Cloud Tenders
Department Of Agriculture Tender
Food Products
Philippines
Details: Description Invitation To Bid For The Provision Of Packed Meals During The Conduct Of Market Related Training On Market Access And Linkages Of Saad Beneficiaries In Bohol Province 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of One Million Seventy Eight Thousand Pesos (₱1,078,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision Of Packed Meals During The Conduct Of Market Related Training On Market Access And Linkages Of Saad Beneficiaries In Bohol Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Provision Of Packed Meals During The Conduct Of Market Related Training On Market Access And Linkages Of Saad Beneficiaries In Bohol Province With The Following Details/specifications: Basacdacu, Alburquerque, Bohol 1) 35 Pax July 15-16, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Dangay, Alburquerque, Bohol 2) 35 Pax July 17-18, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Buenasuerte, Anda, Bohol 3) 35 Pax July 15-16, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Tanod, Anda, Bohol 4) 35 Pax July 17-18, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Behind The Clouds, Batuan, Bohol 5) 35 Pax July 29-30, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Rizal, Batuan, Bohol 6) 35 Pax July 29-30, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Katipunan, Clarin, Bohol 7) 35 Pax July 22-23, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Bontud, Clarin, Bohol 8) 35 Pax July 24-25, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax New Lourdes, Cortes, Bohol 9) 35 Pax July 29-30, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax San Roque, Cortes, Bohol 10) 35 Pax July 29-30, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Cagawitan, Dagohoy, Bohol 11) 35 Pax July 15-16, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Villa Aurora, Dagahoy, Bohol 12) 35 Pax July 17-18, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Calvario, Lila, Bohol 13) 35 Pax July 15-16, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Jambawan, Lila, Bohol 14) 35 Pax July 17-18, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Tangcasan Norte, Loay, Bohol 15) 35 Pax July 17-18, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Tangcasan Sur, Loay, Bohol 16) 35 Pax July 15-16, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Abehilan, San Isidro, Bohol 17) 35 Pax July 22-23, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Baunos, Sa Isidro, Bohol 18) 35 Pax July 24-25, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Cambagui, Sevilla, Bohol 19) 35 Pax July 22-23, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Calinginan Norte, Sevilla, Bohol 20) 35 Pax July 24-25, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Cambuac Norte, Sikatuna, Bohol 21) 35 Pax August 5-6, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Bahaybahay, Sikatuna, Bohol 22) 35 Pax August 5-6, 2025 - 2 Meals And 2 Snacks (am&pm) @700.00/pax Note: *2 Meals (breakfast & Lunch) Delivery Of The Goods Is Required On Above Stated Dates From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee The Amount Of Five Thousand Pesos (₱5,000.00) (based On Appendix 8 - Guidelines On The Sale Of Bidding Documents Of The 2016 Revised Irr Of 9184 Updated As Of January 31, 2023. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On January 21, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 3, 2025 - 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 February 3, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 10. The Department Of Agriculture Does Not Condone Any Form 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. 11. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 January 13, 2025 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 1 Million (USD 18.4 K)
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Others
United States
Details: The National Highway Traffic Safety Administration (nhtsa) Is Issuing This Sources Sought Notice To Identify Potential Qualified Small Business (sb), Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Sdvosb, Or Wosb Concerns That May Be Interested In And Capable Of Performing The Work Described Herein To Standardize The Collection Of Motor Vehicle Crash Injury Data By Emergency Medical Services (ems) Agencies.
nhtsa Welcomes All Qualified Small Business Concerns, With The Appropriate Naics Code And Past Experience To Submit Their Corporate Capability Statements That Demonstrate Their Ability To Successfully Accomplish The Goals Of The Project As Listed Below. Nhtsa Does Not Intend To Award A Contract Based On Responses To This Notice Or Otherwise Pay For The Preparation Of Any Information Submitted. Acknowledgement Of Receipt Of Responses Will Not Be Made; No Formal Evaluation Of The Information Received Will Be Conducted By Nhtsa. Nhtsa May; However Later Issue A Request For Proposals (rfp). However, Should Such A Requirement Fail To Materialize, No Basis For Claims Against Nhtsa Shall Arise Because Of A Response To This Notice.
background:
the U.s. Department Of Transportation’s (dot) Nhtsa Office Of Emergency Medical Services (oems), Pursuant To Its Authority Under 23 U.s.c. 401, Et Seq., Supports National Programs And Products Designed To Support Ongoing Development And Enhancement Of Ems Systems At The State And Local Level. Highway Safety Systems Across The Country Depend On The Delivery Of Effective And Timely Post-crash Emergency Medical And Trauma Care. The Nation’s Ems Systems Are Designed To Provide Effective Emergency Medical Care For Those Injured In Motor Vehicle Crashes, Other Forms Of Traumatic Incidents And Medical Emergencies.
