Cloud Tenders
City Of Tayabas Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-056 Supply And Delivery Of Construction Materials For Improvement/concreting Of City Road/line Canal - Brgy. Lita, City Of Tayabas 1. The City Government Of Tayabas, Through The 20% Development Fund 2025intends To Apply The Sum Of Two Million One Hundred Fifty-nine Thousand Thirty-four Pesos And 80/100 (php 2,159,034.80) Being The Abc To Payments Under The Contract For Project # 25-056 Supply And Delivery Of Construction Materials For Improvement/concreting Of City Road/line Canal - Brgy. Lita, City Of Tayabas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Delivery Schedule. Bidders Should Have Completed, Within Five (5) Year 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. 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 City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 14, 2025 (monday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On April 21, 2025 (monday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before May 05, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 05, 2025 (monday), 10:01 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. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabasreserves 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 Sections35.6 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: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Quezon (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Improvement/ Concreting Of City Road/ Line Canal- Brgy. Lita, City Of Tayabas 1. Box Welding Rod (20kgs) 1 2. Kgs #16 Gi Tie Wire 96 3. Pcs 0.35mm Corrugated Gi Sheet/mtr 30 4. Pcs 1.5mm Thk X 50mm X 100mm X 6m Cee Purlins 10 5. Pcs 11.50mm Thk X 1.20m X 2.40m Marine Plywood 39 6. Pcs 12mm Dia. X 6m Rsb Std. 18 7. Pcs 150mm X 150mm X 3.6m Coco Lumber 10 8. Pcs 16mm Dia. X 6m Rsb Std. 751 9. Unit 2.40m X 2.40m Tarpaulin 1 10. Pcs 200-ltr Capacity Plastic Container 4 11. Pcs 3' X 2' Safety Signages (refer Details To Ceo) 4 12. Pcs 50mm X 150mm X 3.6m Coco Lumber 30 13. Pcs 50mm X 200mm X 3.6m Coco Lumber 35 14. Pcs 50mm X 50mm X 3.6m Coco Lumber 113 15. Pcs 50mm X 75mm X 3.6m Coco Lumber 194 16. Pcs 5mm Thk X 1.20m X 2.40m Marine Plywood 10 17. Pcs 5mm-thk X 38mm X 38mm X 6m Angle Bar 5 18. Bags Asphalt Sealant 16 19. Roll Caution Tape (yellow) 1 20. Cu M Coarse Aggregate (blended-crushed Gravel And Filler Materials) 63 21. Kgs Common Wire Nail (assorted Size) 39 22. Lit. Curing Compound 159 23. Pcs Diamond Blade Concrete Cutter #14 1 24. Units Dust Mask 20 25. Cu M Filling Materials (aggregates) 63 26. Cu M Gravel 184 27. Liter Grease 1 28. Pairs Hand Gloves 20 29. Roll Laminated Sacks / Roll/8 Ft. 1 30. Lot Miscellaneous (first Aide Kit) 1 31. Rolls Nylon Cord (tysi -0.90mm) 12 32. Bags Portland Cement 1,327 33. Units Safety Goggles 20 34. Units Safety Helmet 20 35. Pairs Safety Shoes 20 36. Units Safety Vest Net Type 20 37. Cu M Sand (s-1) 111 38. Pcs Shovel 5 39. Kgs. Umbrella Nail 2 1/2 2 X-x-x-x-x-x-x----nothing Follows ----x-x-x-x-x-x-x April 14, 2025 ______________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date5 May 2025
Tender AmountPHP 2.1 Million (USD 38.6 K)
Philippine Rural Development Project - PRDP Tender
Publishing and Printing
Philippines
Details: Description The Prdp-pso Through The Department Of Agriculture Regional Field Office 3 Is Hereby Invited Suppliers To Submit Quotations/proposals From The Here-under Requirements, To Wit: Supply And Delivery Of Various Office Equipment To Be Used By Pso North Luzon Staff 10 Units Printer (mega Tank Wireless All-in-one With Adf) Specs: Print, Scan, Copy Printe Speed (a4, Iso): Up To 11/6 Ipm (mono/colour) Wi-fi, Airprint, Mopria Print Service, Direct Wireless Recommended Monthly Print Volume: 159-1,500 Pages Paper Size: A4, A5, A6, Ltr, Lgl, Executive Lgl Operation System Compatibility: Windows 11/10/8.1.7, Macos 11.7.6- 14 Or Later Chrome Os Compact, Space Saving Footprint Auto Document Feeder (adf) Touch Screen Lcd Panel Mobile Cloud Printing Printer Ink 20 Bottles Ink, Gi-71, Black 20 Bottles Ink, Gi-71, Cyan 20 Bottles Ink, Gi-71, Magenta 20 Bottles Ink, Gi-71, Yellow 6 Units Printer (eco Tank All-in-one) Specs: Print, Scan, Copy, Fax With Adf Print Technology: Precision Core Print Head Nozzle Configuration: 400x2 Nozzles Black, 128x3 Nozzles Colour Print Speed (black): Up To 33 Ppm/10.0 Ipm Print Speed (colour): Up To 15 Ppm/5.0 Ipm Copy Speed: Up To 7.7 Ipm (black), 3.8 Ipm (colour) Scan Type: Flatbed Colour Image Scanner Paper Size: Legal, Letter, A4, B5, A5, B6, A6 Optical Resolution: 1200x2400 Dpi Connectivity: Usb, Wi-fi, Wi-fi Direct, Ethernet Operating System Compatibility: Windows Xp/xp Professional/vista/7/8/8.1/10 Windows Server 2003/2008/2012/2016/2019 Mac Os X 10.6.8 Or Later Printer Ink 12 Bottles Ink, 003, Black, 65ml 12 Bottles Ink, 003, Yellow, 65ml 12 Bottles Ink, 003, Magenta, 65ml 12 Bottles Ink, 003, Cyan, 65ml 2 Units 2 Cells 2650mah Battery For Canon Eos 70d Sku: Bph6672 Condition: Replacement, Brand New Voltage: 7.4v Capacity: 2650mah Number Of Cells: 2 Cells Cell Type: Li-ion Color: Black 3 Pcs Memory Card (extreme Pro 200 Mb/s Uhs-i Sdxc-sdsdxxd-256g-gn4in Storage Capacity: 256gb Max Read Speed: 200 Mb/s Records Full Hd,3d And 4k Video Built-in Write-protect Switch 1 Unit 60"/1.5m Carbon Fiber Tripod 17.6lbs Load With 360 Degree Ball Head, Quick Release Plate, Detachable Monopod For Slr Dslr C2250c0 (ba225) High-end Carbon Material, Easy To Adjust-portable, 360° Panoramic Ball Head, Detachable Monopod, Low-angle Photography 6 Units Portable Solid State Drive (2tb T7 Touch Mu-pc2t0k) 1 Unit 4d Lateral Cabinet Steel 4 Layer Lateral Cabinet Central Lock With 2 Keys 900x450x1380 Mm Color: Gray Other Information 1. Bidders Are Required To Read The Instructions And Fill All The Blanks In Typewritten Form Or Written Legibly In Permanent Ink. 2. Deadline For Submission Of Quotations/ Bids Shall Be On Date: May 29, 2025; Time: 10:00 Am 3. Delivery/ Construction/ Labour Period/ Services To Be Rendered Shall Be Seven (7) Calendar Days Upon The Receipt Of The Approved Purchase Order / Work Order / Job Order, Unless A Different Period Is Specified. 4. Prospective Bidders / Suppliers Are Required To Use This Official Quotation Form In The Accomplishment Of Their Quotations/ Bid Proposals. 5. Any Specifications Other Than Those Required/stated In This Form Shall Not Be Considered In The Evaluation Of The Quotation/ Bid/ Award. 6. Quotations Must Include All Kinds Of Taxes For The Item/s Listed Hereunder, Including Delivery Charges. 7. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days From The Deadline For Submission Of Quotations. 8. Quotations/ Proposals Shall Be Submitted To The Office Of The Bac Secretariat, City Of San Fernando, Pampanga. 9. Only Sealed Quotations Shall Be Accepted. 10. The Bidder Is Required To Affix His Signature Across The Flap Of The Sealed Envelope. 11. Awarding Shall Be Done By Lot, Unless So Specified To Be Awarded By Line Item. 12validity Of Stocks Shall Be 60 Calendar Days From The Date Of The Opening Of Bids. 13. Request For Quotation Shall Be Accompanied By A Certified True Copy Of Mayor’s Permit & Philgeps Registration Number 14. Any Alteration Without Counter Signature Shall Be Rejected Or Disqualified. 15. Payments Shall Be Made Pursuant To Dbm Rules And Regulations On Implementation Of The Expanded Modified Direct Payment Scheme (exmdps) For Accounts Payable Due Creditors/payees Of All National Government Agencies (ngas). As Such, Creditors/payees Are Advised To Open Current Or Savings Account (ca/sa) With Any Branch Of Land Bank Of The Philippines Which Is The Authorized Mds-gsb Of Department Of Agriculture Region Iii. For Creditors/payees, Where Opening Of Current Or Savings Account (ca/sa) With Land Bank Of The Philippines Is Not Feasible Or Difficult Due To Company Policy, They Shall Be Advised To Open Account With Any Of The Banks Included In The Electronic Participating Clearing System (epcs) Upon Which Payment Of Their Claims Shall Be Made Through Bank Transfer And Any Bank Charges Shall Be Charged To Their Account. 16. Warranty Shall Be For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies & Materials, Minimum Of One (1) Year For Non-expendable Supplies After Acceptance By The Procuring Entity Of The Delivered Supplies. Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button. For Any Information, Pls. Contact: Abigail P. Beltran Head, Bac Secretariat Diosdado Macapagal Government Center Brgy. Maimpis, City Of San Fernando, Pampanga Dr. Arthur D. Dayrit Bac Chairperson
Closing Date29 May 2025
Tender AmountPHP 500 K (USD 8.9 K)
