charger, Free Optical Wired/wireless Mouse (any), And Mouse Pad Pref. Acer " 1 Unit Laptop - Processor: Intel Core I5-14500hx Graphics: Nvidia Geforce Rtx 4050, Memory-8gb Ddr5, Storage - 512gb Pcle Nvme M.2, Resolution: Wuxga (1920 X 1200) Ips 165hz, Panel Size: 16 Inch, Battery 90 Wg Kithium Ion (li-ion) With Freebies Gaming Mouse, Bag) (acer Predator Helios Neo16 Phn16-72-52pc Gaming Laptop) 2 Unit "laptop I7 * Intel Core 7 (11th Gen) 512gb Ssd / 8gb To 16gb Ddr4 Ram 14 Inch Full Hd Display Intel Iris Xe Graphics Window 11" 1 Unit Laptop (i7) - (pref. Lenovo- Legion 5 (amd Ryzen 5 5600h) - Display: 15.6" Full Hd, 120hz - Processor: Amd Ryzen 5 5600h - Ram: 8gb Ddr4 - Storage: 512gb Ssd - Graphics: Nvidia Gtx 1650 2 Unit "laptop - Operating System: Windows 11 Home Processor: Amd Ryzen 7 Cpu Graphics: 8gb Gpu (minimum) Display: 14"" Wqhd 165hz Ips Memory: 16gb (minimum) Storage: 512 Gb (minimum) I/o Ports: 1x 3.5mm Combo Audio Jack 1x Hdmi 2.1, 2x Usb 3.2 Gen 1 Type-a 1x Usb 3.2 Gen 2 Type-c Support Displayport™ / Power Delivery / G-sync 1x Rj45 Lan Port, 1x Thunderbolt™ 4 Support Displayport™ 1x Hdmi 2.1 Frl, 2x Usb 3.2 Gen 2 Type-a 1x Usb 3.2 Gen 2 Type-c Support Displayport™ 1x Type C Usb 4 Support Displayport™ / Power Delivery, 1x Card Reader (microsd) (uhs-ii) Keyboard And Touchpad: Backlit Chiclet Keyboard Single Light Touchpad Camera: 1080p Fhd Ir Camera For Windows Hello Audio: Smart Amp Technology Dolby Atmos Ai Noise-canceling Technology Hi-res Certification Built-in 3-microphone Array 4-speaker System With Smart Amplifier Technology Network And Communication: Wi-fi 6e(802.11ax) (triple Band) 2*2 + Bluetooth® 5.3 Wireless Card (*bluetooth® Version May Change With Os Version Different.), Battery: 76whrs, 4s1p, 4-cell Li-ion Power Supply: Ø6.0, 240w Ac Adapter, Output: 20v Dc, 12a, 240w, Input: 100~240c Ac 50/60hz Universal Dimensions: 31.2 X 22.7 X 1.85 ~ 1.95 Cm (12.28"" X 8.94"" X 0.73"" ~ 0.77"") Security: Bios Administrator Password And User Password Protection Trusted Platform Module (firmware Tpm) Accessories: Laptop Bag, Charger, Free Optical Wired/wireless Mouse (any), And Mouse Pad Pref. Asus" 3 Unit Printer - All In On Print, Copy, Scan Print Up To 7,500 Color Pages Or 4,500 Pages In Black. New Tank Design Integrated To The Printer To Reduce Space Peace Of Mind With 100% Cartridge-free Printing (pref.epson - L3150) 8 Unit "printer Print Yield: Up To 4,500 Pages For Black-and-white, And 7,500 Pages For Color. Scanner Type: Flatbed Color Image Scanner. Optical Resolution: 1200 X 2400 Dpi. Maximum Scan Area: 216 X 297 Mm (8.5 X 11.7""). Scan Speed: Up To 11 Seconds For Mono And 32 Seconds For Color. Maximum Print Resolution: 5760 X 1440 Dpi. Print Speed: 33 Ppm For Black And White Documents In Normal Quality On A4/us Letter-sized Paper. (pref. Epson 3210)" 1 Unit Printer-print/ Scan/ Copy/ Fax- Adf Connectivity: Usb/ Wifi/ Wifi Direct/ Lan High Yield Pigment Ink; Low-cost; Compact Integrated Tank Design Print Speeds Up To 17ipm For Black And 9.5ipm For Colour, Auto Duplex Printing, Powered By Epson Heat-free Technology Pref.epson Ecotank Printer L6490 4 Unit Printer-dot Matrix Printer 9-pin Narrow Carriage Impact Printer Highly Reliable Printing With Better Performance Narrow Carriage 9-pin Sidm High 357 Cps Print Speed At 12cpi 10,000 Power On Hour Mtbf Usb, Serial And Parallel Ports ( Pref. Lx-310 Dot Matrix Printer) 1 Unit Printer-a3 Wi-fi Duplex All-in-one Ink Tank Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Epson Connect (epson Iprint, Epson Email Print And Remote Print Driver, Scan To Cloud) (pref.ecotank L15150) 1 Unit Printer-print/scan/copy Printing Speed Up To 17/9.5 Ipm (iso) Mono/color Wi-fi Direct And Highspeed Usb 2.0 Print Resolution Up To 1,200 X 6,000 Dpi Paper Input Capacity 150 Sheets 1 Line Lcd Display Mobile Print: Brother Iprint&scan, Airprint & Mopria (pref. Brother Dcp-t520w) 1 Unit Printer-print Technology: Inkjet Maximum Resolution: 5760 X 1440 Dpi Print Speed (colour, Normal Quality, A4/us Letter): 15 Ppm Copying: Colour Copying Scanning: Colour Scanning, Optical Scanning Resolution: 1200 X 2400 Dpi Faxing: Colour Faxing Pref. L5290 2 Unit Printer-(black)/ 15.5 Ipm (colour) Wifi, Airprint, Mopria, Wireless Direct, Usb 2.0 Auto 2-sided (duplex) Printing, 20 Sheets Auto-document Feeder (adf), 1-line Lcd Full Ink Bottles Included. Yield Up To 7500/5000 Pages (black/colour)*compatible With Mobile Connect App (pref Dcp-t730dw) 1 Unit Camera- Canon Eos R50 24mp - Aps-c Cmos Sensor Iso 100 - 32000( Expands To 100-51200) 3.00" Fully Articulated Screen 2360k Dot Electronic Viewfinder 12.0fps (15.0fps Electronic) Continuous Shooting 4k At 30fps And Fhd At 120fps Video Recording Built-in Wireless 375g. 116 X 86 X 69 Mm 1 Unit Compact And Lightweight (under 250g) Omnidirectional Obstacle Avoidance Apas (advance Pilot Assistance System) Active Tracking Up To 10km Video Transmission 4k/60fps Hdr Video And 12mp Photos Active Track 360° Waypoint Flight Cruise Control Quickshots, Mastershots, Hyperlapse Product Specifications: Column Specification Brand Dji Model Mini 4 Pro Weight 249g Dimensions 145 X 88 X 62 Mm (folded) Camera 1/1.3" Cmos Sensor, F1.7 Aperture, 24mm Equivalent Focal Length Video Resolution 4k/60fps, 2.7k/120fps, 1080p/240fps Photo Resolution 12mp Max Flight Time 34 Minutes Max Transmission Distance 10km Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last 2 Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility / Screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. Complete Sets Of Eligibility Requirements And Bid Documents May Be Obtained At The (bac Secretariat) Upon Payment Of Non-refundable Fee Of P5,000.00. Duly Accomplished Eligibility Forms Shall Be Submitted In Sealed Envelope Addressed To The Bac Chairman, C/o Bac Secretariat. Bids Must Be Delivered On Or Before June 26, 2025 At 10:30am At The Conference Room, Municipality Of Morong, Bataan. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated On Irr Of Ra 9184. The Local Government Unit Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
