Cloud Tenders
MUNICIPALITY OF LANTAPAN Tender
Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Supply & Installation Aircondition Unit For Municipal Gym (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Mmo-capital Outlay Sb # 3 Cy 2024 Intends To Apply The Sum Of One Million Nine Hundred Sixty-seven Thousand Two Hundred Fifty Pesos (php 1,967,250.00) Being The Abc To Payments Under The Contract Supply & Installation Of Aircondition Unit For Municipal Gym Ib # 2025-01-007 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 30 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 31, 2025 To February 18, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). 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 February 6, 2025 At 9:00 O’clock A.m At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On February 18, 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 February 18, 2025 At 9:00 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: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 31, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-01-007 Name Of Project: Supply & Installation Of Aircondition Unit For Municipal Gym Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 1,967,250.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 5.0 Tr Floor Mounted Inverter Aircondation Unit Unit 230v, 60hz, 1 Phase With Complete Standard Accessories Including Installation, & Free Copper Tubing Within 10ft, From Outdoor To Indoor,and Delivery At Job Site 2 3.0 Tr Wall Mounted Inverter Aircondation Unit Unit 230v, 60hz 1 Phase With Complete Standard Accessories Including Installation, Free Copper Tubing Within 10ft,from Outdoor To Indoor And Delivery At Job Site 3 Turbo Air Curtain With Standard Installation 230v, Unit 60hz, 248watts ,with Uv Light, 2,370m³/h Air Volume Electrical Materials For Wiring 4 Thhn Copper Wire # 22mm² Black (150mtr/box) Box 5 Thhn Copper Wire # 22mm² White (150mtr/box) Mtr 6 Electrical Pvc Pipe 1"ø Pcs 7 150 Amp. Molded Case Circuit Breaker Unit 2 Pole/ 230v 8 Circuit Breaker Inclosure For 150amp. Unit Circuit Breaker 9 Circuit Breaker Inclosure For 30amp. Pcs Circuit Breaker With Cover Bolt On 10 30 Amp. Circuit Breaker Bolt On Pair 11 Pvc Pull Box With Cover 4 X 4 Pcs 12 Emt Clip 1" 2 Hole Pcs 13 Thhn Copper Wire # 5.5mm² Mtr 14 Electrical Tape Big Pcs 15 Thhn Wire # 3.5mm Box 16 Electrical Pvc Pipe 1/2"ø Pcs 17 Pvc Male Adapter W/locknut 1"ø Pcs 18 Flixible Pipe 3/4" Mtr 19 Pvc Flixible Connector 3/4" Pcs 20 Pvc Electrical Pvc Short Elbow 1" Pcs 21 Pvc Clip 1" Pcs 22 Thhn Copper Wire # 30mm² Mtr Total Total Bid Price In Figure: ____________________________________________ Total Bid Price In Words: ____________________________________________ Prepared And Submitted By: __________________________________________
Closing Date18 Feb 2025
Tender AmountPHP 1.9 Million (USD 34 K)
City Of San Pablo Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Rfq-2025-297 (0907-05-23-25) 1. 1 Unit Digital Copier/printer/scanner In 1 Specifications - Ineo + 226 System Overview System Memory Interface 10-base-t/100-base-tx/1,000-base-t Ethernet, Usb 2.0 Wi-fi 802.11a/b/g/n/ac (optional) Network Protocolstcp/ip (pv4/pv6), Ftp, Smb, Smtp, Webdav Frame Types Ethernet 802.2, Ethemet 802.3, Ethernet Il, Ethernet Snap Automatic Document Feeder Df-630 (optional) Up To 70 Originals, A5-a3, 35-128 Gsm Printable Paper Size A5-a3, Customised Paper Sizes (width: 90 - 270 Mm, Length: 139.7 Mm - 431.8 Mm), Banner Paper Max. 1,200 X 297 Mm Printable Paper Weight 60-256 Gsm "paper Input Capacity Standard: 1,100 Sheets Max: 3,600 Sheets" Tray 1 500 Sheets, B5-b4, 60-256 Gsm Tray 2 500 Sheets, 85-a3, 60-256 Gsm Tray 3 Pc-114 (optional) 1 × 500 Sheets, B5-a3, 60-256 Gsm Tray 4 Pc-214 (optional) 2 X 500 Sheets, B5-a3, 60-256 Gsm Paper Feed Cabinet Pc-414 (optional) 2,500 Sheets, A4, 60-256 Gsm Bypass Tray 100 Sheets, A5-a3, Custom Sizes (width: 90-270mm, Length: 139.7 Mm - 1,200 Mm), Banner 210 X 1,200 Mm, 127-210 Gsm Automatic Duplexing A5-a3, 50-128 Gsm Finishing Modes (optional) Group, Sort, Booklet Power Consumption [220-240 V, 50/60 Hz] Less Than 1.58 Kw (system) System Dimensions (wxdxh) 571 × 660 X 785.5 Mm (excl. Adf And Lower Paper Tray Unit) 22.5 X 26.0 X 30.9 Inch (excl. Adf And Lower Paper Tray Unit) System Weight" Approx. 71 Kg (156.5 Lb) ** Incl. Drum/toner Bottle Copier Specifications Copying Process Electrostatic Laser Copy, Tandem, Intermediate Toner System Simitri @hd Polymerized Toner Copy/print Speed A4 Up To 22 Ppm Copy/print Speed A3 Up To 14 Ppm 1st Copy Out Time 8.4 Sec. Warm-up Time 7 Approx. 20 Sec. Copy Resolution 600 × 600 Dpl Gradation 256 Gradations Multicopy 1-9,999 Original Format A5-a3 Magnification 25-400% In 0.1% Steps, Auto-zooming Warm-up Time May Vary Depending On The Operating Environment And Usage Printer Specifications Print Resolution 1,800 (equivalent) X 600 Dp Page Description Pcl 6 (xl Version 3.0) Emulation, Pcl 5e/c, Language Postscript 3 (3016) Emulation, Xps "operating Systems Windows 7 (32/64), Windows 8.1 (32/64), Windows 10 (32/64), Windows Server 2008 (32/64), Windows Server 2008 R2, Windows Server 2012, Windows Server 2012 R2, Macintosh Os X 10.8 Or Later, Linux" Printer Fonts 80 Pcl, 137 Postscript 3 Emulation "mobile Printing Alrprint (ics), Mopria (android), Google Cloud Print (optional), Wi-fi Direct (optional), Ineoprint(ios, Android, Windows 10 Mobile)" Scanner Specifications Scan Speed Up To 30 Lpm Resolution Max .: 600 X 600 Dpi "scan Modes Scan To Email, Scan To Pc (smb), Scan To Ftp, Scan To Webdav, Scan To Wsd (web Service), Scan To Dpws (device Profile For Web Service), Network Twain Scan" File Formats Jpeg, Tiff, Pdf, Compact Pdf3, Xps?, Compact Xps?, Pptx? Destinations 1,300 (single + Group), Ldap Support "optional Upgrade Kit Uk-211 Is Required. " Components And Options Dk-514 Copler Desk Provides Storage Space For Print Media And Other Materials Df-630 Document Feeder Reversing Automatic Document Feeder, Capacity 70 Originals Oc-513 Original Cover Cover Instead Of Adf Cu-101 Air Cleaning Unit Improving Indoor Air Quality By Reduced Emissions Mk-748 Mount Kit Installation Kit For Cu-101 Installation Kit For Cu-101 Ht-509 Dehumidification Heater For Paper Feed Cabinet, Dehumidification Heater For Pc-114/214/414, Dk-514 Mk-734 Dehumidification Heater Power Supply Box (cabinet Heater), Dehumidification Heaterpower Supply Box For Pc-114/214/414, Dk-514 Kp-101 10-key Pad 10-key Ah-101 Assist Handle Assist Handle Uk-211 Upgrade Kit 2 Gb Memory Extension For Upgrades Uk-215 Wireless Lan Kit Wireless Lan And Wireless Lan Access Point Mode Ek-608 Usb Vf Kit Usb Hub Kit Ek-609 Usb Vf Kit Usb Hub Kit, Bluetooth Le Mk-735 Mount Kit Installation Kit For Ic Card Reader Au-201s Authentication Ic Card Ic Card Authentication Unit Au-102 Biometric Authentication Finger Vein Scanner Wt-515 Working Table Authentication Device Placement - All Specifications Refer To A4-size Paper Of 80 Gsm Quality. The Support And Availability Of The Listed Specifications And Functionalides Vary Depending On Operaling Systenis, Applications And Network Protocols As Well As Network And System Configurations. Some Of The Product Illustrations Contain Optional Accessories. Specifications And Accessories Are Based On The Information Available At The Time Of Printing And Are Subject To Change Without Notice. Specificatione Is Correct At Time Of Printing. All Brand And Product Names May Be Registered Trademarks Or Trademarks Of Their Respective Holders And Are Hereby Acknowledged. Deadline For Submission Of Bids: June 2, 2025, 11:00 Am Payment Term: 30 Days *for Price Quotations (preferably Through Email At Lgu.spcbac7@gmail.com) Please See Attached Quotation Form (associated Components)