City Of Tayabas Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-037 Supply And Delivery Of Construction Materials For Improvement/concreting Of Farm To Market Road - Brgy. Isabang, City Of Tayabas 1.the City Government Of Tayabas, Through The 20% Df Continuing 2025 Intends To Apply The Sum Of One Million Seven Hundred Twenty-nine Thousand Eight Hundred Twenty-four Pesos And 34/100 (php 1,729,824.34) Being The Abc To Payments Under The Contract For Project # 25-037 Supply And Delivery Of Construction Materials For Improvement/concreting Of Farm To Market Road - Brgy. Isabang, City Of Tayabas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Delivery Schedule. Bidders Should Have Completed, Within Five (5) Year 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. 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 City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 28, 2025 (friday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of One Thousand Pesos (p 1,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6.the City Government Of Tayabas Will Hold A Pre-bid Conference[] On March 07, 2025 (friday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 19, 2025 (wednesday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On March 19, 2025 (wednesday), 10:01 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.the Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11.the City Government Of Tayabas 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 Sections35.6 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: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Quezon (042)-797-3778 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Supply And Delivery Of Construction Materials For Improvement/concreting Of Farm To Market Road - Brgy. Isabang, City Of Tayabas 1. Box Welding Rod (20kgs) 1 2. Kgs #16 Gi Tie Wire 211 3. Lm 0.35mm Corrugated Gi Sheet 30 4. Pcs 1.5mm Thk X 50mm X 100mm X 6m Cee Purlins 10 5. Pcs 10mm Dia. X 6m Rsb Std. 43 6. Pcs 11.50mm Thk X 1.20m X 2.40m Marine Plywood 67 7. Pcs 12mm Dia. X 6m Rsb Std. 1,529 8. Pcs 150mm X 150mm X 3.6m Coco Lumber 10 9. Pcs 16mm Dia. X 6m Rsb Std. 259 10. Unit 2.40m X 2.40m Tarpaulin 1 11. Pcs 200-ltr Capacity Plastic Container 6 12. Pcs 3' X 2' Safety Signages 4 13. Pcs 50mm X 150mm X 3.6m Coco Lumber 30 14. Pcs 50mm X 200mm X 3.6m Coco Lumber 40 15. Pcs 50mm X 50mm X 3.6m Coco Lumber 51 16. Pcs 50mm X 75mm X 3.6m Coco Lumber 203 17. Pcs 5mm Thk X 1.20m X 2.40m Marine Plywood 10 18. Pcs 5mm-thk X 38mm X 38mm X 6m Angle Bar 5 19. Bags Asphalt Sealant 1 20. Roll Caution Tape (yellow) 1 21. Cu.m. Coarse Aggregate (blended-crushed Gravel And Filler Materials) 14 22. Kgs Common Wire Nail Asstd 34 23. Kgs Concrete Nail Asstd 35 24. Pcs Cutting Disc #14"(metal) 4 25. Pcs Diamond Blade Concrete Cutter #14 1 26. Unit Dust Mask 13 27. Cu.m. Filling Materials (aggregates) 14 28. Cu.m. Gravel 105 29. Liter Grease 1 30. Pcs Hacksaw Blade 10 31. Pairs Hand Gloves 13 32. Roll Laminated Sacks / Roll/8 Ft. 1 33. Sets Miscellaneous (medicine Cabinet First Aide Kit) 1 34. Pcs Nylon Cord (tysi -0.90mm) 22 35. Pcs Plastic Pail 7 36. Bags Portland Cement 774 37. Unit Safety Goggles 13 38. Unit Safety Helmet 13 39. Pairs Safety Shoes 13 40. Unit Safety Vest Net Type 13 41. Cu.m. Sand (s-1) 61 42. Pcs Shovel 5 43. Kgs Umbrella Nail 2 1/2 2 X-x-x-x-x-x-x----nothing Follows ----x-x-x-x-x-x-x February 28, 2025 ______________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date19 Mar 2025
Tender AmountPHP 1.7 Million (USD 30.1 K)
City Of Lipa Tender
Security and Emergency Services
Philippines
Details: Description 1.the Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "supply And Installation Of Cctv(facade And Perimeter)-phase 1" With An Approved Budget For The Contract (abc) Eight Hundred Thousand Pesos Only (php 800,000.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Lot Supply And Installation Of Cctv (facade And Perimeter) Scope Of Works: 1.scaffolding Rental - 1 Lot H-frame Set, Clamps, Ladder & Catwalk, Labor And Etc. / Consumables 2.supply And Installation Of Cctv A.bullet Camera 4mp - 9 Pcs High Quality Imaging With 4 Mp Resolution -24/7 Colorful Imaging -support Human And Vehicle Detection -clear Imaging Even With Strong Back Lighting Due To 120 Db Wdr -efficient H.265+ Compression Technology -support On-board Storage Up To 256gb (sd Card Slot) -built-in Microphone For Real-time Audio Security Certifications: Cb (iec 62368-1) Fcc: 47 Cfr Part 15, Subpart B Ce-emc (en 55032, En 61000-3-2, En 50130-4 Ce-rohs (2011/65/eu Ip67 (iec 60529-2013) B.nvr 32 Channel - 1 Unit Up To 32-ch Ip Camera Inputs H.265+/h.265/h.264+/h.264 Video Formats Up To 2-ch@12 Mp Or 3-ch@8 Mp Or 6-ch@4 Mp Or 12-ch@1080p Decoding Capacity Up To 256 Mbps Incoming Bandwidth Certifications: Part 15 Subpart B, Ansi C63.4-2014 En 55032: 2015, En 61000-3-2, En 61000-3-3, En 50130-4, En 55035: 2017 C. Monitor 43" - 1 Unit 43'' Fhd Monitor Light And Cost-effective Plastic Housing Suitable For Continuous 24/7 Operation 178°h/178°v Extra-wide Viewing Angle For Overall Viewing Performance High Fidelity Digital Processing For A Brilliant And Vivid Video 8ms Fast Response Time With No Image Blurring Or Ghosting Support Multiple Signal Inputs Such As Hdmi, Vga And Usb Built-in Speakers Physical Button And Infrared Remote Dual Control Mode Certifications: Ce/fcc D. Hard Disk 8tb Hdd - 2 Units Hdd 8tb Internal Hard Drive Hdd 3.5 Inch Sata 6gb/s 7200 Rpm 256mb Sanitize Instant Erase (sie) And Self-encrypting Drive (sed) E.24 Port Gigabit Smart Poe Switch - 2 Units 24 X Gigabit Poe Rj45 Ports 1 × Gigabit Rj45 Port 1 X Gigabit Fiber Optical Port Total Poe Power Budget 230 W Unified Cloud Management For Security Systems Network Topology At Your Fingertips Remote Troubleshooting Visualized Topology Management Up To 300 M Long-range Poe Transmission 6 Kv Surge Protection Certifications: Cb (iec 62368-1: 2014, Second Edition) Ce-emc (en 55032: 2015+a11: 2020, En 50130-4: 2011+a1: 2014) Ce-rohs (2011/65/eu) F.poe Switch 16 Port - 4 Units 16 10/100/1000mbps Ports Innovative Energy-efficient Technology Saves Power Consumption Supports Mac Address Self-learning, Auto Mdi/mdix And Auto Negotiation Plug & Play Design Standards:ieee 802.3i, Ieee 802.3u, Ieee 802.3ab , Ieee 802.3x Certifications:fcc, Rohs G.poe Switch 8 Port - 4 Units Eight 10/100/1000mbps Rj45 Ports Equipped With Four 802.3af/at Poe+ Ports With Up To 30w For Each Port, Data, And Power Can Be Transferred On One Single Cable Supports Poe Power Up To 64 W For All Poe Ports* Provides Network Monitoring, Traffic Prioritization, Vlan Features, And Poe Auto Recovery Simple Network Set-up On Top Of Plug-and-play Connectivity Standards: Ieee 802.3i, Ieee 802.3u, Ieee 802.3ab, Ieee 802.3af, Ieee 802.3x, Ieee 802.1q, Ieee 802.1p, Ieee 802.3at Certifications: Fcc, Ce, Rohs H.access Point (wireless) - 6 Units Up To 150mbps On 5ghz Wireless Data Rates 23dbi High-gain Directional Antenna And A Dedicated Metal Reflector, Ideal For Long-distance Wireless Transmission Up To 20km Excellent Beam Directivity, Improved Latency And Noise Cancellation Innovative Snap-lock Parts Make For Fast Assembly And A Sturdy Structural Design Keeps Stable Even In Strong Winds Durable Ip65 Weatherproof Enclosure Along With 15 Kv Esd And 6 Kv Lightning Protection Ensures All-weather Suitability -improves Throughput, Capacity And Latency Performance -gives Administrators A Free, Centralized Management System Passive Poe Supports To Allow Flexible Deployment And Convenient Installation Certifications: Ce, Fcc, Rohs, Ip65 I.ups 1kva - 1 Unit 1kva, Floor/wall Mount,230v, 4x Universal Outlets, Avr Standards: En/iec 62040-1:2019/a11:2021 En/iec 62040-2:2006/ac:2006 En/iec 62040-2:2018 Certifiactions: Ce J. Tv Wall Bracket - 1 Set Tv Wall Bracket For 43 In Monitor 2. Wires/cables/conduits - Lot Materials Needed For Installation Such As Moldings, Pipes, Adhesives, Cables Brackets, Paint, Clamps Etc 800,000.00 Note: Kindly Indicate The Brand On Your Quotation. 2.philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3.the Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Batangas State University Lipa Brgy. Marawoy, Lipa City Batangas 4217 And Shall Be Received By The Committee On Or Before 5:00 Pm Of May 27, 2025. E-mail : Procurement.lipa@g.batstate-u.edu.ph 4.the Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Ms. Evangeline A. Garcia Head, Procurement Office Batangas State University Lipa Brgy. Marawoy, Lipa City Batangas 4217 (043)779-8400 Loc 3105/0917-129-3813
Closing Date27 May 2025
Tender AmountPHP 800 K (USD 14.3 K)
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Others
United States
Description: 5/1/25 Amendment 1:
the Purpose Of This Amendment Is To Incorporate Attachment 2 - Questions And Answers Into The Rfi Announcement.