SOGGETTO AGGREGATORE REGIONE TOSCANA SETTORE SISTEMA CLOUD TOSCANO, INFRASTRUTTURE DIGITALI E PIATTAFORME ABILITANTI 012942 2025 Continuous Integration, Continuous Delivery And Deployment, Analisi Del Codice Sorgente, Vulnerability Assessment Per La Piattaforma Regionale OSCAT Aperta Tender
Software and IT Solutions
Italy
Closing Date16 Jun 2025
Tender AmountRefer Documents
Purchaser Name: SOGGETTO AGGREGATORE REGIONE TOSCANA SETTORE SISTEMA CLOUD TOSCANO, INFRASTRUTTURE DIGITALI E PIATTAFORME | Continuous Integration, Continuous Delivery And Deployment, Analisi Del Codice Sorgente, Vulnerability Assessment Per La Piattaforma Regionale Oscat
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date5 May 2025
Tender AmountRefer Documents
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 620a4-25-201 Project Repair Brick And Tuckpointing At Building 13 With Stair Replacement At The Hudson Valley Va Health Care System Castle Point Campus 41 Castle Point Road, Wappingers Falls, Ny 12590. This Project Will Include The Renovation Of Various Exterior Elevations Of The Existing Building Façade With Structural Integrity Repairs Including Tuckpointing And Sealcoat, Repairs Due To Intrusion Of Inclement Weather And Deficiency Impacts, Utilities Support And Hanger Design, And Lintels For Building 13 Façade As Well As The Reconstruction Of The South Facing Double Stairway. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541310 And Small Business Size Standard Of $8 Million. Magnitude Of Construction Is Between $250,000.00 And $500,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before July 31, 2025. Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Dynamic Small Business Search (https://dsbs.sba.gov/search/dsp_dsbs.cfm) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting – Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This 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 all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required 620a4-25-201 – Replace Brick And Tuckpointing At Building 13 With Stair Replacement x. Location castle Point Va Medical Center. cost Range estimated Construction Cost Range: Between $250,000.00 And $500,000.00 type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 180 Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms’ Office. indicate The Firms’ Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project to Be Rated “acceptable” For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor’s Main Office Or Official Satellite Office To The Castle Point Va Medical Center, Wappingers Falls, Ny 12590. this Distance Is Determined According To Http://maps.google.com/ this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. 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. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”: (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Daniel.barone@va.gov No Later Than 2:00pm, Eastern Standard Time (est) On Monday, May 5th, 2025. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title table Of Contents copy Of Valid State Registration For Each Lead Designer visible In Dynamic Small Business Search As A Sdvosb (https://dsbs.sba.gov/search/dsp_dsbs.cfm) duns Number cage Code tax Id Number email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 526-23-107 Replace Domestic Water Distribution System Phase 2 (a/e) At The James J. Peters Vamc, Bronx, New York. This Project Seeks The Expertise Of An Architectural Engineering Firm To Design A State-of-the-art Hot Water Heater System, Design For Construction To Install New Sections Of Water Main Pipes And Conduct A Comprehensive Survey Of The Existing Water Main System At The James J. Peters Va Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5m. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before April 15, 2025. Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This 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. all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required 526-23-107. See The Attached Statement Of Work. x. Location bronx Va Medical Center. cost Range estimated Construction Cost Range: Between $5,000,000.00 And $10,000,000.00. type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In Accordance With The Ae Design Schedule From The Issuance Of The Notice To Proceed (ntp). selection Criteria Descriptions
the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence
specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity
this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period;
describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm.
recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought.
relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts.
respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project
to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The James J. Peters Va Medical Center, Bronx, Ny 10468 this Distance Is Determined According To Http://maps.google.com/
this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. 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. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations
852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Akkil.kurian@va.gov And Patricia.cordero@va.gov No Later Than 10:00am, Eastern Standard Time (est) On January 31, 2025. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title
table Of Contents copy Of Valid State Registration For Each Lead Designer copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification
duns Number
cage Code tax Id Number
email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Municipality Of San Vicente, Palawan Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date22 May 2025
Tender AmountPHP 4.6 Million (USD 83.2 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Information And Communication Technologies (ict) Equipment And Accessories Intended For Different Offices, This Municipality /gds-2025-045 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of Two Million Five Hundred Nineteen Thousand Two Hundred Eighty-one Pesos And Sixty Centavos (₱2,519,281.60) For Lot 1; One Million Sixty-four Thousand Nine Hundred Thirty-five Pesos (₱1,064,935.00) For Lot 2; Six Hundred Seventy-three Thousand Three Hundred Seventy-one Pesos And Forty-five Centavos (₱673,371.45) For Lot 3; Three Hundred Eighty-four Thousand Eight Hundred Thirty-seven Pesos (₱384,837.00) For Lot 4 Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technologies (ict) Equipment And Accessories Intended For Different Offices, This Municipality /gds-2025-045. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 1. Unit 27 Uninterruptible Power Supply Main Input Voltage: 230v Rated Power In W: 325w Rated Power In Va: 650va Output Connection Type: 2 Universal Receptacle Cable Length: 1.2 M Number Of Cable: 1 Battery Type: Lead-acid-battery 2. Unit 6 Heavy Duty Uninterruptible Power Supply Super-fast Built-in Charge: Battery To Recharge Up To 90% If Its Capacity Within 2-4 Hours Full Protection: Warning System For Overload, Discharge, And Overcharge High Reliability: Use Of Excellent Microprocessor 2-step Automated Voltage Regulator (avr): Ensures Voltage Stabilization, Prevents Unnecessary Battery Life Drainage General: Capacity: 2000va (1200 Watts) Dimension (mm): 320 X 130 X 182 (d X W X H) Input Nominal Voltage: 230 Vac 3. Unit 33 Automatic Voltage Regulator With Thick And Strong Handle For Easy Handling Wattage: 1500 Watts With 5 Outlets Motor Type: Servo Motor Auto-volt 110 And 220vac 50/60hz Flat Pin Plug Cable Specs 2 X 1.5 Mm2 Product Dimension: 15 X 23 X 20 Cm 1.3m Cord 4. Unit 15 1 Tb External Hard Drive 5. Unit 9 2tb External Hard Drive 6. Unit 5 Laptop Mid-range (branded And Brand New) Processing Power & Multitasking • Cores & Threads: Typically, 4 To 14 Cores, With Hyper-threading Support In Newer Generations. • Performance Per Core: Optimized For Office Applications, Which Rely On Strong Single-core Performance. • Provides Faster Data Access For Frequently Used Applications. Content Creation & Productivity • Photo & Video Editing: • Fast Rendering And Encoding With Support For Avx2 & Deep Learning Boost (dl Boost) In Newer Models. • Multitasking & Everyday Computing • Handles Multiple Applications Simultaneously With Multiple Cores And High Clock Speeds. • Supports High-speed Ddr4/ddr5 Memory For Faster Workflow. • Office & Business Work: • Well-suited For Excel, Word, Video Conferencing, And Cloud-based Applications. Casual Content Creation (photo/video Editing, 3d Design) Security & Reliability • Hardware-based Security: • Control Flow Enforcement Technology (cet) For Protection Against Cyber Threats. • Stable For Long-term