Closing Date2 Jun 2025
Tender AmountPHP 330 K (USD 5.9 K)
Environmental Management Bureau Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description 2 Request For Quotation (rfq) One-time Digital Signing Services Subscription For 1 Year Rfq No. Emb-sisms-2025-03-045 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. One-time Digital Signing Service Subscription For 1 Year General Requirements: Must Support Various Certificate Types, Including Individual And Organizational Certificates; Must Primarily Support The Dict National Certification Authority (nca) -pnpki, With Optional Or Secondary Support Extended To Global Or Third-party Cas; Must Support The Signing Of Documents Using A Trusted Certification Authority (ca) Recognized By The Philippine Government; Must Support Documents Using Publicly Trusted Certificates; Must Provide Wildcard Ssl Certificate For Emb Domain, Preferred To Utilize Existing Provider; Must Comply With The Philippine Electronic Commerce Act (ra No. 8792); Must Comply With The Phil. Data Privacy Act Of 2012; Should Leverage The Pdf Advanced Electronic Signature (pades) Framework; Must Utilize The Cryptographic Message Syntax Advanced Electronic Signature (cades) Framework; Must Comply With Iso Standards (iso/ Ies 27001:2013, Iso 10002:2018), And (iso 9001:2015) For Service Provision; Must Support The Elliptic Curve Digital Signature Algorithm (ecdsa) With A Minimum Key Size Of 256 Bits For Signature Generation And Verification; Must Support Hashing Algorithm Sha-256 Or Higher; Must Support The Asymmetric Encryption Algorithm Rsa With A Minimum Key Size Of 2048 Bits; Must Come With Cloud-based Management Console And Application Programming Interfaces (api) Management Console Requirements: Must Support Unlimited Number Of Doc Signings; Must Support Role-based Access Control With Granular Permissions; Must Have A Minimum Storage Capacity Of 250 Gb Must Be Scalable To Accommodate Future Growth In The Number Of Users And Documents; Must Allow Individual Or Group Signing Capabilities Per Document; All Signed Documents Must Remain Valid Forever; Must Be Able To Sign Documents With Or Without A Digital Signature Solution Account; Must Provide The Option For Users To Sign Multiple-page Documents In One Instance; Must Allow Replacement And Re-delegation Of Signers If They Are Not Available; Must Generate An Audit Trail That Serves As Proof Of The Transaction; Must Support Signing Multiple Document Formats; Must Support Various Channels, Including Web Applications For (desktop And Mobile Devices), As Well As Mobile Applications For (ios & Android); Should Include The Option To Import Users And Contacts In Bulk (csv Or Ad); Comes With Option To Allow Users To Edit And Upload Their Own Signature Images; Must Support Major Operating Systems (windows, Macos, And Linux) Platforms And Commonly Used Web Browsers. Api Requirements. The Solution Should Be Flexible To Allow Api Integrations With Commonly Used Applications; Through User Management, The Solution Should Have The Capability To Perform Document Uploading, Downloading, Signing, & Deleting Through Api Calls; Must Provide Integration Options With Sharepoint, Onedrive, Google Drive, Dropbox, And Others; Must Have Comprehensive Logging And Auditing Capabilities For Transaction And Key Usage; Support Services Requirements - Service Should Include Local Support For Online A Nd Email Assistance, Available 8x5 As Needed; Provide Remediation Based On Health Checks Performed For The Signing Solution, With Service Reports Delivered Upon Completion Of The Remediation Works; (30) Calendar Days Delivery; 1 Lot 980,000.00 980,000.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php980,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 08:00 A.m. Of April 25, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked One-time Digital Signing Service Subscriprion For 1 Year Under Rfq No. Emb-sisms-2025-03-045 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 One-time Digital Signing Subscription Quantity: 1 Lot Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Lot One-time Digital Signing Service Subscription For 1 Year General Requirements: Must Support Various Certificate Types, Including Individual And Organizational Certificates; Must Primarily Support The Dict National Certification Authority (nca) -pnpki, With Optional Or Secondary Support Extended To Global Or Third-party Cas; Must Support The Signing Of Documents Using A Trusted Certification Authority (ca) Recognized By The Philippine Government; Must Support Documents Using Publicly Trusted Certificates; Must Provide Wildcard Ssl Certificate For Emb Domain, Preferred To Utilize Existing Provider; Must Comply With The Philippine Electronic Commerce Act (ra No. 8792); Must Comply With The Phil. Data Privacy Act Of 2012; Should Leverage The Pdf Advanced Electronic Signature (pades) Framework; Must Utilize The Cryptographic Message Syntax Advanced Electronic Signature (cades) Framework; Must Comply With Iso Standards (iso/ Ies 27001:2013, Iso 10002:2018), And (iso 9001:2015) For Service Provision; Must Support The Elliptic Curve Digital Signature Algorithm (ecdsa) With A Minimum Key Size Of 256 Bits For Signature Generation And Verification; Must Support Hashing Algorithm Sha-256 Or Higher; Must Support The Asymmetric Encryption Algorithm Rsa With A Minimum Key Size Of 2048 Bits; Must Come With Cloud-based Management Console And Application Programming Interfaces (api) Management Console Requirements: Must Support Unlimited Number Of Doc Signings; Must Support Role-based Access Control With Granular Permissions; Must Have A Minimum Storage Capacity Of 250 Gb Must Be Scalable To Accommodate Future Growth In The Number Of Users And Documents; Must Allow Individual Or Group Signing Capabilities Per Document; All Signed Documents Must Remain Valid Forever; Must Be Able To Sign Documents With Or