all Responses Shall Be Submitted Electronically Via Email To Ricardo Santos-concepcion, Ricardo.santos-concepcion@nasa.gov And Joshua Klein, Joshua.m.klein@nasa.gov No Later Than May 23, 2025, At 5:00pm Eastern Time. Please Reference 80ksc025zls001l/astronaut Crew Rescue Services In Any Response.
original Rfi:
the National Aeronautics And Space Administration (nasa)/kennedy Space Center (ksc) Is Hereby Soliciting Information From Potential Sources For Astronaut Crew Rescue Services.
nasa/ksc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi) For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For Astronaut Crew Rescue Services. The Government Reserves The Right To Consider A Small, 8(a), Women-owned Small Business (wosb), Service-disabled Veteran-owned Small Business (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received.
background/description
nasa Has A Need For Astronaut Crew Rescue Services For Commercial Crew Program (ccp) Missions. Ccp Is Responsible For Astronaut Crew Rescue During Off-nominal Situations Beyond The Requirements Of Ccp Mission Providers. Ccp Requires Rescue Forces During Launch, Free Flight, And Landing Phases. Currently, The Department Of Defense (dod) Provides Nasa With Rescue Support.
astronaut Crew Rescue Services Include Real-time Communication With Nasa, Astronaut Crew Retrieval, And Basic Medical Care During Transportation To Medical Facilities To Ensure The Safety Of The Astronaut Crew. Astronaut Crew Retrieval Entails Rescuers Approaching The Capsule And Potentially Opening The Hatch And Assisting The Crew In Egress If They Are Unable To Themselves. Immediate Response Is Needed During The Launch, Free Flight, And Landing Phases Of Ccp Missions. During These Phases, Nasa Requires Astronauts Crew Rescue Services In Designated Areas. The Timing Requirement For Astronaut Crew Rescue Services Is Dependent On The Location Of The Rescue Area.
rescue Coverage For Launch Is Expected Along The Ascent Corridor Which Runs From The Launchpad At Ksc, Up The Coast Of The Us And Canada, And Across To The Coast Of Ireland. For Free Flight And Landing, Ccp Designates Landing Zones Requiring Rescue Coverage. Currently, The Designated Landing Zones Are Covered Utilizing Staged Rescue Forces. However, Nasa Is Open To Industry Ideas For Providing This Coverage.
astronaut Crew Rescue Services Are Anticipated To Be Needed For All Upcoming Ccp Missions Starting In 2026 (approximately 2 Missions Per Year) Through 2030; The Current Life Of The International Space Station.
definitions
render Assistance: The Process Of Locating The Astronaut Crew, Proceeding To Their Position, Opening Hatch(es) Without Astronaut Crew Assistance, And Providing Initial Medical Care And Sustenance Until Additional Assets Arrive To Complete The Rescue Effort. This Could Include, But Does Not Necessitate, Egress Of The Astronaut Crew Into A Raft For Care And Sustenance. For Requirements Where The Timeframe To Render Assistance Is Defined, The Clock Stops When The Spacecraft Hatch Is Opened, But The Contractor’s Responsibility To Retrieve The Astronaut Crew And Escort Them To A Medical Care Facility Continues.
rescue: The Process Of Locating The Astronaut Crew, Proceeding To Their Position, Egressing The Astronaut Crew, Providing Initial Medical Care, And Initiating Transport To Definitive Medical Care.
surface Rescue Forces: The Pararescuemen Or Other Equivalent Forces That Will Be Performing The Rescue Or Rendering Assistance To The Astronaut Crew. These Forces Must Have All The Requisite Training To Infill To The Rescue Location And Provide Required Medical Care To The Astronaut Crew In Situ. All Forces Trained To The Identical Technical Level And Capability.
pad Abort: The Activation Of The Spacecraft’s Abort System To Separate It From The Launch Vehicle While It Is Sitting On The Launch Pad.
ascent Abort: The Activation Of The Spacecraft’s Abort System To Separate It From The Launch Vehicle While It Is Enroute To Orbit.
mode 1: Render Assistance To The Astronaut Crew Within 2 Hours Of Notification And Rescue The Astronaut Crew Within 4 Hours When A Pad Abort With Landing Occurs Within 20 Nm Of The Launch Pad.
mode 2: Render Assistance To The Astronaut Crew Within 24 Hours Of Notification Following An Ascent Abort After Liftoff And Before Achieving Orbital Insertion, Where Water Landing Occurs More Than 20 Nm From The Launch Pad. Mode 2 May Occur Anywhere Along The Ascent Corridor (see Attachment).
mode 3: Render Assistance To The Astronaut Crew In Pre-defined Water Regions Around The World Within 24 Hours Of Notification Of An Emergency During Planned Free-flight Orbital Operations.
definitive Medical Care Facility (dmcf): Any Time Transport To A Dmcf Is Required, Decision Authority On Which Dmcf To Transport To Lies With Nasa If Options Exist. The Decision Will Be Made In Consultation With The Contractor Providing Astronaut Crew Rescue.
astronaut Crew Rescue Requirements
the Complete Astronaut Crew Rescue Requirements Are To Be Defined. Requirements Contemplated Include But Are Not Limited To The Following, Which Are Based On The Best Information Available At The Time Of Publication And Are Subject To Revision:
aero-medical Evacuation (airevac) At The Pad: Provide Local Airevac Support To Transport Up To 4 Injured Personnel To A Nasa Predefined Dmcf In The Event Of A Contingency At The Pad. This Includes In-flight Care For Injured Astronaut Crew. Airevac Will Be On Alert Starting At L-4 Hours And Will Remain On Alert Until Launch Or Released By Nasa In The Event Of A Launch Scrub. Airevac Support Must Be On 15-minute Alert And Be Able To Arrive At A Defined Triage Site Near The Launch Pad Within 30 Minutes Of Request.
pad Abort: Provide All The Resources Necessary To Cover Mode 1 Day Or Night, Any Day Of The Year. The Contractor Must Infill All Surface Rescue Forces And Equipment Necessary To Render Assistance And Rescue Within The Prescribed Mode 1 Time. Once Enroute To A Dmcf, Transportation Must Be Less Than An Hour.
astronaut Crew Advocate: Provide A Representative With Pararescuemen-like Qualifications To Stay With The Astronaut Crew Upon Arrival At A Dmcf Until Handover To A Nasa Representative.
perform All Search And Rescue (sar), Rescue, And Airevac Operations In All Lighting Conditions (day And Night) And All Prescribed Weather Conditions. Limitations Could Include Cloud Ceilings, Surface Winds, Or Wave Heights. Note: Respondents Are Requested To Identify Additional Or Differing Limitations In Their Capability Statement.
perform Manual Up-righting Of The Capsule Should It End Up In Stable 2 (upside Down) Or Stable 3 (on Its Side) Orientation After Splashdown.
equipment:
provide All Necessary Equipment To Support The Astronaut Crew Rescue. This Includes All Equipment Needed To Safely Approach The Capsule, Stabilize The Capsule To Assist Crew Egress, And Provide Long Term Medical Care From The Time The Surface Rescue Forces Reach The Capsule Until The Astronaut Crew Is Delivered To A Dmcf. Equipment Potentially Includes, But Not Limited To, Planes, Helicopters, Ships, Boats, Slings, Rescue Basket, Medical Supplies, Etc.