Use: • Well-optimized For Business, Education, And Home Computing. Laptops With Good Battery Life Display: 14" Fhd Ips Memory: 8gb Graphics: Mx350 2gb Or Higher Storage: 1tb + 256gb Ssd Os: Win 10" 7. Unit 2 High End Laptop ( High End Both Graphics And Videos) Suitable For High-end Graphic Designing And Video Editing Operation System: Windows 11 High-performance Processing & Multitasking • Core & Thread Count: • Up To 24 Cores (8 P-cores + 16 E-cores) And 32 Threads • P-cores (performance Cores): Handle Intensive Tasks • E-cores (efficiency Cores): Handle Background Tasks To Optimize Power Use. • Clock Speeds: • Base Clock: 3.0 Ghz To 3.5 Ghz • Turbo Boost Max 3.0: Up To 5.8 Ghz (core I9-13900k) • Dynamically Assigns Tasks To P-cores Or E-cores For Best Performance And Efficiency. Content Creation & Productivity • Rendering & Video Editing: • 8 P-cores + 16 E-cores Enable Fast Multi-threaded Performance. • Optimized For Adobe Premiere, Davinci Resolve, Blender, And Autocad. • Ai & Machine Learning: • Deep Learning Boost (dl Boost) And Intel Gaussian & Neural Accelerator (gna) 3.0 Accelerate Ai Tasks. • Streaming & Multitasking: • Stream + Record Simultaneously Without Fps Drops. • H.265 & Av1 Encoding For High-quality Streaming. 4k/8k Video Editing & 3d Rendering Security & Reliability • Hardware-based Security: • Enterprise-grade Stability: Graphics: Nvidia Geforce Rtx 4060 8gb Gddr6 Display:16" 16:10 Ips Qhd 2560x1600 240hz 100% Dci-p3 500nits 3ms Memory: 16gb Ddr5 4800mhz (up To 32gb Only) Storage:1tb Pcle 4.0 Ssd 8. Unit 3 High End Laptop (branded And Brand New) Operation System: Windows 11 High-performance Processing & Multitasking • Cores & Threads: • Older Generations: 4 To 8 Cores With Hyper-threading. • Recent Generations (12th & 13th Gen): Up To 16 Cores (8 Performance + 8 Efficiency Cores) And 24 Threads. • Clock Speeds: • Base Clock: Typically 2.5 Ghz To 3.8 Ghz. • Turbo Boost: Up To 5.4 Ghz (newer Generations Like Core I7-13700k). • Dynamically Manages Workloads Between Performance Cores (p-cores) And Efficiency Cores (e-cores). Content Creation & Productivity • Video Editing & 3d Rendering: • Handles 4k Video Editing In Premiere Pro, Davinci Resolve, Blender, Etc. • Streaming & Multitasking: • Stream + Record At The Same Time Without Fps Drops. • Supports Hardware-accelerated Encoding (h.265, Av1, Etc.) For Smoother Streaming. • Office & Productivity Work: • Great For Programming, Spreadsheets, Cad, And Simulations. Security & Reliability • Hardware-based Security Features: • Enterprise-grade Stability: • Reliable For Business And Workstation Environments. Workstations & Professional Use Graphics: Nvidia® Geforce Rtx™ 3050 4gb Gddr6 Laptop Gpu Display: 15.6" Fhd (1920*1080), 144hz Ips-level 1t Nvme Pcie Ssd Gen4x4 Ddr4 16gb 9. Unit 16 Mid Range Desktop Computer (branded And Brand New Set) Processing Power & Multitasking • Cores & Threads: Typically 4 To 14 Cores, With Hyper-threading Support In Newer Generations. • Clock Speeds: Base Clock Ranges From 1.0 Ghz To 4.0 Ghz, With Turbo Boost Up To 5.1 Ghz (varies By Generation). • Performance Per Core: Optimized For Office Applications, Which Rely On Strong Single-core Performance. • Provides Faster Data Access For Frequently Used Applications. Content Creation & Productivity • Photo & Video Editing: • Fast Rendering And Encoding With Support For Avx2 & Deep Learning Boost (dl Boost) In Newer Models. • Multitasking: • Handles Multiple Applications Simultaneously With Multiple Cores And High Clock Speeds. • Supports High-speed Ddr4/ddr5 Memory For Faster Workflow. • Office & Business Work: • Well-suited For Excel, Word, Video Conferencing, And Cloud-based Applications. Casual Content Creation (photo/video Editing, 3d Design) Security & Reliability • Hardware-based Security: • Control Flow Enforcement Technology (cet) For Protection Against Cyber Threats. • Stable For Long-term Use: • Well-optimized For Business, Education, And Home Computing. Memory: 8gb Ddr4 Sdram Storage: 1tb + 256 Gb Ssd Display: 21.5" Os: Win 11 Graphics Card: Gt 730 2gb Or Gt1030 