Without A Digital Signature Solution Account; Must Provide The Option For Users To Sign Multiple-page Documents In One Instance; Must Allow Replacement And Re-delegation Of Signers If They Are Not Available; Must Generate An Audit Trail That Serves As Proof Of The Transaction; Must Support Signing Multiple Document Formats; Must Support Various Channels, Including Web Applications For (desktop And Mobile Devices), As Well As Mobile Applications For (ios & Android); Should Include The Option To Import Users And Contacts In Bulk (csv Or Ad); Comes With Option To Allow Users To Edit And Upload Their Own Signature Images; Must Support Major Operating Systems (windows, Macos, And Linux) Platforms And Commonly Used Web Browsers. Api Requirementsthe Solution Should Be Flexible To Allow Api Integrations With Commonly Used Applications; Through User Management, The Solution Should Have The Capability To Perform Document Uploading, Downloading, Signing, & Deleting Through Api Calls; Must Provide Integration Options With Sharepoint, Onedrive, Google Drive, Dropbox, And Others; Must Have Comprehensive Logging And Auditing Capabilities For Transaction And Key Usage; Support Services Requirements - Service Should Include Local Support For Online A Nd Email Assistance, Available 8x5 As Needed; Provide Remediation Based On Health Checks Performed For The Signing Solution, With Service Reports Delivered Upon Completion Of The Remediation Works; (30) Calendar Days Delivery; Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price One-time Digital Signing Service Subscription For 1 Year General Requirements: Must Support Various Certificate Types, Including Individual And Organizational Certificates; Must Primarily Support The Dict National Certification Authority (nca) -pnpki, With Optional Or Secondary Support Extended To Global Or Third-party Cas; Must Support The Signing Of Documents Using A Trusted Certification Authority (ca) Recognized By The Philippine Government; Must Support Documents Using Publicly Trusted Certificates; Must Provide Wildcard Ssl Certificate For Emb Domain, Preferred To Utilize Existing Provider; Must Comply With The Philippine Electronic Commerce Act (ra No. 8792); Must Comply With The Phil. Data Privacy Act Of 2012; Should Leverage The Pdf Advanced Electronic Signature (pades) Framework; Must Utilize The Cryptographic Message Syntax Advanced Electronic Signature (cades) Framework; Must Comply With Iso Standards (iso/ Ies 27001:2013, Iso 10002:2018), And (iso 9001:2015) For Service Provision; Must Support The Elliptic Curve Digital Signature Algorithm (ecdsa) With A Minimum Key Size Of 256 Bits For Signature Generation And Verification; Must Support Hashing Algorithm Sha-256 Or Higher; Must Support The Asymmetric Encryption Algorithm Rsa With A Minimum Key Size Of 2048 Bits; Must Come With Cloud-based Management Console And Application Programming Interfaces (api) Management Console Requirements: Must Support Unlimited Number Of Doc Signings; Must Support Role-based Access Control With Granular Permissions; Must Have A Minimum Storage Capacity Of 250 Gb Must Be Scalable To Accommodate Future Growth In The Number Of Users And Documents; Must Allow Individual Or Group Signing Capabilities Per Document; All Signed Documents Must Remain Valid Forever; Must Be Able To Sign Documents With Or Without A Digital Signature Solution Account; Must Provide The Option For Users To Sign Multiple-page Documents In One Instance; Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Lot Must Allow Replacement And Re-delegation Of Signers If They Are Not Available; Must Generate An Audit Trail That Serves As Proof Of The Transaction; Must Support Signing Multiple Document Formats; Must Support Various Channels, Including Web Applications For (desktop And Mobile Devices), As Well As Mobile Applications For (ios & Android); Should Include The Option To Import Users And Contacts In Bulk (csv Or Ad); Comes With Option To Allow Users To Edit And Upload Their Own Signature Images; Must Support Major Operating Systems (windows, Macos, And Linux) Platforms And Commonly Used Web Browsers. Api Requirements The Solution Should Be Flexible To Allow Api Integrations With Commonly Used Applications; Through User Management, The Solution Should Have The Capability To Perform Document Uploading, Downloading, Signing, & Deleting Through Api Calls; Must Provide Integration Options With Sharepoint, Onedrive, Google Drive, Dropbox, And Others; Must Have Comprehensive Logging And Auditing Capabilities For Transaction And Key Usage; Support Services Requirements - Service Should Include Local Support For Online A Nd Email Assistance, Available 8x5 As Needed; Provide Remediation Based On Health Checks Performed For The Signing Solution, With Service Reports Delivered Upon Completion Of The Remediation Works; (30) Calendar Days Delivery; 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date25 Apr 2025
Tender AmountPHP 980 K (USD 17.2 K)
DEPT OF THE NAVY USA Tender
Others
United States
Details: Combined Synopsis/solicitation For Commercial Items
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2021-07 Effective: 09-10-2021
this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A Firm-firm Fixed-price (ffp) Basis.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is ___334516____,
the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is ____6640________.
the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To: Purchase Force Moment Sensor Equipment.
all Interested Companies Shall Provide Quotations For The Following:
___x___ See Attached Inquiry Of Availability
supplies: Brand Name Or Equal.
items Must Be Brand Name Or Equal In Accordance With Far 52.211-6.
the Following Provisions And Clauses Are Hereby Incorporated. Any Provisions And Clauses Not Applicable By Their Terms Shall Be Self-deleting.
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At
http://acquisition.gov/comp/far/index.html. The Full Text Of Dfars Provisions Or Clauses May Be Accessed Electronically At Http://farsite.hill.af.mil/vfdfara.htm.
the Following Solicitation Provisions Apply To This Acquisition:
1. Far 52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions (sep 2007)
2. Far 52.204-7, System For Award Management (oct 2018)
3. Far 52.212-1, "instructions To Offerors-commercial Items" (sep 2021)
a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions:
• This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty.
• Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions
• Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured.
4. Far 52.212-3, "offerors Representations And Certifications-commercial Items"
(feb 2021)
5. Far 52.225-18, Place Of Manufacture (aug 2018)
6. Far 52.233-2, Service Of Protest (sep 2006)
the Contracting Officer's Address Is:
us Naval Research Laboratory
4555 Overlook Avenue, S.w.
code 1350
washington, Dc 20375
A. Nrl Also Includes The Following Provisions That Must Be Completed By The Offeror:
1. Far 52.209-5, Certification Regarding Responsibility Matters (aug 2020)
2. Far 52.222-22, Previous Contracts And Compliance Reports (feb 1999)
3. Far 52.222-25, Affirmative Action Compliance (apr 1984)
4. Far 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act
Certificate Alternate Iii (feb 2021)
offerors Must Complete Annual Representations And Certifications On-line At Http://orca.bpn.gov In Accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
1. Far 52.212-4, "contract Terms And Conditions-commercial Items"(oct 2018)
a. The Following Clauses Are Included As Addenda To Far 52.212-4:
far 52.202-1, Definitions (jun 2020)
far 52.203-3, Gratuities (apr 1984)
far 52.203-6, - Restrictions On Subcontractor Sales To The Government (jun 2020)
alt I (oct 1995)
far 52.203-12, Limitation Of Payments To Influence Certain Federal Transactions
(jun 2020)
far 52.203-17, Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020)
far 52.204-4, Printed Or Copied Double-sided On Recycled Paper (may 2011)
far 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards Exceeding $30,000 (jun 2020)
far 52.223-2, Affirmative Procurement Of Biobased Products Under Service And Construction Contracts (sep 2013)
far 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016)
far 52.223-12, Refrigeration Equipment And Air Conditioners (jun 2016)
far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
far 52.223-20, Aerosols (jun 2016)
far 52.223-21, Foams (jun 2016)
far 52.225-14, Inconsistency Between English Version And Translation Of Contract
(feb 2000)
far 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013)
far 52.232-40, Providing Accelerated Payments To Small Business Subcontractors
(dec 2013)
far 52.245-1, Government Property (sep 2021)
far 52.245-2, Government Property Installation Operation Services (apr 2012)
far2.245-9, Use And Charges (apr 2012)
far 52.247-34, F.o.b Destination (nov 1991)
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
2. Far 52.212-5, "contract Terms And Conditions Required To Implement Statutes Or Executive Orders" (sep 2021)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
• Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56)
3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Items Dod Class Deviation 2018-o0021, Commercial Item Omnibus Clause For Acquisitions Using The Standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class Deviation 2018-o0021
dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
dfars 252.203-7003, Agency Office Of The Inspector General (aug 2019)
dfars 252.203-7005, Representation Relating To Compensation Of Former Dod Officials (nov 2011)
dfars 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
dfars 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016)
dfars 252.204-7011, Reserved
dfars 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019)
dfars 252.204-7013, Reserved
dfars 252.204-7014, Limitations On The Use Or Disclosure Of Information By Litigation Support Contractors (may 2016)
dfars 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support (may 2016)
dfars 252.211-7003, Item Unique Identification And Valuation (mar 2016)
dfars 252.211-7006, Passive Radio Frequency Identification (dec 2019)
dfars 252.211-7007, Reporting Of Government-furnished Property (aug 2012)
dfars 252.211-7008, Use Of Government-assigned Serial Numbers (sep 2010)
dfars 252.213-7000, Notice To Prospective Suppliers On Use Of Past Performance Information Retrieval System-statistical Reporting In Past Performance (sep 2019)
dfars 252.215-7007, Notice Of Intent To Resolicit (jun 2012)
dfars 252.215-7008, Only One Offer (jul 2019)
dfars 252.219-7000, Advancing Small Business Growth (sep 2016)
dfars 252.223-7004 Drug-free Work Force (sep 1988)
dfars 252.223-7008, Prohibition Of Hexavalent Chromium (jun 2013)
dfars 252.225-7000, Buy American Act - Balance Of Payments Program Certificate – Basic (nov 2014)
alternate I (nov 2014)
dfars 252.225-7001, Buy American Act And Balance Of Payments Program – Basic
(dec 2017)
dfars 252.225-7006, Acquisition Of The American Flag (aug 2015)
dfars 252.225-7008, Restriction On Acquisition Of Specialty Metals (mar 2013)
dfars 252.225-7013, Duty-free Entry (apr 2020)
dfars 252.225-7016, Restriction On Acquisition Of Ball And Roller Bearings (jun 2011)
dfars 252.225-7036, Buy American Act-free Trade Agreements-balance Of Payments Program – Basic (dec 2017) Exceeding $25,000, But Is Less Than $191,000
dfars 252.225-7037, Evaluation Of Offers For Air Circuit Breakers (dec 2018)
dfars 252.225-7038, Restriction On Acquisition Of Air Circuit Breakers (dec 2018)
dfars 252.225-7049, Prohibition On Acquisition Of Commercial Satellite Services From Certain Foreign Entities—representations (dec 2018)
dfars 252.227-7013, Rights In Technical Data - Noncommercial Items (feb 2014)
alternate I (jun 1995)
dfars 252.227-7015, Technical Data - Commercial Items (feb 2014)
dfars 252.227-7037, Validation Of Restrictive Markings On Technical Data (sep 2016)
dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports(dec 2018)
dfars 252.232-7006, Wide Area Workflow Payment Instructions (dec 2018)
dfars 252.232-7010, Levies On Contract Payments (dec 2006)
dfars 252.232-7011, Payments In Support Of Emergencies And Contingency Operations (may 2013)
dfars 252.237-7010, Prohibition On Interrogation Of Detainees By Contractor Personnel (jun 2013)
dfars 252.237-7019, Training For Contractor Personnel Interacting With Detainees
(jun 2013)
dfars 252.239-7009, Representation Of Use Of Cloud Computing (sep 2015)
dfars 252.239-7010, Cloud Computing Services (oct 2016)
dfars 252.239-7017, Notice Of Supply Chain Risk (feb 2019)
dfars 252.239-7018, Supply Chain Risk (feb 2019)
dfars 252.244-7000, Subcontracts For Commercial Items (jan 2021)
dfars 252.246-7003, Notification Of Potential Safety Issues (jun 2013)
dfars 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations (oct 2010)
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote.
include Your Company Duns Number And Cage Code On Your Quote.
all Quotations Shall Be Sent Via E-mail.
buyer Name: James Buie, James.r.buie4.civ@us.navy.mil
all Quotes Must Be Submitted By 04/23/25 8am Est
please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email.
all Questions Regarding The Solicitation Shall Be Submitted Via Email.
the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of Offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable.
options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
terms And Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
exceptions. Quote Shall List Exception(s) And Rationale For The Exception(s).
submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail.
Closing Date23 Apr 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme052(rebid) Contract Name : Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0065 Contract Name : Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme066 Contract Name : Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme070 Contract Name : Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 399,280.00 2. P 385,000.00 3. P 282,600.00 4. P 800,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0052(rebid) – Supply & Delivery Of Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 6,200 Liters Gasoline 2. 25gme0065 – Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineer, Sarangani Province Qty/unit Description: 2 Units Laptop (specialized Software Application Use) Processor & Chipset: Core-i7 (13th Gen), Or Its Equivalent, Minimum Of 16 Cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1tb Ssd Display & Graphics: 15.6'' To 16'' Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Wide Screen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. Its Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual Must Be Perpetual And Transferrable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov,ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Mouse: Optical With Mouse Pad (same Brand As The Computer) Carry Case: Manufacture's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Regulatory: Energey Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hardcopy Version Where Available Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within (2) Weeks Or A Service Unit With The Same Or Higher Specification Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 3 Units Ups (1500va) For Admin Server/engas Server Power Ratings: 1500va/1200w, 230v - Input/output Voltage, 10 Minutes Of Backup Power At Half-load, 8 Hours Recharge Time Io Ports: Usb, Rj45/snmp Card Outlets: 4 Power Output/connectors Features: Built-in Automatic Voltage Regulator (avr), Automatic Self-test (built-in), Alarms (online, On Battery, Replacement Battery, And Overload) Software Management Software: Built-in With Media Installer Monitoring Tool And/ Or Diagnostic Software Accessible Via Desktop Application And/or Web Browser Accessories: Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With Rj45 Connector, 5 Meters, Preferably Gray And Adapters Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Ups And Has Been Marketed In The Philippines For The Last Five (5) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A Three (3) Year Warranty For Parts And On-site Labor From The Date Of The Inspection And Acceptance Report Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00 Am - 5:00 Pm) 5 Days A Week (monday-friday) For A Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. 3. 25gme0066 – Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 3 Pcs C21000 Ink Black 2 Pcs C21000 Ink Cyan 2 Pcs C21000 Ink Magenta 2 Pcs C21000 Ink Yellow 3 Pcs C21000 Maintenance Box 4. 