store And Maintain All Rescue Equipment. Note: Respondents Are Requested To Identify Commercial Maintenance Practices Including Maintenance Schedules.
communication:
provide Personnel On-station During Launch Capable Of Interfacing With Nasa Personnel. A Main Point Of Contact Must Be Assigned For Nasa To Request A Rescue In The Event Of A Contingency. The On-station Personnel Must Be Able To Direct All Surface Rescue Forces And Assets And Communicate Back To Nasa The Status Of Ongoing Operations. To Effect The Rescue, Nasa Will Provide Near-real-time Spacecraft Status To The Contractor And Best-known Landing Location If Rescue Is Required. At A Minimum, Nasa Will Provide Spacecraft Position And Altitude, Velocity, Splashdown Time, And Elements To Aid Situational Awareness Of The Capsule.
communication Methods Must Have Secure Channel Capability To Discuss Private Medical Concerns Between The Surface Rescue Forces And Designated Nasa Personnel.
communication Methods Utilized Must Be National Incident Management System (nims) Compliant.
provide Communication On Prespecified Comm Paths (i.e., Voice Communication Via Military Air Distress (mad) Uhf 243.0 Mhz, International Air Distress (iad) Vhf 121.5 Mhz, Satellite Phone, Etc.) Between Surface Rescue Forces, The Astronaut Crew, And Spacecraft.
coordinate With Department Of Defense (dod), United States Coast Guard (uscg), And Others Who May Assist With The Operation.
nasa Will Provide Access To Voice Channels Utilized For Ccp Missions To Enhance Communication.
training:
the Contractor Must Train Their Surface Rescue Forces To Support Ccp Missions. Training Capabilities Must Include Hazard Analysis; Suit Removal; Pre-hospital Space Medicine Care Course; Hatch And Door Operations; Ground Support Equipment Installation; Assisted Egress Through Both Door And Hatch; And Up-righting Of Capsule. Note: Respondents Are Requested To Identify How Many Times A Year The Training Units Are Required To Train To Support 2 Missions Per Year.
the Contractor Must Provide And Maintain Their Surface Rescue Forces Pararescueman Qualification/certification Training (or Dod/civilian Equivalents). Training Includes But Is Not Limited To Fundamentals Of Space Medicine, Kinetics Of Trauma & Mechanisms Of Injury, Decompression-related Disorders And Hazardous Gas Exposure And Treatment.
perform A Full Mission Profile (fmp) Exercise Which Is An End-to-end Training Event, As An Initial Validation Of The Entire Operation And Comms To Validate Rescue Operations, And As Needed To Maintain Proficiency And Currency. Note: Respondents Are Requested To Identify Frequency Required To Maintain Proficiency And Currency In Their Capability Statement.
provide Training Certifications And Support Verification Of Non-space Related Training Such As Jump Training, Medical Training, Etc. For Nasa To Verify Proficiency.
nasa Will Provide Access To Training Capsules For The Contractor To Use For Training Sessions.
medical Care:
provide Surface Rescue Forces With A Minimum Of 1 Rescuer To 1 Astronaut Ratio To Deliver Independent Advanced Life Support Management Of Astronauts With Spaceflight Physiologic Adaptations, Polytrauma, Toxicologic And Medical Emergencies In A Pre-hospital Setting. This Includes The Capability To Provide Prolonged Field Care, Airevac And Enroute Care. Care Includes But Is Not Limited To Hemorrhage Control, Advanced Airway Management Including Intubation, Fluid Resuscitation To Include Blood Administration, With An Emphasis On Advanced Cardiac Life Support And Pre-hospital Advanced Trauma Life Support. Provide Continuous Medical Care At The Capsule, While Awaiting Exfil, Onboard A Selected Rescue Asset, And Enroute To A Dmcf. The Rescuer-to-astronaut Crew Ratio Must Be Maintained For Extended Periods While Astronaut Crew And Rescuers Are Waiting For Exfil And Through Exfil Complete To A Dmcf, While Allowing For Any Necessary Breaks For The Surface Rescue Forces.
provide And Administer Low Titer Group O Whole Blood (ltowb) Or Equivalent Blood Components. At Least Two Units Of Ltowb, Or Equivalent Blood Products, Per Astronaut Crewmember Must Be Prepositioned With The Surface Rescue Forces At Staging Areas For Immediate Deployment With Specialized Medics.
transport Any Human Remains To A Defined Point For Transit To Dover Air Force Base (afb).
as Emergency Rescues May Take Place At Any Point Along The Ascent Corridor Or Worldwide, Provide Personnel Able To Practice Medicine Across State Lines.
provide An Overall Medical Control That Oversees Medical Operation. The Medical Control Will Provide Medication, Oversee Medical Procedures, And Take Guardianship Of The Astronaut Crew. A Licensed Medical Doctor Must Be Employed For The Pararescuemen (pj) Surface Rescue Forces (or Equivalents) To Operate Under.
provide Nasa, And Its Support Services Contractor(s), Insight Into Air Assets Certification, Airworthiness, Etc. Per Federal Agency Guidelines For Government Readiness Verification For Mission Support. This Includes Access To Training Activities, The Contractor’s Communication Room, And To Other Key Operational Events Or Locations As Required For Insight Or Oversight.
meet Badging Requirements To Obtain Access To Any Locations That May Be Required To Support Rescue Operations (i.e., Kennedy Space Center, Cape Canaveral Space Force Base, Etc.)
provide A Readiness Report At L-1 Month Before A Mission. The Report Details Readiness Of The Contractor To Support The Mission Across All Areas, Including Surface Rescue Forces, Transportation Assets, Medical Capability, Equipment, Communication, And Any Other Areas.
optional Astronaut Crew Rescue Requirements
respondents Are Requested To Indicate In Their Capability Statements If They Have The Capability To Perform The Below Requirements. Please Include A Description Of The Approach To Perform The Requirements.
ascent Abort: Provide All The Resources Necessary To Cover Mode 2 Day Or Night, Any Day Of The Year. The Contractor Must Infill All Surface Rescue Forces And Equipment Necessary To Render Assistance Within The Prescribed Mode 2 Time. The Mode 2 Surface Rescue Forces Will Be On Alert From T-0 Until Orbital Insertion. The Surface Rescue Forces Will Provide Care To The Astronaut Crew While Exfil Is Arranged And Through Delivery Of The Astronaut Crew To Dmcf. Note: Respondents Are Requested To Identify In Their Capability Statement Their Ability To Coordinate With The Dod To Utilize The National Sar Network To Arrange An Exfil Of The Surface Rescue Forces And The Astronaut Crew And Keeping Nasa Informed Of Developing Operations.
mode 2 And 3 Rescue: Provide All The Resources Necessary To Cover Mode 2 And Mode 3 Day Or Night, Any Day Of The Year In Support Of The Following Timings: At Launch, The Surface Rescue Forces Will Be On Alert From T-0 Until Successful Docking And Hatches Opened. At Landing, The Surface Rescue Forces Will Be On Alert From Undocking Until Nominal Splashdown. The Surface Rescue Forces Will Provide Care To The Astronaut Crew While Exfil Is Arranged And Through Delivery To A Dmcf. Note: Respondents Are Requested To Identify In Their Capability Statement Their Ability To Coordinate With The Dod To Utilize The National Sar Network To Arrange An Exfil Of The Surface Rescue Forces And The Astronaut Crew.
staging Phase Abort: Provide Additional Resources To Render Assistance To The Astronaut Crew Within 4 Hours And Rescue The Astronaut Crew Within 8 Hours For Aborts That Take Place In The Staging Area. The Surface Rescue Forces Will Be On Alert From T-0 To Orbital Insertion. Ccp Missions Nominally Have A Relatively Higher Risk Area Of Abort At The Staging Phase Of Flight That Usually Fall Into Mode 2. Flight Locations Are Approximately 300 Miles East Of Charleston And/or 300 Miles East Of New York.
requested Information
responses To This Notice Are Not Offers And Cannot Be Accepted By Nasa To Form A Binding Agreement Or Contract. Nasa Is Under No Obligation To Issue A Solicitation Or To Enter Into Any Agreement Or Award Any Contract On The Basis Of This Rfi. No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis.
nasa Reserves The Right To Share All Information Received In Response To This Rfi Throughout The Government, And Its Support Services Contractors, To Use All Information Submitted In The Development Of Any Potential Future Requirements Related To Initiatives Described Herein. Responses To This Rfi May Include Competition Sensitive Data Requiring Protection, Which Should Be Clearly Segregated And Marked As Sensitive. Nasa Is Not Requesting Export-controlled Data That Requires Protection. However, If It Is Necessary To Submit Export-controlled Data To Answer Any Of The Questions In This Rfi, That Data Should Be Clearly Segregated And Marked As Sensitive. Additionally, Any International Traffic In Arms Regulations (itar) Or Export Administration Regulations (ear) Restricted Information Should Be Appropriately Labeled In Response To The Rfi. Nasa Will Protect Such Data From Public Disclosure To The Extent Permitted Under The Freedom Of Information Act (foia) And Other Laws And Regulations. Although Information Contained Herein Represents Current Program Content, It Is Subject To Change.