the Emergency Medical Services Agenda For The Future (nhtsa, 1996) Articulated The Critical Need For Ems Data. In October 2001, The General Accounting Office Published A Report Entitled: “emergency Medical Services – Reported Needs Are Wide-ranging, With Growing Focus On Lack Of Data (gao-02-28). This Report Identified The Need For Consistent Information To: (1) Improve Ems Performance At The Local Level, (2) Set And Monitor National Level Policy, And (3) Improve The Ability To Assess Ems Outcomes.
nhtsa, In Cooperation With The Health Resources And Services Administration (hrsa), Funded A Cooperative Agreement With The National Association Of State Ems Directors (nasemsd) To Develop The National Ems Information System (nemsis). It Was The Intent Of The Nasemsd That A More Comprehensive And Systematic Approach To Standardizing Ems Patient Care Reporting Across The Country, Through Nemsis, Would Better Serve Local, State, And National Level Ems Information Needs. This New Effort Was A Huge Step Forward From The Original 1994 Uniform Prehospital Ems Data Standard (version 1) That Had 81 Data Elements And No Mechanism For Collecting The Information Nationally. As A Result Of This Cooperative Agreement, Nasemsd Developed And Finalized A Nhtsa Uniform Prehospital Dataset (version 2), A Comprehensive Data Dictionary, And A Physical Database Schema Mapped To The Nemsis Dataset, With Xml Linkage. This Was An Important First Step In Standardizing Ems Patient Care Documentation Nationwide.
to Promote National Implementation Of Nemsis, In 2005 Nhtsa Entered Into A Cooperative Agreement With The University Of Utah School Of Medicine (utah) To Support The Nemsis Technical Assistance Center (tac). Subsequently, In 2010, Nhtsa Awarded A Second Five-year Cooperative Agreement To Utah With A Performance Period That Extended Through September 2015. Since September 2015, Nhtsa Has Funded A Contract With Utah To Operate The Tac And Host The National Ems Database.
the Tac Is Essential To Providing Technical Assistance To Federal, State, Local, Territorial, Tribal, And The District Of Columbia’s Ems Agencies And Ems Software Vendors. Services Offered Through The Tac Aid Ems Operational Programs As They Convert Or Crosswalk To The Nemsis Standard; Execute Version Updates; Maintain The Secure Infrastructure To Collect And Manage Data Submitted By The States And Territories; Sustain And Enhance The Nemsis National Reporting System; And Successfully Coordinate The Nemsis Dataset With The Health Level 7 (hl7) Standard Development Organization, The American National Standards Institute (ansi), And The International Organization For Standardization (iso) To Assure Interoperability With Other Health Data Systems. This “health Information Exchange” Works Because Software Packages Used By Ems Clinicians To Collect Patient Encounter Information Are Tested For Compliance To The Nemsis Data Standard Every Year (california) Or Two Years (all Other States And Territories). As A Result, All Collected Data Elements Share The Same Definitions And Values Across The U.s. These Software Packages Are Also Tested For Adherence To A Data Transmission Standard So That Data Exchange Is Not Disrupted. Great Care Is Taken To Ensure The Data Collected And Reported Are As Clean As Possible. All Data Submitted To The National Ems Dataset By States, Territories, Tribes, And The District Of Columbia (sttdc) Must Comply With An Xml Standard And Are Exposed To Several Hundred Validation Rules.
the Nemsis System Facilitates Quality Data Submissions By Ems Agencies Through A National Standardized Ems Dataset. A Nemsis Dictionary Describing Elements Contained In The Nemsd Has Been Produced And Regularly Updated. A Subset Of The Patient Encounter Data (in Each Record) Is Submitted To The Nemsd, Including Motor Vehicle Crash Information. The Nemsd Includes 155 Data Elements Collected By Ems Clinicians During The Patient Encounter. Elements Include Patient Demographics (e.g., Age, Race/ethnicity), Reason For The Encounter, Injury/illness Characteristics, Injury/illness Severity, Medications/procedures Given, Patent Acuity And Final Patient Disposition. Although Protected Health Information (phi) And Personally Identifiable Information (pii) Data Elements Are Identified In The Data Dictionary, No Traditional Phi Or Pii Is Collected At The National Level, Rendering It A Hipaa Limited Dataset.