25gme0070 – Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 4 Units Laptop Computer For Specialized Software Use Processor & Chipset: Core -i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32 Gb Ddr5 Storage: 1 Tb Ssd Display & Graphics: 15.6"-16 Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd Cooling System: Integrated Cooling System I/o Ports: 3 Usb (2 Type-a And I Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45 Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov. Ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines Accessories Specification Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standards Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-metter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop. Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Laptop (except For The Headset), Manufacturer Installed And New. The Suppliers Is Not Allowed To Change Of Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufactured Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Suppliers Must Return The Unit Within Two (2) Weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, 3 And 4. Bidders Should Have Completed 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29 – May 06, 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: Project No. 1, 2, 3 Php 500.00 Project No. 4 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before May 06, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On May 06, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On May 06, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: April 29 – May 05, 2025 R12.14 Rpa/rgs
Closing Date6 May 2025
Tender AmountPHP 282.6 K (USD 5 K)
Department Of Public Works And Highways - DPWH Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0052(rebid) Contract Name : Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0065 Contract Name : Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0066 Contract Name : Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0070 Contract Name : Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 399,280.00 2. P 385,000.00 3. P 282,600.00 4. P 800,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0052(rebid) – Supply & Delivery Of Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 6,200 Liters Gasoline 2. 25gme0065 – Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineer, Sarangani Province Qty/unit Description: 2 Units Laptop (specialized Software Application Use) Processor & Chipset: Core-i7 (13th Gen), Or Its Equivalent, Minimum Of 16 Cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1tb Ssd Display & Graphics: 15.6'' To 16'' Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Wide Screen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. Its Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual Must Be Perpetual And Transferrable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov,ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Mouse: Optical With Mouse Pad (same Brand As The Computer) Carry Case: Manufacture's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Regulatory: Energey Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hardcopy Version Where Available Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within (2) Weeks Or A Service Unit With The Same Or Higher Specification Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 3 Units Ups (1500va) For Admin Server/engas Server Power Ratings: 1500va/1200w, 230v - Input/output Voltage, 10 Minutes Of Backup Power At Half-load, 8 Hours Recharge Time Io Ports: Usb, Rj45/snmp Card Outlets: 4 Power Output/connectors Features: Built-in Automatic Voltage Regulator (avr), Automatic Self-test (built-in), Alarms (online, On Battery, Replacement Battery, And Overload) Software Management Software: Built-in With Media Installer Monitoring Tool And/ Or Diagnostic Software Accessible Via Desktop Application And/or Web Browser Accessories: Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With Rj45 Connector, 5 Meters, Preferably Gray And Adapters Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Ups And Has Been Marketed In The Philippines For The Last Five (5) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A Three (3) Year Warranty For Parts And On-site Labor From The Date Of The Inspection And Acceptance Report Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00 Am - 5:00 Pm) 5 Days A Week (monday-friday) For A Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. 3. 25gme0066 – Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 3 Pcs C21000 Ink Black 2 Pcs C21000 Ink Cyan 2 Pcs C21000 Ink Magenta 2 Pcs C21000 Ink Yellow 3 Pcs C21000 Maintenance Box 4. 25gme0070 – Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 4 Units Laptop Computer For Specialized Software Use Processor & Chipset: Core -i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32 Gb Ddr5 Storage: 1 Tb Ssd Display & Graphics: 15.6"-16 Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd Cooling System: Integrated Cooling System I/o Ports: 3 Usb (2 Type-a And I Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45 Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov. Ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines Accessories Specification Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standards Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-metter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop. Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Laptop (except For The Headset), Manufacturer Installed And New. The Suppliers Is Not Allowed To Change Of Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufactured Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Suppliers Must Return The Unit Within Two (2) Weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, 3 And 4. Bidders Should Have Completed 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29 – May 06, 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: Project No. 1, 2, 3 Php 500.00 Project No. 4 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before May 06, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On May 06, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On May 06, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: April 29 – May 05, 2025 R12.14 Rpa/rgs
Closing Date6 May 2025
Tender AmountPHP 399.2 K (USD 7.1 K)
Department Of Public Works And Highways - DPWH Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0052(rebid) Contract Name : Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0065 Contract Name : Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0066 Contract Name : Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0070 Contract Name : Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 399,280.00 2. P 385,000.00 3. P 282,600.00 4. P 800,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0052(rebid) – Supply & Delivery Of Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 6,200 Liters Gasoline 2. 25gme0065 – Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineer, Sarangani Province Qty/unit Description: 2 Units Laptop (specialized Software Application Use) Processor & Chipset: Core-i7 (13th Gen), Or Its Equivalent, Minimum Of 16 Cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1tb Ssd Display & Graphics: 15.6'' To 16'' Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Wide Screen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. Its Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual Must Be Perpetual And Transferrable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov,ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Mouse: Optical With Mouse Pad (same Brand As The Computer) Carry Case: Manufacture's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Regulatory: Energey Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hardcopy Version Where Available Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within (2) Weeks Or A Service Unit With The Same Or Higher Specification Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 3 Units Ups (1500va) For Admin Server/engas Server Power Ratings: 1500va/1200w, 230v - Input/output Voltage, 10 Minutes Of Backup Power At Half-load, 8 Hours Recharge Time Io Ports: Usb, Rj45/snmp Card Outlets: 4 Power Output/connectors Features: Built-in Automatic Voltage Regulator (avr), Automatic Self-test (built-in), Alarms (online, On Battery, Replacement Battery, And Overload) Software Management Software: Built-in With Media Installer Monitoring Tool And/ Or Diagnostic Software Accessible Via Desktop Application And/or Web Browser Accessories: Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With Rj45 Connector, 5 Meters, Preferably Gray And Adapters Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Ups And Has Been Marketed In The Philippines For The Last Five (5) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A Three (3) Year Warranty For Parts And On-site Labor From The Date Of The Inspection And Acceptance Report Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00 Am - 5:00 Pm) 5 Days A Week (monday-friday) For A Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. 3. 25gme0066 – Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 3 Pcs C21000 Ink Black 2 Pcs C21000 Ink Cyan 2 Pcs C21000 Ink Magenta 2 Pcs C21000 Ink Yellow 3 Pcs C21000 Maintenance Box 4. 25gme0070 – Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 4 Units Laptop Computer For Specialized Software Use Processor & Chipset: Core -i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32 Gb Ddr5 Storage: 1 Tb Ssd Display & Graphics: 15.6"-16 Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd Cooling System: Integrated Cooling System I/o Ports: 3 Usb (2 Type-a And I Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45 Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov. Ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines Accessories Specification Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standards Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-metter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop. Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Laptop (except For The Headset), Manufacturer Installed And New. The Suppliers Is Not Allowed To Change Of Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufactured Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Suppliers Must Return The Unit Within Two (2) Weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, 3 And 4. Bidders Should Have Completed 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29 – May 06, 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: Project No. 1, 2, 3 Php 500.00 Project No. 4 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before May 06, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On May 06, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On May 06, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: April 29 – May 05, 2025 R12.14 Rpa/rgs