interested Firms Having The Capabilities To Provide These Services Should Submit A Capability Statement Of No More Than 50 Pages Indicating The Ability To Perform All Aspects Of The Effort. All Interested Parties Are Requested To Address The Following In Their Capability Statement For Nasa To Determine Industries Current Capabilities And Assist In The Development Of Any Potential Future Requirement.
company’s Name, Address, And Point Of Contact (name, Title, And E-mail Address).
unique Entity Identifier And Commercial And Government Entity (cage) Code.
company’s Size Under Naics, 541990, All Other Professional, Scientific, And Technical Services.
company’s Socioeconomic Status.
ownership, Affiliate Information (as Applicable) Including Parent Company, Joint Venture Partners, Potential Teaming Partners, Prime Contractor (if Potential Subcontractor), Or Subcontractors (if Potential Prime).
interest As A Prime Or Subcontractor.
company’s Specific Capabilities That Are Relevant To The Requirements Contemplated Above. It Is Not Sufficient To Provide Brochures Or Generic Information. Capability Statements Must Include The Company’s Specific Areas Of Interest.
any Contracts Performed During The Last Five Years For Similar Services. Please Describe The Scope Of The Similar Effort. For Each Contract, Identify The Contract Number, Agency Or Customer, Period Of Performance, The Company’s Role, And Contract Or Subcontract Value.
scheduling Process To Define Mission Support Windows.
list Of Assets Available To Support This Effort. Assets Potentially Include, But Not Limited To, Planes, Helicopters, Ships, Boats, And Rescue Forces Personnel. Identify If Assets Are Contractor Owned Or Secured Via Partnerships Or Other Agreements.
recommended Contract Type, Customary Terms And Conditions, And Other Pertinent Information That May Assist Nasa With Establishing Cost-savings Measures As Part Of Its Approach For The Potential Acquisition.
any Published Price Lists, Or Estimated Costs For The Same Or Similar Services Per Mission. Identify The Rough Order Of Magnitude (rom) Costs Per Mission. Identify Any Cost Drivers Related To These Types Of Services. Pricing Information Will Be Used For Market Research Purposes Only.
please Advise If The Service Is Considered A Commercial Or Commercial-type Service. A Commercial Service Is Defined In Far 2.101.
all Responses Shall Be Submitted Electronically Via Email To Ricardo Santos-concepcion, Ricardo.santos-concepcion@nasa.gov And Joshua Klein, Joshua.m.klein@nasa.gov No Later Than May 23, 2025, At 5:00pm Eastern Time. Please Reference 80ksc025zls001l/astronaut Crew Rescue Services In Any Response.
additionally, Nasa Ccp Contemplates One-on-one Meetings With Industry Following Receipt Of Capability Statements. The Purpose Of The One-on-one Meeting Is To Provide Respondents An Opportunity To Elaborate On Any Capabilities Expressed In Their Respective Capability Statements To Enhance Nasa’s Understanding Of Industry Capabilities And Feedback. Meetings Will Take Place Via Teleconference Or Face-to-face And Will Not Exceed One Hour In Length. Respondents Interested In One-on-one Meetings Are Requested To Provide In Their Response The Names, Company Affiliation, And Titles Of Those Who Will Attend. Meetings Are Anticipated To Take Place Within 30 Days After The Closing Date Of This Announcement.
this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
nasa Intends To Publicize A Listing Of Respondents To Facilitate Teaming Arrangements. Should Your Firm Desire Not To Be Included In This Listing, Clearly Indicate This Desire In Your Response.
Closing Date23 May 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Description: 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 Products And Commercial Services," 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) 2023-02
effective: 12/04/2023
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541519.
the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 7b22.
the Naval Research Laboratory (nrl), Located In Washington, D.c. Is Seeking A Gitlab Purchase.
see Attached Schedule Of Supplies/services ___x__ See Chart Below
line Item
description
quantity
170
gitlab Purchase
1
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.
delivery Address:
___x_____ U.s. Naval Research Laboratory
4555 Overlook Ave Sw
washington, Dc 20375
**fob Destination Is The Preferred Method**
estimated Delivery Time: __________________
for Fob Orgin, Please Provide The Following Information:
fob Shipping Point: _______________________
estimated Shipping Charge: _________________
dimensions Of Package(s): ____________________
shipping Weight: __________________________
the Following Far & Dfars Provisions And Clauses As Identified Below Are Hereby Incorporated. Any Far & Dfars Provisions Or Clauses Not Applicable By Their Terms Shall Be Self-deleting. Any Far Or Dfars Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract.
the Full Text Of Far & Dfars Provisions And Clauses May Be Accessed Electronically At
https://www.acquisition.gov. The Clauses And Provisions Identified Below Are To Be Considered The Most Up-to-date Version, As Accessible At Https://www.acquisition.gov/.
52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions
52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-7, System For Award Management
52.204-16, Commercial And Government Entity Code Reporting
52.204-17, Ownership Or Control Of Offeror
52.204-20, Predecessor Of Offeror
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal.
52.204-26, Covered Telecommunication Equipment Or Services - Representation
52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use (apr 2008)
52.212-1, "instructions To Offerors-commercial Items"
52.212-3, "offerors Representations And Certifications-commercial Items And Commercial Services"
52.217-5, Evaluation Of Options
52.219-1, Small Business Program Representations
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation
52.225-18, Place Of Manufacture
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or
Transactions Relating To Iran—representation And Certifications
52.237-1, Site Visit
52.252-1, Solicitation Provisions Incorporated By Reference
nrl Also Includes The Following Provisions That Must Be Completed And Returned By The Offeror:
1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations- Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.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 Far Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
52.212-4, Contract Terms And Conditions-commercial Items
52.203-3, Gratuities (apr 1984)
52.203-12, Limitation Of Payments To Influence Certain Federal Transactions
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards
52.204-18, Commercial And Government Entity Code Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-21, Basic Safeguarding Of Covered Contractor Information Systems
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.219-8, Option To Extend Services
52.217-9, Option To Extend The Term Of The Contract
52.219-28, Post-award Small Business Program Rerepresentation
52.232-1, Payments
52.232-8, Discounts For Prompt Payment
52.232-11, Extras
52.232-23, Assignment Of Claims
52.232-39, Unenforceability Of Unauthorized Obligations
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.243-1, Changes-fixed-price
52.247-34, F.o.b Destination
52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form)
52.249-4, Termination For Convenience Of The Government (services)(short Form)
52.252-2, Clauses Incorporated By Reference
2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -
the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting:
52.204-10
52.209-6
52.219-6
52.222-3
52.222-19
52.222-21
52.222-26
52.222-36
52.222-50
52.223-18
52.225-13
52.232-33
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
the Following Solicitation Dfars Provisions Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Provisions Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation:
252.203-7005, Representation Relating To Compensation Of Former Dod Officials
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7016, Covered Defense Telecommunications Equipment Or Services – Representation
252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation
252.215-7007, Notice Of Intent To Resolicit
the Following Solicitation Dfars Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.204-7003, Control Of Government Personnel Work Product
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications
Equipment Or Services
252.211-7003, Item Unique Identification And Valuation
252.211-7008, Use Of Government-assigned Serial Numbers
252.223-7008, Prohibition Of Hexavalent Chromium
252.225-7013, Duty-free Entry
252.227-7015, Technical Data - Commercial Items
252.227-7037, Validation Of Restrictive Markings On Technical Data
252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.239-7010, Cloud Computing Services
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts For Commercial Items
252.246-7003, Notification Of Potential Safety Issues
252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote.
include Your Company Unique Entity Id And Cage Code/ N Cage Code On Your Quote.
all Quotations Shall Be Sent Via E-mail.
buyer Name: Natalie Waugh, Email: Natalie.f.waugh.civ@us.navy.mil.
please Reference This Combined Synopsis/solicitation Number: N00173-24-q-0027 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 Shall 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. Quoter 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). Emailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Email.
unless Already Completed In Sam.gov, The Following Provision Must Also Be Completed And Returned By The Offeror:
interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13, 2020
instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Offer.
far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It ‘‘does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument’’ In The Provision At 52.204–26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212–3, Offeror Representations And Certifications– Commercial Items.
definitions. As Used In This Provision-backhaul, Covered Telecommunications
equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204–25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense
authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For ‘‘covered Telecommunications Equipment Or Services.’’