2gb Software: Offices H&s Accessories: Usb Keyboard & Mouse 10. Unit 2 Custom Built High End Desktop Computer (branded And Brand New Set) Operating System: Windows 11 Processing Power & Multitasking • 6 Cores, 12 Threads (via Hyper-threading) • Enables Smooth Multitasking And Faster Processing Of Multi-threaded Applications. • Clock Speeds: • Base Clock: Typically 2.6 Ghz – 3.8 Ghz (varies By Generation). • Turbo Boost: Up To 4.8 Ghz – 5.0 Ghz In Newer Models. • Performance Optimization: • Great For Productivity Applications, Programming, And Software Development. • Efficient At Handling Virtual Machines And Multitasking Workloads. Content Creation & Productivity • Photo & Video Editing: • Faster Rendering In Adobe Premiere Pro, Davinci Resolve, And Photoshop. • 3d Modeling & Cad Software: • Handles Programs Like Autocad, Blender, And Solidworks With Ease. • Streaming & Recording: • Capable Of Streaming With Minimal Performance Drops. Security & Reliability • Enhances Security For Virtual Machines And Sandboxing Applications. • Protects Against Malware And Exploits. Software Development & Programming Streaming & Multitasking Business Workstations & Productivity Tasks Power Supply: 450w Process Speed: 2.1 Ghz Turbo 5.3 Ghz Memory Standard: 8gb, Maximum Of 32 Gb Ddr4 Sdram Internal Memory: 256gb Ssd + 1 Tb 7200 Rpm Sata Screen: 23.8" Resolution: 1920 X 1080 @ 100hz Non-built In Graphics Card: 8gb Gtx 1050 11. Unit 1 Server Hard Disk Drive Device Type: Hard Drive - Hot-swap Capacity: 1.2tb Form Factor: 2.5" Interface: Sas Drive Transfer Rate: 1.2 Gbps (external) Spindle Speed: 10,000 Rpm Compatible Bay: 2.5" 12. Unit 6 Mouse And Keyboard Keycaps: A-shape, Round Edge Hotkeys: 12 Fn Multimedia Hotkeys Character: Laser Engraving Adjustable Keyboard Legs: Yes Dimension: 450 X 150 X 25 Mm Cable Length: 150 Cm Port: Usb Mouse:op-720 13. Unit 3 Tablet Network: Gsm/hspa/lte/5g Dimension: 254.3 X 165.8 X 6.5mm (10.01 X 6.53 X 0.26 In) Sim: Nano-sim, Esim Resolution Display: 1440 X 2304 Pixels, 16:10 Ratio (~249 Ppi Density) Cpu: Octa-core (4x2.4 Ghz Cortex-a78 & 4x2.0 Ghz Cortex-a55 Gpu: Mali-g68 Mp5 Memory Card Slot: Microsdxc (dedicated Slot) Memory Internal: 128gb 6gb Ram Main Camera: 8mp (wide), Video: 4k@40fps, 1080@30fps Selfie Camera: 12mp (ultrawide) Wlan: Wi-fi 802.11 A/b/g/n/ac/6, Dual Band, W-fi Direct Bluetooth: 5.3, A2dp, Le Positioning: Gps, Galileo, Glonass, Bds, Qzss Usb: Type-c 2.0, Magnetic Connector Battery: Li-po 8000mah, Non-removable Lot 2 1. Unit 1 Mid-ranged Printer With Scanner Wired / Wireless Network Connectivity Inkjet Printer - A4 Print Speed Up To 28 Ipm (black)/ 28 Ipm (colour) Wifi, Airprint, Mopria, Wifi Direct, Lan, Nfc Connectivity, Usb 2.0 Auto 2-sided (duplex) Printing, 50 Sheets Auto-document Feeder (adf), 3.5” Colour Lcd Touchscreen Full Ink Cartridge Included. Yield Up To 550/550 Pages ( Black/ Color)* 1 Year Or 300,000 Pages Whichever Comes First 2. Unit 22 Printer With Scanner Printer Type: Print, Scan, Copy, Fax With Adf Printer Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Maximum Resolution: 5760 X 1440 Dpi Print Speed: Photo Default - 10 X 15 Cm/4x6 Approx. 69 Sec Per Photo (border) 90 Sec Per Photo (borderless)*2, Draft, A4 (black/colour): Up To 33 Ppm/15 Ipm*2 Iso 24734, A4 Simplex (black/colour): Up To 10 Ipm/5.0 Ipm*2" 3. Unit 1 High-end Impact Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 6 Switches And 10 Leds Print Direction: Bi-direction Control Code: Esc/p2, Ibm Ppds Number Of Pins: 24 Print Speed: Up To 487 Cms (10 Cpi) Input Data Buffer: 128kb Mean Time Between Failure (mtbf): 25,000 Power On Hours (poh) (25% Duty) 4. Unit 1 Mid-range Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 4 Switches And 5 Leds Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Control Code: Esc/p And Ibm Ppds Emulation Number Of Pins: 9 Print Speed: High Speed Draft: (10/12/15 Cpi): 347/347/390 Cps Draft: (10/12/15 Cpi): 260/312/223 Cps, (condensed, 17/20 Cpi): 222/260 Cps (emphasized, 10 Cpi) 130 Cps 5. Unit 1 Label Printer Tape Width: 12 - 36mm Tape Type: Lk Tape Cartridges Printing: Cutter Type: Full Xut, Half Cut, Corner Cut Printing Technology: Thermal Transfer Printing Resolution: 360 Dpi/384 Dot Memory: Files (built-in Memory: Pc/app Dependent Text Data: Printable Lines: Pc/app Dependent Interface: Usb, Wi-fi,lan 6. Unit 4 Heavy Duty Printer Printing Technology: Precision Core Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Print Direction: Bi-directional Printing Maximum Resolution: 4800 X 1200 Dpi Minimum Ink Droplet Volume: 3.3 Pl Print Speed: Draft Text - Memo, A4 (black/colour*2): Up To 30 Ppm/20ppm Photo: A4*2 (border/borderless): Approx. 