state Ems Offices Utilize Their Statutory Authorities To Require All Ems Patient Care Reporting Software To Be Compliant With The Nemsis Standard. Nemsis Data Are Reported To Nhtsa From All 50 States, Three Territories (northern Marianas, Virgin Islands And Guam), Tribal Nations, And The District Of Columbia. In 2024, More Than 59 Million Ems Activations Were Submitted By Approximately 15,000 Ems Agencies To The Nemsd. In 2024, The Total Number Of Reported Motor Vehicle Crash (mvc)-related Ems Activations In The National Database Was Approximately 1.6 Million. Overall, The Nemsd Contains Approximately 485 Million Records, Dating Back To Calendar Year 2010. Ems Agency Submissions To Sttdc Databases Can Occur Within Minutes After The Ems Activation. At The National Level, 85% Of Ems Activations Occurring On Any Given Day, Are In The Nemsd In Approximately 72 Hours. An Annual Report Characterizing The Nemsd May Be Found At: Https://nemsis.org/using-ems-data/articles-and-publications/ . The Injury-related Elements In The Nemsis Data Standard Have Been “harmonized” With Related Elements Contained In The National Trauma Data Bank (ntdb), Maintained By The American College Of Surgeons And The Cardiac Arrest Data Elements Aligned To The Cardiac Arrest Registry To Enhance Survival (cares).
nemsis Is Critical To The Ems Community, Ems Researchers, Other Public Stakeholders, And The Federal Government. The Collection Of Relevant Prehospital Patient Care Information Is Of Value To Nhtsa, And Other Modes Of The Usdot, To Enhance Our Understanding Of Serious Injury Following A Motor Vehicle Crashes (mvc) And The Post-crash Care Delivered By Ems.
objective:
the Purpose Of This Contract Is To Continue To Support And Maintain The National Emergency Medical Services Information System (nemsis) And The Technical Assistance Center (tac). The Nemsis Is A Framework That Provides A National Standard For Patient Care Reporting By Emergency Services Personnel In The Out-of-hospital Setting. The Nemsd Defines Data Elements, Values, And Established A National Standard For Data Exchange In Collaboration With State, Territorial, Tribal And The District Of Columbia (sttdc) Ems Offices, Software Vendors, National Partners, And Industry Experts. Data From Patient Care Reports Completed By All Ems Clinicians At The Point-of-care In The Out-of-hospital Setting Are Sent From Their Local Agency To Sttdc Level Data Repositories Before Being Submitted To The Nemsd. Data Quality Is Maintained Through Electronic Patient Care Report (epcr) Software Vendor Compliance Testing And The Adoption Of National Case Definitions And Schema Language. This Patient Care Reporting And Data Exchange System Is Maintained By Nhtsa Oems.
this Contract Continues Maintenance, Further Development, Ongoing Implementation Of Nemsis, The Nemsd, And Tac To Harmonize Nemsis With Electronic Health Record Initiatives. Integration With Regional, Federal, State, And Local Health Information Exchanges (hies), Qualified Heath Information Networks (qhins), Registries (e.g., Trauma, Cardiac And Stroke), Other National Data Sets Such As The Model Minimum Uniform Crash Criteria (mmucc), Fatality Analysis Reporting System (fars), Provide Information To Other Healthcare Providers That See The Patient After Ems Delivers Initial Care, Transport, And/or Interfacility Transfer.
capabilities:
supplies/services
the Contractor Shall Furnish The Necessary Qualified Personnel, Facilities, Materials, Supplies, Equipment, And Services To Perform Work Associated With The Requirements As Stated In The Draft Sow Which Includes But Are Not Limited To The Following:
- The Contractor Shall Operate The Nemsis Tac, Hosting Center, Nemsd, Website (www.nemsis.org ), And All Related Functions For The Period Of Performance Of The Contract. The Contractor Shall Begin To Provide Nemsis Related Technical Assistance And Support. This May Include Site Visits, Webinars, And Other Technical Assistance, Including Programming Or Other Special Requests From System Users.
- The Contractor Shall Operate All Related Systems To Ensure Uninterrupted Collection, Management, And Reporting Of Ems Data Received From Sttdc Ems Agencies. This Work Shall Be Accomplished In Tandem With Maintenance Of An Aws Cloud [federal Information Security Management Act (fisma) Moderate] Nemsis Information Technology (it) Infrastructure Instance. The Nemsis Shall Be Available 24 Hours A Day, 7 Days A Week, 365 Days A Year Unless A Scheduled Maintenance Period Or Mitigation Of An Unexpected Event Is Required, Uptime Of 99.9% Shall Be Maintained Throughout The Period Of Performance.