(d) Representations. The Offeror Represents That—
it ☐ Will, ☐ Will Not Provide Covered Telecommunications Equipment Or Services To The
government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds ‘‘will’’ In Paragraph (d)(1) Of This Section; And
after Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror
represents That— It ☐ Does, ☐ Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds ‘‘does’’ In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded ‘‘will’’ In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
the Entity That Produced The Covered Telecommunications Equipment (include Entity
name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
a Description Of All Covered Telecommunications Equipment Offered (include Brand;
model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment
and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services—
if The Service Is Related To Item Maintenance: A Description Of All Covered
telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
if Not Associated With Maintenance, The Product Service Code (psc) Of The Service
being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded ‘‘does’’ In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
the Entity That Produced The Covered Telecommunications Equipment (include
entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
a Description Of All Covered Telecommunications Equipment Offered (include
brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
explanation Of The Proposed Use Of Covered Telecommunications Equipment
and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services—
if The Service Is Related To Item Maintenance: A Description Of All Covered
telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
if Not Associated With Maintenance, The Psc Of The Service Being Provided; And
explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
Closing Date6 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Description: 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 Products And Commercial Services," 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) 2023-02
effective: 01/17/25.
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, D.c. Is Seeking To Purchase A Flir Pan-tilt.
_x__see Attached Schedule Of Supplies/services ____ See Chart Below
line Item
description
quantity
______ See Specification Attachment
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.
delivery Address:
___x_____ U.s. Naval Research Laboratory
4555 Overlook Ave Sw
washington, Dc 20375
**fob Destination Is The Preferred Method**
estimated Delivery Time: __________________
for Fob Orgin, Please Provide The Following Information:
fob Shipping Point: _______________________
estimated Shipping Charge: _________________
dimensions Of Package(s): ____________________
shipping Weight: __________________________
the Following Far & Dfars Provisions And Clauses As Identified Below Are Hereby Incorporated. Any Far & Dfars Provisions Or Clauses Not Applicable By Their Terms Shall Be Self-deleting. Any Far Or Dfars Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract.
the Full Text Of Far & Dfars Provisions And Clauses May Be Accessed Electronically At
https://www.acquisition.gov. The Clauses And Provisions Identified Below Are To Be Considered The Most Up-to-date Version, As Accessible At Https://www.acquisition.gov/.
52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions
52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-7, System For Award Management
52.204-16, Commercial And Government Entity Code Reporting
52.204-17, Ownership Or Control Of Offeror
52.204-20, Predecessor Of Offeror
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal.
52.204-26, Covered Telecommunication Equipment Or Services - Representation
52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use (apr 2008)
52.212-1, "instructions To Offerors-commercial Items"
52.212-3, "offerors Representations And Certifications-commercial Items And Commercial Services"
52.217-5, Evaluation Of Options
52.219-1, Small Business Program Representations
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation
52.225-18, Place Of Manufacture
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or
Transactions Relating To Iran—representation And Certifications
52.237-1, Site Visit
52.252-1, Solicitation Provisions Incorporated By Reference
nrl Also Includes The Following Provisions That Must Be Completed And Returned By The Offeror:
1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations- Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.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 Far Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
52.212-4, Contract Terms And Conditions-commercial Items
52.203-3, Gratuities (apr 1984)
52.203-12, Limitation Of Payments To Influence Certain Federal Transactions
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards
52.204-18, Commercial And Government Entity Code Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-21, Basic Safeguarding Of Covered Contractor Information Systems
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.219-8, Option To Extend Services
52.217-9, Option To Extend The Term Of The Contract
52.219-28, Post-award Small Business Program Rerepresentation
52.232-1, Payments
52.232-8, Discounts For Prompt Payment
52.232-11, Extras
52.232-23, Assignment Of Claims
52.232-39, Unenforceability Of Unauthorized Obligations
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.243-1, Changes-fixed-price
52.247-34, F.o.b Destination
52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form)
52.249-4, Termination For Convenience Of The Government (services)(short Form)
52.252-2, Clauses Incorporated By Reference
2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -
the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting:
52.204-10
52.209-6
52.219-6
52.222-3
52.222-19
52.222-21
52.222-26
52.222-36
52.222-50
52.223-18
52.225-13
52.232-33
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
the Following Solicitation Dfars Provisions Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Provisions Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation:
252.203-7005, Representation Relating To Compensation Of Former Dod Officials
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7016, Covered Defense Telecommunications Equipment Or Services – Representation
252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation
252.215-7007, Notice Of Intent To Resolicit
the Following Solicitation Dfars Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.204-7003, Control Of Government Personnel Work Product
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications
Equipment Or Services
252.211-7003, Item Unique Identification And Valuation
252.211-7008, Use Of Government-assigned Serial Numbers
252.223-7008, Prohibition Of Hexavalent Chromium
252.225-7013, Duty-free Entry
252.227-7015, Technical Data - Commercial Items
252.227-7037, Validation Of Restrictive Markings On Technical Data
252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.239-7010, Cloud Computing Services
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts For Commercial Items
252.246-7003, Notification Of Potential Safety Issues
252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote.
include Your Company Unique Entity Id And Cage Code/ N Cage Code On Your Quote.
all Quotations Shall Be Sent Via E-mail.
buyer Name: Natalie Waugh, Email: Natalie.f.waugh.civ@us.navy.mil.
please Reference This Combined Synopsis/solicitation Number: N00173-25-q-0041 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 Shall 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. Quoter 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). Emailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Email.
unless Already Completed In Sam.gov, The Following Provision Must Also Be Completed And Returned By The Offeror:
interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13, 2020
instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Offer.
far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It ‘‘does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument’’ In The Provision At 52.204–26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212–3, Offeror Representations And Certifications– Commercial Items.
definitions. As Used In This Provision-backhaul, Covered Telecommunications
equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204–25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense
authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For ‘‘covered Telecommunications Equipment Or Services.’’
(d) Representations. The Offeror Represents That—
it ☐ Will, ☐ Will Not Provide Covered Telecommunications Equipment Or Services To The
government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds ‘‘will’’ In Paragraph (d)(1) Of This Section; And
after Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror
represents That— It ☐ Does, ☐ Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds ‘‘does’’ In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded ‘‘will’’ In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
the Entity That Produced The Covered Telecommunications Equipment (include Entity
name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
a Description Of All Covered Telecommunications Equipment Offered (include Brand;
model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment
and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services—
if The Service Is Related To Item Maintenance: A Description Of All Covered
telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
if Not Associated With Maintenance, The Product Service Code (psc) Of The Service
being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded ‘‘does’’ In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
the Entity That Produced The Covered Telecommunications Equipment (include
entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
a Description Of All Covered Telecommunications Equipment Offered (include
brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