156 Sec/210 Sec Photo: A3*2: (border/borderless): Approx. 270 Sec/ - Paper Feed Method: Rear Feed Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper Output Capacity: 100 Sheets Of A4 Plain Paper Support Paper Size: A3+,a3,a4,a5,a6,b4,b5,b6,letter,legal,indian-legal, 100 X 148mm,3.5 X 5",4 X 6" Interface: Usb 2.0 Network: Wi-fi Ieee 802.11/b/g/n, Wi-fi Direct 7. Unit 1 Id Printer Print Speed: 200 Interface: Usb 2.0 Resolution Tvl: 300 X 256 Dpi Print Method: Dye-sublimation Thermal Transfer Digital Memory: 128 Mb Physical Dimension: 391.1 X 175.2 X 223.5mm (with Free Cleaning Kit) (with Service Center And Technical Support In Palawan) 8. Unit 1 Flatbed Scanner With Adf Scanner Type: A4 Flatbed Colour Image Scanner Sensor Type: 4-line Colour Ccd Light Source: White Led Optical Resolution: 1,200 Dpi X 1,200 Dpi Output Resolution: 50 Dpi - 4,800 Dpi (1 Dpi Increments), 7,200 Dpi And 9,600 Dpi 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 Max Document Size: 216 X 297 Mm Output File Formats: Jpeg, Tiff, Multi-tiff, Pdf, Bmp Document Capture Pro (win): Jpeg, Bmp, Pdf, Searchable Pdf, Tiff, Multi-tiff, Png, Docx, Xlsx, Pptx 9. Unit 1 Portable Scanner Scanner Type: Mobile Scanner Optical Resolution (adf): 600 Dpi X 600 Dpi Horizontal X Vertical) Optical Resolution: 1.200 Dpi X 1.200 Dpi (horizontal X Vertical) Paper Formats: A4, A5, A6, Letter, Plastic Cards, Business Cards, B5, B6, Postcard, Legal, C4, C5, C6 Scan Speed: Monochrome: 25 Pages/min - Color: 25 Pages/min Measured With Size: A4, Resolution: 200 / 300 Dpi Monochrome: 50 Image/min - Color: 50 Image/min Measured With Size: A4, Resolution: 200 / 300 Dpi Paper Setting Capacity: 20 Sheets Duplex Scan: Yes Output Formats: Bmp, Jpeg, Tiff, Multi-tiff, Pdf, Searchable Pdf, Jpeg(colour/greyscale), Pdf(colour/greyscale) Scanning Volume: 500 Pages Per Day Interface: Usb 3.2 Gen 1x1" 10. Unit 1 High-end Scanner Scanner Type: Adf (automatic Document Feeder) / Manual Feed, Duplex Scanning Speed: A4 Portriat : Auto Mode: Simplex / Duplex: 40 Ppm Normal Mode: Simplex / Duplex 40 Ppm (color / Grayscale: 150 Dpi, Monochrome: 300 Dpi) Better Mode: Simplex / Duplex: 40 Ppm (color / Grayscale ; 200 Dpi, Monochrome: 400 Dpi Scanning Mode: Color, Grayscale, Monochrome, Automatic (color/grayscale/monochrome*4 Detection) Image Sensor: Cis X 2 (front X 1, Back X 1) Document Size: A4 11. Unit 1 Heavy Duty Photocopier System Speed: Up To 20 Ppm System Memory: 256 Mb Print Resolution: 600 X 600 Dpi Scan Resolution: 600 X 600 Dpi Warp-up Time: Less Than 15 Sec. Printable Paper Size: A3 Printable Paper Weight: 64-157 Gsm Paper Input Capacity: 250 Sheets Toner: Tn118 Drum: Dr114 Developer: Dv110 12. Unit 15 Print Head Epson All-in-one Original Epson Printhead L3100 L220 L120 L5190 L3150 L5290 L4150 L6170 L5196 L3100 L3110 L3150 L5290 L3250 L5190 L5196 L110 / L130 / L380 / L3110 / L111 / L120 / L210 / L220 / L211 / L301 L551/310 L358 Print Head Print Head Epson Epson Print Head Lot 3 1. Unit 1 Soundcard & Mic Condenser Complete Set Premium Suit Sound Card, For Live Stream And Recording With Condenser Microphone Complete Set - Wired Audio Compatibility Camera, Mobile, Motor, Others, Pc & Laptop Microphone Type Condenser Microphone Microphone Connectivity Wired Microphone Accessory Type Stand Dimension (l X W X H) 44*22*15 " Camera Accessories 2. Unit 2 Stabilizer - Lightweight Design, Supports A7 + 24-70mm F2.8 Gm, Bluetooth Shutter Control, 3rd-gen Rs Stabilization Algorithm, Native Vertical Shooting, 