- The Contractor Shall Implement All Approved Architecture, Structure, And Artifacts Associated With The Nemsis 3.5.x And Future Standard Releases.
- The Contractor Shall Provide Support For Additional Tasks Designed To Facilitate Data Connectivity And Stakeholder Utilization Of The Nemsis Standard Data, To Include, But Not Limited To, Customer Service And Support For Ems Researchers, Medical Researchers, Dot, Nhtsa, Cdc, Other Federal Partners, The States, And Ems Software Vendors.
(see Attached Draft Sow For More Information)
format Of Corporate Capabilities Statement:
capability Statements
any Interested Qualified Small Business Firms, Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Sdvosb, Or Wosb Concerns Should Submit Their Corporate Capability Statement, Which Demonstrates The Firm’s Ability And Past Experience In No More Than 25 Pages To Perform The Key Requirements Described Above To The Identified Nhtsa Point Of Contact Listed Herein.
any Proprietary Information Should Be Marked As Such. All Respondents Are Asked To Certify The Type And Size Of Their Business Organization Is In-line With The Requirements Of This Sources Sought Notice Which Must Be Received No Later Than 10 Calendar Days From The Date Of Publication Or By The Closing Date Of This Notice.
to Facilitate A Timely And Comprehensive Review Of All Submitted Responses, Firms Should Respond Using The Format Requested In This Notice.
please Provide The Following Information For Your Firm And For Any Teaming Or Joint Venture Partners:
general Information:
company Name, Address, Point Of Contact Name, Telephone, And Email Address.
data Universal Numbering System (duns) Number And Commercial And Government Entity (cage) Code.
business Size And Classification (e.g., Large, Small, Small-disadvantaged, Sba Certified 8(a), Hubzone, Service-disabled Veteran-owned, Woman-owned) Based On Naics Code: 541380, Testing Laboratories And Services.
if Applicable, Potential Proposed Teaming Arrangements To Include Business Size And Classification Of Prime And Subcontractors.
gsa Federal Supply Schedule (fss) Number (fss Must Include Naics Code 541380, Testing Laboratories And Services
identify Contracts Your Company Has Been Awarded Under Naics Code 541380, Testing Laboratories And Services.
technical Capability:
provide A Brief Synopsis To Support The Firm’s Ability To Perform All Of Potential Areas Of The Objective/scope. Identify Each Task Element And Provide Information To Support The Firm’s Experience, Staffing And Overall Ability To Perform The Technical Area.
evidence Of Experience And Past Performance Should Include Contracts/task Orders From The Past Three (3) Years Similar In Scope To This Requirement.
examples Must Include Contract Numbers, Project Titles, Dollar Amounts, Periods Of Performance, And Government Points Of Contact (telephone Numbers Or Email Addresses).
documented Information To Support The Firm’s Ability To Provide The Range Of Research Skillsets Capability To Quickly Plan, Conduct, And Document Studies; And Personnel Required For This Effort In A Timely Fashion.
any Data On Previous Contracts/task Orders On Personnel Retention And Succession Planning.
additional Information:
indicate If Your Firm Will Submit A Proposal If A Request For Proposal (rfp) Is Issued, And If Your Firms Interest Is For Prime Contracting, Teaming Agreement Or Joint Venture.
validation Of, Or Recommended Naics Codes For This Effort.
validation Of, Or Recommended Contract Type.
validation Of, Or Recommended Gsa Vehicle
in Each Potential Areas Of Research, Indicate Any Small Business Subcontracting Opportunities, As Applicable.
other Recommendations
any Information Missing From This Requirement That Would Provide A Better Understanding Of The Effort Desired.
please Submit Any Other Questions Or Comments Along With Your Response.
contracting Office Address
department Of Transportation (dot) Headquarters, 1200 New Jersey Avenue, Se, Washington, Dc 20590.
Closing Date12 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Nrl Combined Synopsis/solicitation For Commercial Items Template ($10k & Above)
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) 2024-03
effective: 23 February 2024
the Associated North American Industrial Classification System (naics) Code For This Procurement Is ___541715_____, With A Business Size Standard Of ___small____.
the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is __h299__.
the Naval Research Laboratory (nrl), Located In ____washington Dc__ Is Seeking To Purchase
consumables For Cell Culture And Biological Research
___see Attached Schedule Of Supplies/services Or _____ See Chart Below
line Item
description
quantity
__x____ See Specification Attachment
supplies: Brand Name Or Equal.
items Must Be Brand Name Or Equal In Accordance With Far 52.211-6.