explanation Of The Proposed Use Of Covered Telecommunications Equipment
and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services—
if The Service Is Related To Item Maintenance: A Description Of All Covered
telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
if Not Associated With Maintenance, The Psc Of The Service Being Provided; And
explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
Closing Date9 Apr 2025
Tender AmountRefer Documents
City Of Tayabas Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-047 Supply And Delivery Of Construction Materials For Improvement/concreting Of City Road/line Canal - Brgy. San Roque Zone Ii, City Of Tayabas 1. The City Government Of Tayabas, Through The 20% Development Fund 2025 Intends To Apply The Sum Of Two Million Seventy-seven Thousand Four Hundred Forty-six Pesos And 44/100 (php 2,077,446.44) Being The Abc To Payments Under The Contract For Project # 25-047 Supply And Delivery Of Construction Materials For Improvement/concreting Of City Road/line Canal - Brgy. San Roque Zone Ii, City Of Tayabas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Delivery Schedule. Bidders Should Have Completed, Within Five (5) Year 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. 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 City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 18, 2025 (tuesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabas Will Hold A Pre-bid Conference On March 25, 2025 (tuesday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before April 07, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 07, 2025 (monday), 10:01 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. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabas 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 Sections35.6 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: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Quezon (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Improvement/concreting Of City Road/line Canal - Brgy. San Roque Zone Ii, City Of Tayabas 1. Kgs Welding Rod 1.00 2. Kgs #16 Gi Tie Wire 181.00 3. Lm 0.35mm Corrugated Gi Sheet 30.00 4. Pcs 1.5mm Thk X 50mm X 100mm X 6m Cee Purlins 8.00 5. Pcs 11.50mm Thk X 1.20m X 2.40m Marine Plywood 50.00 6. Pcs 150mm X 150mm X 3.6m Coco Lumber 10.00 7. Pcs 16mm Dia. X 6m Rsb Std. 1,559.00 8. Unit 2.40m X 2.40m Tarpaulin 1.00 9. Pcs 200-ltr. Capacity Plastic Container 6.00 10. Pcs 3’ X 2’ Safety Signages 4.00 11. Pcs 50mm X 150mm X 3.6m Coco Lumber 30.00 12. Pcs 50mm X 200mm X 3.6m Coco Lumber 30.00 13. Pcs 50mm X 50mm X 3.6m Coco Lumber 51.00 14. Pcs 50mm X 75mm X 3.6m Coco Lumber 143.00 15. Pcs 5mm Thk X 1.20m X 2.40m Marine Plywood 10.00 16. Pcs 5mm Thk X 38mm X 6m Angle Bar 3.00 17. Bags Asphalt Sealant 1.00 18. Roll Caution Tape (yellow) 1.00 19. Cu.m. Coarse Aggregate (blended-crushed Gravel And Filler Materials) 16.00 20. Kgs Common Wire Nail Asstd 24.00 21. Kgs Concrete Nail Asstd 4.00 22. Liters Curing Compound 39.00 23. Pcs Cutting Disc #14” (metal) 6.00 24. Pcs Diamond Blade Concrete Cutter #14 1.00 25. Unit Dust Mask 13.00 26. Cu.m. Filling Materials (aggregates) 16.00 27. Cu.m. Gravel 109.00 28. Liter Grease 1.00 29. Pcs Hacksaw Blade 12.00 30. Pairs Hand Gloves 13.00 31. Roll Laminated Sacks 1.00 32. Sets Miscellaneous (medicine Cabinet First Aide Kit) 1.00 33. Pcs Nylon Cord (tysi -0.90mm) 20.00 34. Pcs Plastic Pail 6.00 35. Bags Portland Cement 809.00 36. Unit Safety Goggles 13.00 37. Unit Safety Helmet 13.00 38. Pairs Safety Shoes 13.00 39. Unit Safety Vest Net Type 13.00 40. Cu.m. Sand (s-1) 65.00 41. Pcs Shovel 5.00 42. Kgs Umbrella Nail 2 ½ 2.00 X-x-x-x-x-x-x----nothing Follows ----x-x-x-x-x-x-x March 18, 2025 ______________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date7 Apr 2025
Tender AmountPHP 2 Million (USD 36.4 K)
Department Of Public Works And Highways - DPWH Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0044 Contract Name : Supply & Delivery Of It Equipment For Use At Administrative Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0045 Contract Name : Supply & Delivery Of It Equipment For Use At Finance 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 224,250.00 2. P 328,900.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0044 – Supply & Delivery Of It Equipment For Use At Administrative Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Desktop Computer Processor & Chipset: Core-i5 (12th Gen), 6-cores And 64-bit Or Its Equivalent Internal/ Memory: 16 Gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Led Display (same Brand As Cpu); 2gb Gddr6 Dedicated Graphics Memory Audio: Integrated Sound Card With Internal/external Speaker Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot I/o Ports: 6 Usb (2 Front, 4 Rear At Least 1 Type-c), Vga, Audio, Hdmi/display Port, Ethernet (rj-45) Network Interface: Integrated Gigabit Ethernet Casing: Two (2) External Drive Bays 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 Labeled 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 Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With 0-45 Connector, 5 Meters, Preferably Color Orange). Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. 4 Units Multifunction Printer Specification Print Technology: Inkjet (color) Print Speed: Maximum Speed Of 30 Ppm Or 17 Ipm; Speed Measured Using A4/letter Size Paper Print Quality: 600 X 600 Dpi Copy Speed: Maximum Speed Of 11.5 Cpm Or 5.5 Ipm; Speed Measured Using A4/letter Size Paper Scan Resolution: 1200 Dpi Scan Features: Multi-sheet Scan To Single Pdf File; Scan To Network Folder; Scan To Usb/memory Device Scan Type: Flatbed And Adf Duty Cycle: 5,000 Pages Per Month Memory: N/a Ink/toner System: Continuous Ink Supply System Or Ink Tank System (original Or Built-in); Refill Must Be Available Nationwide. Certificate Of Authenticity Is Required. Pre-installed Ink Tanks With An Additional Three (3) Standard Ink Refill Bottles Per Color Network Interface: Fast Ethernet Io Ports: Usb 2.0 (type A); Ethernet (rj-45) Paper Handling Duplex Printing: Automatic Two-sided Printing Paper Trays: Two-trays; Standard Input Tray (250 Sheets), Multi-purpose Tray (100 Sheets) Maximum Media Size: Legal (8.5 X 14 In) Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough) Envelopes, Labels, Cardstock, Photo, Brochures. Software Supporter Os: Windows 11, 10 Drivers: Original Cd/dvd Copy Or In Any Electronic Media Storage Accessories Cables And Connectors: All Necessary Cables And Connectors; Patch Cable (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) 1 Unit Document Scanner Specification Scan Technology: Sheetfed Scanner Sensors: Contact Image Sensor (cis); Multi-feed Detection Sensor Scan Speed: 40 Ppm Color Depth: 24-bit Scan Resolution: 600 Dpi Document Processing Function: Optical Character Recognition (ocr) Duty Cycle (daily): 6,500 Pages File Format: Pdf, Searchable Pdf, Jpg, Bmp, Tiff File Destination: Usb, Network Folder, Scan To Email, Scan To Management Software Duplex Scanning: Automatic Two-sided Scanning Network Interface: Gigabit Ethernet Io Ports: Usb 2.0; Ethernet (rj-45) Paper Handling Maximum Media Size: Legal (8.5 X 14 In) Adf Capacity: 80 Sheets Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough), Envelopes, Labels, Cardstock, Photo, Brochures Software Supported Os: Windows 11, 10 Management Software: Pre-installed Scanning Applications Software Drivers: Original Cd/dvd Copy Or In Any Electronic Media Storage Accessories Cables And Connectors: All Necessary Cables And Connectors; Patch Cable (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) 2. 25gme0045 – Supply & Delivery Of It Equipment For Use At Finance Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 2 Units Multifunction Laser Printer (color, A4) General Print Technology: Laser (color) Print Speed: Minimum Speed Of 30ppm; Speed Measured Using A4 Size Paper Print Quality: 600 X 600 Dpi Copy Speed: Minimum Speed Of 30 Cpm; Speed Measured Using A4 Size Paper Scan Resolution: 600 Dpi Scan Features: Multi -sheet Scan To Single Pdf File; Scan To Network Folder; Scan To Usb/memory Device Scan Type: Flatbed And Adf Duty Cycle: 85,000 Pages Memory: 1 Gb Ink/toner System: Genuine Toner (high Yield); Toner Must Be Available Nationwide. Certificate Of Authenticity Is Required. Pre-installed Toner With An Additional One (1) High-yield Genuine Toner Per Color. Network Interface: Gigabit Ethernet Io Ports: Usb 2.0 (type A); Ethernet (rj-45 Paper Handling Duplex Printing: Automatic Two-sided Printing Paper Trays: Two Trays; Standard Input Tray (550 Sheets) , Multi-purpose Tray (100 Sheets) Maximum Media Size: Legal (8.5in X 14in) Media Type: Paper (bond, Light, Heavy,plain,recycled,rough) Envelopes, Labes, Cardstock,photo, Brochures. Software Supported Os: Windows 11, 10 Drivers: Original Cd/dvd Copy Or In Any Electronic Media Storage. Accessories Cables And Connectors: All Necessary Cables And Connectors: Patch Cable (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) Brand And Model: Must Be Globally Recognized Brand Of Printers 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. Regulatory: Energy Star Certified (with Energy Star Stamp), For Printers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. 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 One (1) Year Warranty For Parts And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) Technical Support: The Local Technical Support Through Telephone And Email, 8 Hours Per Day (8:00 - 5:00 Pm), 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 2 Units Desktop Computer Computer Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Ips Display (same Brand As Cpu); Integrated Graphics Memory Audio: Integrated Sound Card With Internal /external Speaker. Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot Cooling System: Air Cooling System I/o Ports: Minimum Of 6 Usb Slots (at Most 1 Type C) , Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Integrated Gigabit Ethernet Casing: Two (2) External Drive Bays 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 Labeled 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 Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors: Patch Cord (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) 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 Computer (except For The Webcam, And Headset) And Manufacturer Installed. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp), For Desktop Computers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. 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 One (1) Year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) 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 The Next Business Day. Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. 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 And 2. 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 March 19 - 26, 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 Php 500.00 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 March 26, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On March 26, 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 March 26, 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: March 19 – 25, 2025 R12.14 Rpa/rgs