Closing Date6 May 2025
Tender AmountPHP 800 K (USD 14.3 K)
City Of San Pablo Tender
Security and Emergency Services
Philippines
Details: Description Pb No. 2025-074 (pr-0969-05-29-25) 1. 2 Pcs Ipc-94144sfw-x25-f 40c 4mp+4mp Lightthunder Dual-lens Network Ptz Camera * Fixed Camera And Ptz Camera Integration, Dual Channels With One Ip, Look At Overall Situation And Consider Details At The Same Time * Ultra 265. H,265, H,264,mjpeg * 25x Optical Zoom Of Ptz Channel Allows For Closert Viewing Of Subjects * Ptz Channel Can Be Linked To Fixed Channel's Smart Intrusion Prevention To Track The Objects Triggering The Rule * Lighthunter Technology Ensures Ultra-high Image Quality In Low Illumination Environment * Ir & Warm Light Illumination To Deal With Different Scenes And Achieve Full-color Illumination * Dc12 Or Poe+(ieee 802.3at) Power Supply * Alarm 2 In And 1 Out, Audio 1 In And 1 Out 2. 20 Pcs Ipc-225le-af40k-wp 5mp Hd Intelligent Colorhunter Fixed Bullet Network Camera * High Quality Image With 5mp, 1/2,7"cmos Sensor And F1.0 Large Aperture Lens * 5mp (2880*1620)@25/20fps; 4mp (2304*1296)@30/25fps; 2mp(1920*1080)@30/25fps * Ultra 265, H,265, H, 264 * Colorhunter Technology Ensures 24-hour Full-color Images * Built-in Mic * Built-in Speaker * Warm Light, Up To 50m White Light Distance * Ip67 Protection 3. 7 Pcs Ipc-2225se-df60k-wl-10 5mp Hd Intelligent Colorhunter Fixed Bullet Newtwork Camera *high Quality Image With 5mp, 1/2.7"cmos Sensor *5mp (2880*1620)@30/25fps; 4mp (2560*1440)@30/25fps;3mp(2304*1296)@30/25fps; 2mp (1920*1080)@30/25fps; * Ultra 265, H,265, H, 264, Mjpeg *intelligent Perimeter Protection, Include Cross Line, Intrusion, Enter Area, Leave Area Detection *based On Target Classification, Smart Intrusion Prevention Significantly Reduce False Alarm Caused By Leaves, Birds And Lights Etc. *intelligent People Flow Countiung And Crowd Density Monitoring *colorhunter Technology Ensures 24-hour Full-color Images *120db True Wdr Technology Enables Clear Image In Strong Light Scene *support 9;16 Corridor Mode *alarm;1 In/1 Out, Audio; 1 In/1 Out *supports 256 G Micro Sd Card *ik10 Vandal Resistant And Ipi67 Protection * Support Poe Power Supply 4. 6 Pcs Ipc 2k24se-adf40kmc-wl-10 4mp Colorhunter Omniview Fixed Warm Light Bullet Network Camera *high Quality Image With 4mp, 1/2.9' Cxmos Sensor *4mp (3840 X 1080)@25 Fps (human Body Detection Off) ; 4mp(3840 X 1080)@20fps (human Body Detection On) *the Double Lens Splicing Technology Is Adopted To Realize The Horizontal Viewing Angle Of 160.00±10 *ultra 265, H.265, Mjpeg *support Human Body Detection * Colorhunter Technolgy Ensures 24-hour Full-color Images * Alarm:1 In/1 Out * Audio: 1 In/1 Out *built-in Speaker And Dual Mics * Supports Up To 512 Gb Micro Sd Card * 12v Dc/poe Power Supply 5. 10 Pcs Nvr502-16b-iq 16 Channel 2 Hdds Nvr W/ai Features 6. 8 Pcs Unv 55" Inchesd Monitor 7. 5 Pcs Rg-airmetro 55og-b Station Of Rg-airmetroi Series Wireless Bridges 8. 5 Pcs Rg-ant20s-90 90 Sector Antenna Of Rg-airmetro Series Wireless Bridges 9. 25 Pcs Rg-airmentro 460 G Cpe Of Rg-airmetro Series Wirteless Bridges 10. 1 Pc Rg-es118gs-p 18-port Unmanaged Poe Switch 11. 1 Pc Rg-nbs3100-48gt4sfp-p 52-poty Gigabit Layer 2 Cloud Management Poe Switch 12. 40 Pcs Media Converter 13. 4 Pcs Gnt-p4813v6 Outdoor 16 Poe, 1ge Poe, @ge Up Link 14. 4 Pcs Gnt-idc45f4 Industrial Waterproof Box Fan+air Switch 15. 5 Pcs Dh-pfm19201-6un/5.53 305 Cat.6 Cable 16. 45 Rolls Fiber Optic 17. 100 Pcs Sc Connector 18. 20 Pcs Wd84puru-64b5ayo (12tb Hdd) Memory 19. 2 Boxes Rj 45 Ethernet Jack 20. 32 Pcs Ip 65 Junction Box 21. 8 Pcs Wall Bracket Cctv Wall Bracket 22. 2500 Pcs F-clamp 23. 1 Pc Data Cabinet 24. Fiber Installation Wiring And Fiber Alignment 25. Router Bridge Management 26. "othert Task Monitor,nvr,poe,installation And Industrial Box Installation " 27. "other Materials Lots Of Electrical Tape, Lots Of Expansion Bolt, Lots Of Cable Tie, Lots Of Plastic Molding, Lots Of Screw, Etc. " 28. Camera Installation, Network Cable Layout, Euipment Debugging 29. 11 Pcs Ipc2314le-adf28km-wp 4mp Colorhunter With Wise-isp Fixed Bullet Network Camera . High Quality Image With 4mp, 1/1.8"cmos Sensor And F1.0 Large Aperture Lens · 4mp (2688*1520)@ 25/20fps; 4mp (2560*1440)@ 25/20fps; 3mp (2304*1296) @30/25fps; 2mp (1920*1080) @30/25fps; · Ultra 265, H.265, H.264, Mjpeg · Colorhunter With Wise-isp Technology Ensures 24-hour Full-color Images · 120db True Wdr Technology Enables Clear Image In Strong Light Scene · Support 9:16 Corridor Mode · Built-in Mic · White Light, Up To 30m Warm Light Distance . Supports 512 Gb Micro Sd Card · Ip67 Protection . Support Poe Power Supply . 3-axis 30. 12 Pcs Ipc324le-dsf28k-g High Quality Image With 4mp, 1/3"cmos Sensor 4mp (2688*1520)@ 25/20fps; 4mp (2560*1440)@ 25/20fps; 3mp (2304*1296) @30/25fps; 2mp (1920*1080) @30/25fps; Ultra 265, H.265, H.264; Mipeg Easystar Technology Ensures High Image Quality In Low Illumination Environment 120db True Wdr Technology Enables Clear Image In Strong Light Scene Support 9:16 Corridor Mode Smart Ir, Up To 30m (98ft) Ir Distance Supports 512 G Micro Sd Card Ik10 Vandal Resistant Ip67 Protection Support Poe Power Supply 3-axis 31. 29 Pcs Ipc325le-adf28k-g High Quality Image With 5mp, 1/2.7"cmos Sensor 5mp (2880*1620)@ 25/20fps; 4mp (2560*1440)@ 25/20fps; 3mp (2304*1296) @30/25fps; 2mp (1920*1080) @30/25fps; Ultra 265, H.265, H.264, Mjpeg Easystar Technology Ensures High Image Quality In Low Illumination Environment 120db True Wdr Technology Enables Clear Image In Strong Light Scene Support 9:16 Corridor Mode Built-in Mic Smart Ir, Up To 30m (98ft) Ir Distance Supports 512 G Micro Sd Card Ik10 Vandal Resistant Ip67 Protection Support Poe Power Supply 3-axis 32. 2 Pcs Ipc8544es-km-i1 16mp Lighthunter 180° Omniview Network Camera · High Quality Image With 16mp, 1/1.8" Cmos Sensor · 4800*2688@30fps In The Main Stream Offers 180° Panoramic View, And 16:9 Ratio Can Better Fit The Screen Smart Ir, Up To 50m (164 Ft) Ir Distanc Built-in Fan, Allows Dissipating Heat And Eliminating The Mist Of Window Ultra 265,h.265, H.264, Mjpeg · 2d/3d Dnr (digital Noise Reduction) · Ac24v, Dc24v Or Poe(ieee 802.3at) Power Supply · Micro Sd, Up To 256 Gb . Alarm 2 In And 1 Out, Audio 1 In And 1 Out · Ip67 Ingress Protection 33. 2 Pcs Ipc6424sr-x25-vf-b High Quality Image With 4mp,1/2.8" Cmos Sensor 2688*1520@30fps In The Main Stream Ultra 265, H.265, H.264, Mjpeg 25x Optical Zoom Smart Intrusion Prevention, Support False Alarm Filtering, Include Cross Line, Intrusion, Enter Area, Leave Area Detection Face Capture, Automatic Selection Of Best Snapshots, Support Face Detection Masked Area People Counting, Support People Flow Counting And Crowd Density Monitoring, Suitable For Different Statistical Scenarios Lighthunter Technology Ensures Ultra-high Image Quality In Low Illumination Environment Smart Ir, Up To 100m (328ft) Ir Distance Dc 12v+25% Or Poe+ (ieee 802.3at) Alarm 2 In And 1 Out, Audio 1 In And 1 Out Ip67 Ingress Protection Ik10 Vandal Resistant 34. 1 Pc Kb2100 Network Control Keyboard 35. 2 Pcs Nvr508-64e-iq 64 Channel Nvr 36. 8 Pcs Gnt-p9828v6 8-port Poe Switch 37. 2 Pcs Gnt-lb554ka 55" Inhces Monitor 38. 1 Pc Rg-nbs3100-8gt2sfp 10-port Gigabit Layer 2 Cloud Managed Poe Switch 39. 9 Pcs Hdd 12tb Storage/90 Days 40. 2 Pcs Gnt-10702-10 10 Meters Hdi 41. 8 Pcs Ip65 Camera Box 100x100x70 Waterproof Camera Box 42. 200 Pcs Rj45 Cat5 Classic Ethernet Jack 43. 1 Pc Network Cabinet 42u It Supports Servers And Other Devices, And What Benefits It Brings To Data Center 44. 1 Pc Rb-4011 Microtik 45. 8 Pcs Industrial Box Contain Wiring Junctions And Protect Them From Inclement Weather, Moist Environments, Or Hazardous Surroundings 46. 8 Pcs Nap Box Fiber Fiber Optic 1:8 47. 1 Pc Fiber Optic 24 Corew Figure 8 48. 50 Pcs Guy Grip A Device For Connecting And Gripping Wire Or Oprical Fiber On A Pole 49. 15 Pcs Cat6 Outdoor Bc Pure Copper 50. 2 Pcs Pdu-8p Power Distributing Unit 8 Slot (plastic) 51. 1 Pc Thhn Wire 12" Multipurpose Bui;ding Wire Used In Conduit And Cable Trays For Service, Feeders And Branch Circuits In Commercial And Industrial Applications 52. 1 Pc Vsol Olt 4 Slot 53. 8 Pcs Onu / 5v5 Indoor Optical Network Terminal In Fttx Solution 54. 10 Pcs Fiber Patch Cord 3 Meters Length 55. 2 Pcs Camera Bracket For Ptz Camera 56. 100 Pcs Sc Connector 57. 2 Pcs Fiber Fbt Splitter 1:2 58. 1 Pc Fiber Fbt Splitter 1:8 59. 8 Pcs Cassete Plc 1:8 60. 1 Pc Ups 3000va Uninterruptible Power Supply 3000va/1800 Watts 61. Other Materials 62. 60 Days Tasks Camera Installation, Network Cable Layout, Equipment Debugging Deadline For Submission Of Bids: June 18, 2025, 9:00 Am
Closing Date9 Jun 2025
Tender AmountPHP 6 Million (USD 107.8 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Amendment Is To Change The Response Date And Time To 28 February 2025 At 10:00 A.m. Hst And To Correct Att3 Requirements List.