1.4" Full-color Touchscreen 3. Unit 2 Lens - Image Stabilisation Of Up To 6 Stops 0.41x Magnification Compatible With Extender Rf1.4x & Rf2x -- Reach Up To 800mm 4. Unit 1 Tripod - 11 Lb Capacity Video Head Sliding Balance Plate, 34.4 To 72.6" Height Range Continuous Pan Drag/fixed Tilt Drag 2 X Retracting Locating Pins On Plate 60mm Leveling Ball 5. Unit 1 Monopod - 8.8 Lb Payload / 2-step Counterbalance 60mm Flat Base With 3/8"-16 Thread 26 To 68.5" Height Range Locking/folding Leg Base 6. Unit 4 Mic - Isolation Mount System Ultra-compact And Lightweight – Just 39g 7. Unit 1 Wireless Headset Intercom System - 150hz-7khz Wideband Frequency Response For Clear Audiotrue Wireless Headset, 168g Lightweight, 1000' 2-way Operating Range, Dect 6.0 For Stability And Security Instant Pairing 8. Unit 1 Wireless Video Transmitter And Receiver Hdmi Sdi 4k30/1080p60 1300ft Los Range 50ms Latency Up To 4 Receiver, Auto Dual-band Hopping (adh), Smart Channel Scan, Live Stream (1tx+1rx) 9. Unit 1 Wireless Lavalier Mic - Up To 60meters Of Wireless Transmission. Built-in Lithium-ion Battery Voltage/ Capacity:3.7v/1800mah. Charging Time:approx.3 Hours. Charging Connector:usb-c Port. Up To 60meters Of Wireless Transmission, Times For Charging Microphone Weight:1.2 Times (2*tx+1*rx) Dimensions:180.5g. Operating Temperature:163x81x33mm. Storage Temperature:-10°c To +50°c. Camera Mirrorless 10. Unit 1 24.2mp Aps Cmos Sensor, Iso: 100-12,800, Fully Articulated Screen, With 18-45mm Kitlens 11. Unit 1 24.2mp Aps-c Type (23.5 X 15.6 Mm), Exmor® Cmos Sensor 12. Unit 1 Handycam Uhd 4k 24/30p & 16.6mp Stills, Built-in Gimbal, Optical Stabilization 1/2.5"exmor R Low-light Cmos Sensor 20x Optical Zoom & 40x Clear Image Zoom 26.8mm Zeiss Vario-sonnar T* Zoom Lens 3"lcd Touchscreen 13. Unit 1 Drone (combo) 4k60fps Hdr, Omnidirectional Obstacle Sensing, 20km Transmission, Active Track 360, 1080p/60fps Fhd Live Feed, Advanced Rth Lot 4 1. 8 Unit Router Super-fast 1.8 Gbps Wi-fi – Enjoy Smooth 4k Streaming And Downloading With Super-fast Wi-fi Speeds Of 1.8 Gbps.† Connect More Devices – Communicates With More Devices Using Ofdma While Simultaneously Reducing Lag.‡ Broader Coverage – Improved Algorithm, Beamforming, And High-performance Antennas Enhance The Wi-fi Coverage Performance. Next-gen Platform – The Next-gen High-efficiency Chipset Provides Fast And Stable Wi-fi While Saving Power Consumption. Parental Controls – Enjoy The Most Versatile Yet Free Parental Controls Features Among All Routers, Including Url Blocking, Profile Management, Pausing, And More. Works With Most Isps – Compatible With Most Isps With Extra L2tp/pptp Support. Iptv Support Works With Your Existing Tv Over The Internet Contract. Onemesh – Use With Onemesh Extenders To Get Whole-home Coverage And Enjoy Smooth Roaming Between Signals. 2. 4 Unit Cat6 Utp Cable Utp Cable Cat6 (100m Roll) 3. 5 Unit Cat5e Utp Cable Utp Cable Cat5e (100m Roll) 4. Cable Tie 5. 100 Unit 3" (3x80mm) 6. 100 Unit 4" (3x100mm) 100 Unit 5" (4x120mm) Rj45 7. 200 Unit Pass Through Rj45 Cat6 And Cat5 Connector 8. 200 Unit Rj45 Cat6 And Cat5 Connector 9. 2 Unit Crimping Tool Pass Through Cat6 Crimping Tool For Cat5 Cat5e Cat6 8p8c Connector, All-in-one Ethernet Crimper 10. 4 Unit Switch Hub 1000base-t Interface 24 Auto Mdi/mdix Yes Switching Capacity 48gbps Max. Packet Forwarding Rate 35.712 Mpps Store & Forwarding Yes Dimension 282.2 X 178 X 44.5 Mm (11.11 In. X 7.01 In. X 1.75 In.) Weight 1.14 Kgs Operation Temperature 0 ~ 40 °c Storage Temperature - 40 ~ 70 °c Operation Humidity 10% ~ 90% Rh Maximum Power Consumption 13.5 Watts Standby Power Consumption 6.5 Watts Mtbf 247,291 Hours Power Input Ac:100 ~ 240 V Packet Buffer Size 512kbytes Fan Fanless Mac Address Table Size 16000 802.3x Flow Control Yes Jumbo Frame 9,216 Bytes Switch Intelligence Unmanaged Switching Capacity 48gbps Max. Packet Forwarding Rate 35.712 Mpps Dimension 282.2 X 178 X 44.5 Mm (11.11 In. X 7.01 In. X 1.75 In.) Weight 1.14 Kgs Power Input Ac 100v-240v Mac Address Table Size 16000" 11. 8 Unit 16gb Flash Drive 12. 12 Unit 32gb Flash Drive 13. 