Closing Date26 Mar 2025
Tender AmountPHP 328.9 K (USD 5.7 K)
Department Of Agriculture Tender
Telecommunication Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Procurement Of Supply And Delivery Of Ict Equipment 1. The Department Of Agriculture-western Visayas, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Three Million Eight Hundred Ninety Five Thousand Pesos (php3,895,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Ict Equipment/ib No. 2025-064 (gas). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Ict Equipment With The Following Specifications: Label Printer 1 Unit 360 Dpi Resolution, 17 Printable Lines, 826 Characters, 618 Symbols, Max Tape Width Is 36mm, With Auto And Half Cutter Inclusion: 10 Pcs Tze Standard Laminated Tape Wifi Access Point (ap) 15 Units Wifi 6 Ap With 6 Spatial Streams. 140 M² Coverage Powered Using Poe, Networking Interface: (1) Gbe Rj45 Port, Powered Using Poe, Networking Interface: (1) Gbe Rj45 Port, Mounting: Wall And Ceiling (included), 802.11a/b/g/n/ac/ax (wifi 6), Wpa-psk, Wpa-enterprise (wpa/wpa2/wpa3), Bssid : 8 Per Radio, Vlan : 802.1q, Advanced Qos: Per-user Rate Limiting, Guest Traffic Isolation, Vlan : 802.1q, Advanced Qos: Per-user Rate Limiting, Guest Traffic Isolation, Concurrent Clients: 350+, 802.11ax (wifi 6): 7.3 Mbps To 4.8 Gbps (mcs0 - Mcs11 Nss1/2/3/4, He 20/40/80/160) Mini Pc 2 Units Intel Core Ultra 9 Processor 185h, Ddr5 Dual Channels 32gb Ram (sodimm Slots, Up To 5600mhz, Max 96gb), M.2 1tb Ssd Intel Arc Graphics, Equipped With 4inch Touch Screen For System Performance Monitoring With Dc 19v (adapter Included), Hdmi Cable, Stand And User Manual And Windows 11 Operating System Mini Pc 2 Units M4 With 10-core Cpu, 10-core Gpu, 16gb Unified Memory, 512gb Ssd Storage Pc Monitor 5 Units 27-inch Ips Screen Full Hd Resolution (1920 X 1080 ), 75 Hz, 16.7 Million Colors, Hdmi Input Signal Servo Automatic Voltage Regulator (avr) 2 Units Capacity : 3kva/2400w, Servo Motor Controlled Design Input Voltage : 220vac Or 230vac Single Phase Input Voltage Range : 130 ~ 270vac Input Frequency : 50hz / 60hz Output Voltage : 220vac Or 230vac Single Phase +/- 1~3% Output Frequency : 50hz / 60hz Efficiency : 90% Input Protection Delay Time : 3s Ink Tank Printer 1 Unit Printer Technology: Micropiezo Printhead 5760x1440 Dpi Maximum Print Resolution, 1.5 Pl Minimum Ink Droplet Size Nozzle Configuration (180x1 Nozzle Black; 1 Per Colour For Cyan, Magenta, Yellow, Light Cyan, Light Magenta) Inclusion: 3 Sets Of Ink Ink Tank Printer 40 Units Print Type: Print, Scan And Copy Print Method: On-demand Inkjet (piezoelectric) Nozzle Configuration:180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi, Photo Default - 10 X 15 Cm / 4 X 6 " *1, Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2, Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2, First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2, Copying: Maximum Copies From Standalone: 20 Copies, Maximum Copy Resolution: 600 X 600 Dpi, Maximum Copy Size: A4, Letter, Iso 29183, A4 Simplex (black / Colour): Up To 7.0 Ipm / 1.7 Ipm Network Video Recorder 5 Units 8 Channel Ip Camera Inputs, H.265+/h.265/h.264 Video Formats, Up To 80 Mbps Incoming Bandwidth Network Camera (dome) 20 Units 2mp Resolution, 24/7 Colorful Imaging, Ip67, 1/2.8" Progressive Scan Cmos, 1920x1080 Max Reso Network Camera (bullet) 20 Units 2mp Resolution, 24/7 Colorful Imaging, Ip67, 1/2.8" Progressive Scan Cmos, 1920x1080 Max Reso 4tb Surveillance Hard Drive 5 Units 4tb 3.5 Sata 6gb/s, 190mb/s Max Sustained Transfer Rate, 300,000 Load/unload Cycles 4u Data Cabinet 7 Units Standard 600w*450d*280mmh; Glass Front Door; Mounting Type: Wall Mounted; 1 Fixed Tray; Removable Side Panel; Powder Coated Finish Black; Aggregation Switch 4 Units 8-port, Layer 2 Switch Made For 10g Sfp+ Connections.with Management Interface: Ethernet In-band, Switching Capacity: 160 Gbps, Forwarding Rate: 119.04 Mpps, Power Method: Universal Input, 100—240v Ac, 50/60 Hz, Power Supply, Ac/dc, Internal, 36w, Lcm Display: (1) 1.3" Lcm Color Touchscreen, Button: Factory Reset, With The Following Peripherals: 2 Pcs - 10g Direct Attach Cable Sfp+ To Sfp+,1m Length 2 Pcs - 10g Multi-mode Optical Module 4 Pcs - Sfp+ To Rj45 Adapter Network Switch (catalyst) 5 Units Managed And Enterprise-class Gigabit Ethernet Layer 3 Switch, 24-port Ge, Poe, 4x1g Sfp 10g Cloud Gateway 2 Units 2,000+ Client Support And 5 Gbps Ips Routing.and Redundant Nvr Storage, Lcm Display: (1) 1.3" Touchscreen, System Memory : 8 Gb Ddr4, On-board Storage: 32 Gb Emmc,integrated 128 Gb Ssd Compact Cloud Gateway 6 Units Built-in Wifi 6 Ap, 140 M² (1,500 Ft²) Single-unit Coverage, 50+ Connected Wifi Devices*, Management Interface: Ethernet,bluetooth, Management Interface: Ethernet,bluetooth, Power Method: Usb Type C (5v Dc/3a), Max. Power Consumption: 10w, Throughput Rate: 2.4 Ghz: 573.5 Mbps ; 5 Ghz : 2.4 Gbps, Lcm Display: 0.96" Status Display, Button: Factory Reset Power Station/bank 5 Units 27,650 Mah Powerbank, 250w Multi-device Fast Charging, 170w Fast Usb-c Recharge, With Intuitive Smart App, Poe Switch Hub 6 Units Networking Interface: (8) Gbe Rj45 Ports (2), 10g Sfp+ Ports, Poe Interface (6) Poe/poe+ (pins 1, 2+; 3, 6-), (2) 60w Poe++ (pair A 1, 2+; 3, 6-) (pair B 4, 5+; 7, 8-); Forwarding Rate: 41.664 Gbps ;voltage Range: Poe Mode, Poe: 44—57v, Poe+: 50—57v, Poe++: 50—57v Open Data Rack 22u Double Bay 1 Unit 19 Inch Standard Data Rack, With 4 Castor, Easy To Move; Various Optional Accessories For Common Using; Double Row Open Rack With 4 Casters, 20 Sets Of Screws And Nuts Smart Fingerprint Lock 1 Unit Alluminum Alloy Panel Material, Left Inward, Unlocking Method (finger Print, Passcode, Proximity Card), Support Up To 50 Users Portable Speaker 2 Units 15" Speaker, 450w Or Higher Portable Trolley Speaker With Usb/sd, Bluetooth, 2 Uhf Wireless Mic, Rechargeable Battery Internet Satellite (2 Units Residential & 1 Unit Roam) 3 Units Gen 3 Antenna Electronic Phased Array (standard), 110 Deg Field Of View, Wifi6, Tri Band 4x4 Mu-mimo, With 2 Latching Ethernet Lan Ports With Removable Cover, Wpa2 Security, - Peripherals: Gen 3 Router, 15m Cable, Ac Cable, Power Supply - Base With 1 Month Subscription For 3 Units Laptop 20 Units 13 Inch Display 2560x1600 Ips Display, M1 Chip, 8 Cpu Cores, 7 Gpu Cores, 256 Gb Ssd 5g Nr Mifi Mobile Hotspot 3 Units Wifi 5 Ac950 Technology Up To 950mbps 5g Sim Card Router With Rechargeable 5000mah Li-ion Battery (type-c Port) Portable Two Way Radio 3 Units 5 Watts Rf Power, 136mhz-174mhz Vhf, 400mhz-480mhz Uhf, 128 Channels, 50 Ohms Impedance, 1800mah Battery Multi Data Gathering Device 4 Units 11.2 Inch Display, Ips Lcd, 68b Colors, 144hz, Hdr10, Snapdragon 8s Gen3, 12gb Ram, 512gb Rom Monitor 5 Units 27" Screen Size, Hdr10, 2560x1440 Resolution Or Higher, Hdmi 2.0, Anti Glare Sip Phone 10 Units Sip Prime Business Phone, 4.3" 480x272 Pixel Color Display With Backlight, Adjustable Lcd Screen, Up To 16 Voip Accounts, Poe Support, Hac Handset, Built In Dual Band 2.4g/5g Wifi Terms And Conditions: 1. Warranty And Equipment Condition: All Equipment Must Be Brand New, Not Refurbished Or Cloned, And Must Include A Minimum One (1) Year Warranty. 2. Reseller Certification: For Network Equipment, Including Access Points, Switches, And Poe Hubs, The Supplier Must Provide A Valid A Reseller’s Certificate. 3. Warranty Service And Replacement: If Any Defects Arise Within The Warranty Period, The Supplier Is Responsible For Collecting The Defective Equipment From The Department’s Main Office And Ensuring Its Prompt Replacement Or Repair Under The Warranty Terms. Delivery Of The Goods Is Required Within 50 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At 2nd Floor, Da New Building Pmed Office, Parola, Iloilo City. Bidders Should Have Completed, Within Three (3) Years (2022-present) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 12009. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 28, 2025 – May 20, 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 (php5000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On May 6, 2025 At The 3rd Floor, Bac Bidding Room, Department Of Agriculture, Rfo 6, Parola, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On May 20, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount Of Php77,900.00 (if The Bid Security Is In The Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit) Or Php194,750.00 (if The Bid Security Is In The Form Of Surety Bond). In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On May 20, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 70 Of The Irr Of Ra No. 12009, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Atty. Rolin M. Asuncion Bac Chairperson 3rd Floor, Bac Office Da Rfo 6, Parola, Iloilo City Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps April 28, 2025 Atty. Rolin M. Asuncion Bac Chairperson
Closing Date20 May 2025
Tender AmountPHP 3.8 Million (USD 69.8 K)
4881-4890 of 5163 archived Tenders