************************************************************
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Under The Test Program For Commercial Items Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Both Sam.gov And Neco (https://www.neco.navy.mil/).
the Rfq Number Is N0060425q4021. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Publication Notice 20250117. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Naics Code Is 517111 And The Small Business Standard Is 1,500 Employees. The Small Business Office Concurs With This Acquisition Strategy.
the Proposed Contract Action Is For Commercial Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(b)(1)(i).
Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Bids, Proposals, Or Quotations Received By The Closing Response Date Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
the Navsup Fleet Logistics Center Pearl Harbor Regional Contracting Office Requests Responses From Qualified Sources Capable Of Providing Hard-wired Multi-channel Video Cable Tv And Internet Services For Joint Base Pearl Harbor Hickam In Accordance With Attachment 1- Requirement List.
the Proposed Services Are A 12 Month Period As Follows:
clin 0001- Qty: 1 Group - On-site Cable Services
period Of Performance: 1 March 2025 - 28 February 2026
see Performance Work Statement (pws) Attachment 3 For Description Of Requirement.
responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control.
attachment List:
attachment 1 - Performance Work Statement
attachment 2 - Redacted Sole Source Justification
attachment 3 - Requirement List
attachment 4 - 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) And 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
questions Regarding The Solicitation: Questions Shall Be Submitted Electronically To Dana.a.anderson2.civ@us.navy.mil.
oral Queries Will Not Be Accepted. Emails Sent To This Address Shall Clearly Reference The Rfq In The Subject Line. Other Methods Of Submitting Questions Will Not Be Acknowledged Or Addressed. Questions May Be Submitted At Any Day And Time, But Not Later Than 12:00 Pm Hst (hawaii Standard Time) On 25 February 2025. Questions Submitted After This Date And Time May Not Be Accepted. Since The Submittal Of Questions May Result In Amendments To The Rfq, It Is Imperative That Questions Be Submitted As Soon As Possible.
a Complete Quote In Response To This Combined Synopsis/solicitation Must Include The Following:
- Completed Attachment 3 - Requirements List - Completed Attachment 4 - 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Products And Commercial Services (if The Reps And Certs Are Not Current In Sam) And 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021).
*required Unless Reps And Certs Are Current In Sam.gov
the Following Far Provision And Clauses Are Applicable To This Procurement:
52.204-7 system For Award Management nov 2024
52.204-10 reporting Executive Compensation And First-tier Subcontract Awards jun 2020
52.204-13 system For Award Management Maintenance oct 2018
52.204-16 commercial And Government Entity Code Reporting aug 2020
52.204-17 ownership Or Control Of Offeror aug 2020
52.204-18 commercial And Government Entity Code Maintenance aug 2020
52.204-20 predecessor Of Offeror aug 2020
52.204-21 basic Safeguarding Of Covered Contractor Information Systems nov 2021
52.204-23 prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities dec 2023
52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021
52.204-25 prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021
52.204-26 covered Telecommunications Equipment Or Services--representation oct 2020
52.204-27 prohibition On A Bytedance Covered Application jun 2023
52.209-6 protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment jan 2025
52.209-10 prohibition On Contracting With Inverted Domestic Corporations nov 2015
52.212-1 instructions To Offerors-commercial Products And Commercial Services sep 2023
52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services--alternate I feb 2024
52.212-4 contract Terms And Conditions-commercial Products And Commercial Services nov 2023
52.212-5 contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services jan 2025
52.219-28 post-award Small Business Program Rerepresentation jan 2025
52.222-3 convict Labor june 2003
52.222-21 prohibition Of Segregated Facilities apr 2015
52.222-22 previous Contracts And Compliance Reports feb 1999
52.222-25 affirmative Action Compliance apr 1984
52.222-26 equal Opportunity sep 2016
52.222-36 equal Opportunity For Workers With Disabilities jun 2020
52.222-50 combating Trafficking In Persons nov 2021
52.226-8 encouraging Contractor Policies To Ban Text Messaging While Driving may 2024
52.232-33 payment By Electronic Funds Transfer-system For Award Management oct 2018
52.232-39 unenforceability Of Unauthorized Obligations jun 2013
52.232-40 providing Accelerated Payments To Small Business Subcontractors mar 2023
52.233-3 protest After Award aug 1996
52.233-4 applicable Law For Breach Of Contract Claim oct 2004
52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities nov 2024
52.252-1 solicitation Provisions Incorporated By Reference feb 1998
52.252-2 clauses Incorporated By Reference feb 1998
52.252-5 authorized Deviations In Provisions nov 2020
52.252-6 authorized Deviations In Clauses nov 2020
additional Contract Terms And Conditions Applicable To This Procurement Are:
252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011
252.203-7002 requirement To Inform Employees Of Whistleblower Rights dec 2022
252.203-7005 representation Relating To Compensation Of Former Dod Officials sep 2022
252.204-7003 control Of Government Personnel Work Product apr 1992
252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support jan 2023
252.204-7016 covered Defense Telecommunications Equipment Or Services--representation dec 2019
252.204-7017 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation may 2021
252.204-7018 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services jan 2023
252.204-7019 notice Of Nist Sp 800-171 Dod Assessment Requirements nov 2023
252.204-7020 nist Sp 800-171 Dod Assessment Requirements nov 2023
252.204-7022 expediting Contract Closeout may 2021
252.204-7024 notice On The Use Of The Supplier Performance Risk System mar 2023
252.223-7008 prohibition Of Hexavalent Chromium jan 2023
252.225-7012 preference For Certain Domestic Commodities apr 2022
252.225-7048 export-controlled Items jun 2013
252.225-7055 representation Regarding Business Operations With The Maduro Regime may 2022
252.225-7056 prohibition Regarding Business Operations With The Maduro Regime jan 2023
252.225-7059 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region-representation jun 2023
252.225-7060 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region jun 2023
252.232-7003 electronic Submission Of Payment Requests And Receiving Reports dec 2018
252.232-7006 wide Area Workflow Payment Instructions jan 2023
252.232-7010 levies On Contract Payments dec 2006
252.237-7010 prohibition On Interrogation Of Detainees By Contractor Personnel jan 2023
252.239-7009 representation Of Use Of Cloud Computing sep 2015
252.239-7010 cloud Computing Services jan 2023
252.244-7000 subcontracts For Commercial Products Or Commercial Services nov 2023
252.246-7008 sources Of Electronic Parts jan 2023
252.247-7023 transportation Of Supplies By Sea--basic oct 2024
this Announcement Will Close At 10:00 Am Hst (hawaii Standard Time) On 28 February 2025.