4 Unit 128gb Flash Drive 14. 5 Unit 64gb Flash Drive Flash Drive,usb, 3.0, 64 Gb Capacity 15. 10 Unit Wireless Wifi Dongle High Speed Wifi– Up To 600mbps Speeds With 200mbps On 2.4ghz And 433 Mbps On 5ghz, Upgrades Your Devices To Higher Ac Wifi Speeds. Dual Band Wireless – 2.4ghz And 5ghz Band For Flexible Connectivity, Upgrades Your Devices To Work With The Latest Dual-band Wifi Router For Faster Speed And Extended Range. Nano Design – Small, Unobtrusive Design Allows You To Plug It In And Forget It Is Even There Operating System – Supports Windows 10/8.1/8/7/xp, Mac Os X Advanced Security –supports 64/128-bit Wep, Wpa/wpa2, And Wpa-psk/wpa2-psk Encryption Standards" 16. 5 Unit Power Bank Name: Quick Charge Mobile Power Supply Battery Type: Li-polymer Battery Capacity: 60000mah Rated Energy: 220wh Rated Capacity: 36000mah (5v/3s Size: Zl280xw83.5xh66mm Weight: 1400g 17. 15 Unit Ups Battery Replacement 12v Dc 7ah Lwh – 151 X 64.5 X 94 Mm Lwh – 5.94 X 2.56 X 3.74 Inches 18. 5 Unit Power Station Battery Type Lifepo4 Battery Capacity In Wh 256 Wh Output Usb Usb-a Output (x2): 5v, 2.4a (12w Max) Usb-c Output (x1): 5/9/12/15/20v, 3a (60w Max) Output Dc 1x 12.6v, 8a (100w Max) Output 230 V 1 X Ac 230v (eu 19. 2 Unit Computer Monitor Screen Size: 24.5 Brightness: 250cd/ml (typical) Aspect Ratio: 16:9 Backlight: Wled Response Time: 4ms (extreme Mode) 6mc(normal Mode) Panel Type: Va Viewing Angle: 178"/178" Connection Type: 1 X Vga X Hdmi 1.4 X Audio Out (3.5mm) Included Accessory: Hdmi Cable Maximum Resolution: 1920 X 1080 Refresh Rate: 75 Hz 20. 6 Unit Access Point Up To 150mbps On 5ghz Wireless Data Rates*1 23dbi High-gain Directional Antenna And A Dedicated Metal Reflector, Ideal For Long-distance Wireless Transmission Up To 20km*2 Excellent Beam Directivity, Improved Latency And Noise Cancellation Innovative Snap-lock Parts Make For Fast Assembly And A Sturdy Structural Design Keeps Cpe605 Stable Even In Strong Winds Durable Ip65 Weatherproof Enclosure Along With 15 Kv Esd And 6 Kv Lightning Protection Ensures All-weather Suitability*3 Tp-link Pharos Maxtream Tdma Technology Improves Throughput, Capacity And Latency Performance Pharos Control Gives Administrators A Free, Centralized Management System Passive Poe Supports To Allow Flexible Deployment And Convenient Installation 21. 1 Unit Projector Projection System: 3lcd, 3-chip Technology Native Resolution: 1280 X 800 (wxga) Color Brightness: 4000 Lumens1 White 22. 1 Unit Projector Lamp Projector Lamp For Epson Eb-s41 Note: There Shall Be No Partial Delivery In All Lots Additional Requirement To All Bidders: 1. Suppliers Should Not Have Any Pending Deliveries In This Local Government Unit Similar To The Items Being Procured. Additional Requirements To The Winning Bidders: 1. All Items Must Be Replaced If Found Defective Or Damage Within 7 Days Upon Delivery. 2. All Items Must Be Authentic And Produced By Reputable Companies. 3. With Service Center In Puerto Princesa City Or With Memorandum Of Understanding (mou) For A Partner Service Center 4. One (1) Year Warranty On Parts And Services. 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. 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) 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. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 2 To May 22, 2025 From The Given Address 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 (₱5,000.00) For Lot 1 And Lot 2; One Thousand Pesos (₱1,000.00) For Lot 3; Five Hundred Pesos (₱500.00) For Lot 4. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On May 9, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before May 22, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 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 May 22, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan 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. 12. For Further Information, Please Refer To: Lyn M. Fabula Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.)orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson
4821-4830 of 4923 archived Tenders