Contact Dana Anderson Who Can Be Reached At Via Email Dana.a.anderson2.civ@us.navy.mil. Quotes Shall Be Submitted Electronically Via Email To The Same Address. Oral Communications Are Not Acceptable In Response To This Notice. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
evaluation Criteria: Procedures In Far 13.106 Are Applicable To This Procurement. Award Decision Will Be Based On A Combination Of Price And A Determination Of Responsibility.
price: Quoters Shall Submit A Price For Each Item Listed In This Notice. In Determining Whether A Price Is Fair And Reasonable, The Government May Use Historical Data, Independent Government Estimates In Its Price Analysis, Or Any Other Technique Permissible By Far 13.106-3 And Far 15.404-1(b).
technical: The Quoters Technical Acceptability Will Be Evaluated Against The Requirements In The Performance Work Statement. The Submittal Of A Quote Will Mean That The Quoter Does Not Take Any Exceptions To The Performance Work Statement Requirements.
responsibility Determination: To Be Eligible For Award Of A Purchase Order Hereunder, The Quoter Must Be Determined By The Contracting Officer To Be A Responsible Prospective Quoter In Accordance With Far 9.1.
the Government May Utilize A Combination Of Various Government Database Repositories Used To Determine That A Contractor Is Responsible. Such Sources Include But Are Not Limited To The Following: Sam, Past Performance Information Retrieval System (ppirs), Contractor Performance Assessment Reporting System (cpars), And/or The Supplier Performance Risk System (sprs)
issuance Of A Purchase Order.
the Government Intends To Evaluate Quotations And Issue A Purchase Order Based Upon Initial Quotations Received. Therefore, The Quoters Initial Quotation Should Contain The Quoters Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Request Revised Quotations From, Or Negotiate Final Purchase Order Terms With Quoters If It Is Later Determined By The Contracting Officer To Be Necessary. However, The Contracting Officer Will Not Establish A Competitive Range, Conduct Discussions, Or Otherwise Utilize The Formal Source Selection Procedures Described At Far Part 15. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Issue A Purchase Order To Other Than The Quoter With The Lowest Price; And Waive Informalities And Minor Irregularities In Quotations Received.
it Is The Quoters Responsibility To Ensure That There Are No Discrepancies Presented Within The Information Contained In Its Quote. Potential Quoters Are Hereby Notified That In The Event There Are Discrepancies Within Information In A Quote Received By The Government, Or In Comparison To Government Information Provided In The Solicitation, The Government Reserves The Right To Apply Its Judgment To Resolve Such Discrepancies During The Evaluation Of The Quotes Without Conducting Discussions.
sam: Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/.
all Quotes Shall Include Price(s), Fob Point, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size, And Payment Terms.
quoters Are Advised That Delays Can Be Experienced With The Governments Email System. Additionally, The Email System Capacity For Each Email Is 10 Mb. Emails Greater Than 10 Mb Will Not Be Delivered And Consequently Will Not Be Considered. Therefore, Quotations Exceeding The Size Limit Must Be Sent Via Multiple Emails. Zip Files Are Not Accepted. Quotes Will Not Be Accepted By Facsimile. Oral Quotes Will Not Be Accepted. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
******* End Of Combined Synopsis/solicitation *******
.
Closing Date28 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0052(rebid) Contract Name : Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0065 Contract Name : Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0066 Contract Name : Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0070 Contract Name : Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 399,280.00 2. P 385,000.00 3. P 282,600.00 4. P 800,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0052(rebid) – Supply & Delivery Of Supply & Delivery Of Fuel For Use In Operations Of Maintenance Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 6,200 Liters Gasoline 2. 25gme0065 – Supply & Delivery Of It Equipment For Use In The Office Of District Engineer (ict-network And Public Information Office), Dpwh-sarangani District Engineer, Sarangani Province Qty/unit Description: 2 Units Laptop (specialized Software Application Use) Processor & Chipset: Core-i7 (13th Gen), Or Its Equivalent, Minimum Of 16 Cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1tb Ssd Display & Graphics: 15.6'' To 16'' Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Wide Screen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. Its Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual Must Be Perpetual And Transferrable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov,ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Mouse: Optical With Mouse Pad (same Brand As The Computer) Carry Case: Manufacture's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Regulatory: Energey Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hardcopy Version Where Available Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within (2) Weeks Or A Service Unit With The Same Or Higher Specification Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 3 Units Ups (1500va) For Admin Server/engas Server Power Ratings: 1500va/1200w, 230v - Input/output Voltage, 10 Minutes Of Backup Power At Half-load, 8 Hours Recharge Time Io Ports: Usb, Rj45/snmp Card Outlets: 4 Power Output/connectors Features: Built-in Automatic Voltage Regulator (avr), Automatic Self-test (built-in), Alarms (online, On Battery, Replacement Battery, And Overload) Software Management Software: Built-in With Media Installer Monitoring Tool And/ Or Diagnostic Software Accessible Via Desktop Application And/or Web Browser Accessories: Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With Rj45 Connector, 5 Meters, Preferably Gray And Adapters Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Ups And Has Been Marketed In The Philippines For The Last Five (5) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A Three (3) Year Warranty For Parts And On-site Labor From The Date Of The Inspection And Acceptance Report Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00 Am - 5:00 Pm) 5 Days A Week (monday-friday) For A Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. 3. 25gme0066 – Supply & Delivery Of Consumables For Use Of Epson Wf-c21000 At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 3 Pcs C21000 Ink Black 2 Pcs C21000 Ink Cyan 2 Pcs C21000 Ink Magenta 2 Pcs C21000 Ink Yellow 3 Pcs C21000 Maintenance Box 4. 25gme0070 – Supply & Delivery Of It Equipment For Use At Construction Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 4 Units Laptop Computer For Specialized Software Use Processor & Chipset: Core -i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32 Gb Ddr5 Storage: 1 Tb Ssd Display & Graphics: 15.6"-16 Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd Cooling System: Integrated Cooling System I/o Ports: 3 Usb (2 Type-a And I Type-c), Hdmi/displayport, Audio Port, Ethernet (rj-45 Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov. Ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines Accessories Specification Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standards Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-metter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop. Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Laptop (except For The Headset), Manufacturer Installed And New. The Suppliers Is Not Allowed To Change Of Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufactured Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Suppliers Must Return The Unit Within Two (2) Weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, 3 And 4. Bidders Should Have Completed 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29 – May 06, 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: Project No. 1, 2, 3 Php 500.00 Project No. 4 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before May 06, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On May 06, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On May 06, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office 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. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: April 29 – May 05, 2025 R12.14 Rpa/rgs
Closing Date6 May 2025
Tender AmountPHP 385 K (USD 6.8 K)
4831-4840 of 5160 archived Tenders