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:
U.s. Naval Research Laboratory
4555 Overlook Avenue, S.w.
bldg. 49 – Shipping/receiving
code 3400
washington, Dc 20375
U.s. Naval Research Laboratory
7 Grace Hopper Avenue,
bldg. 702
monterey, Ca 93943-5502
U.s. Naval Research Laboratory
7 Grace Hopper Avenue, Stop 2
bldg. 704
monterey, Ca 93943-5502
Us Naval Research Laboratory
stennis Space Center
bldg. 2406, Code 7035.2
stennis Space Ctr., Ms 39529-5004
**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
52.212-1, Instructions To Offerors-commercial Products And Commercial Services
52.212-3, Offerors Representations And Certifications-commercial Products 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 Products And Commercial Services. 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 Products And Commercial Services
52.203-3, Gratuities
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 – Commercial Products And Commercial Services
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 Products And Commercial Services 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 Products And Commercial Services
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 Products Or Commercial Services
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’s Unique Entity Id And Cage Code/n Cage Code On Your Quote.
all Quotations Shall Be Sent Via E-mail. Danielle.c.davenport4.civ@us.navy.mil
please Reference This Combined Synopsis/solicitation Number: N00173-25-q- 1301209122 On Your Correspondence And In The "subject" Line Of Your Email.
all Questions Regarding The Solicitation Shall Be Submitted Via Email By 01/17/25 @1300 Hrs
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.
Closing Date17 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Nrl 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) 2024-03
effective: 23 February 2024
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333914.
the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 4310.
the Naval Research Laboratory (nrl), Located In Washington D.c. Is Seeking To Purchase, Edwards Vacuum Drystar Gv80 And Eh500 Booster Configured Package.
_x__ See Attached Schedule Of Supplies/services Or _____ See Chart Below
______ See Specification Attachment
supplies: Brand Name Or Equal.
items Must Be Brand Name Or Equal In Accordance With Far 52.211-6.
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 Avenue, S.w.
bldg. 49 – Shipping/receiving
code 3400
washington, Dc 20375
U.s. Naval Research Laboratory
7 Grace Hopper Avenue,
bldg. 702
monterey, Ca 93943-5502
U.s. Naval Research Laboratory
7 Grace Hopper Avenue, Stop 2
bldg. 704
monterey, Ca 93943-5502
Us Naval Research Laboratory
stennis Space Center
bldg. 2406, Code 7035.2
stennis Space Ctr., Ms 39529-5004
**fob Destination Is The Preferred Method**
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
52.212-1, Instructions To Offerors-commercial Products And Commercial Services
52.212-3, Offerors Representations And Certifications-commercial Products 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 Products And Commercial Services. 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 Products And Commercial Services
52.203-3, Gratuities
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 – Commercial Products And Commercial Services
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 Products And Commercial Services 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 Products And Commercial Services
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 Products Or Commercial Services
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’s Unique Entity Id And Cage Code/n Cage Code On Your Quote.
please Reference This Combined Synopsis/solicitation Number: N00173-25-q-1301185062-02 On Your Correspondence And In The "subject" Line Of Your Email.
the Technical And Price Quotation Shall Be Submitted Via Email To:
government Point Of Contact
purchasing Agent Name: Ashley Grimes
tel: (202)-875-9579
email: Ashley.n.grimes6.civ@us.navy.mil
questions Concerning The Rfq: All Questions Concerning This Rfq Are Due Via Email To The Purchasing Agent’s Email Address Above No Later Than (nlt) 10 Business Days After The Sending Of This Request For Quotation (rfq) To Ensure Timely Award. The Government May, In Its Sole Discretion, Choose Not To Respond To Questions Received After The Deadline.
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).
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.
quotation Contents
quotations Shall Comply With Or Clearly State, At A Minimum, The Following Information:
(1) Open Market Or Gsa Federal Supply Schedule (fss) Pricing. Quotations Should State “open Market” Or Should Reference The Applicable Gsa/fss Number.
(2) Expiration Date Of Quoted And Submitted Prices.
(3) Contractor’s Federal Tax I.d., Cage Code, And Duns Number.
(4) Payment Terms Will Be Net 30 Unless Stated Differently On The Quote.
(5) Include Shipping And Handling If Applicable.
Closing Date22 Jan 2025
Tender AmountRefer Documents
Forest Product Research And Development Institute Fprdi Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Item No. Unit Items & Description/s Abc Per Item 1 Lot , "-1pc Sound Level Meter (similar To Rs Pro Rs-95) Maximum Sound Level: 130db; Minimum Sound Level: 35db; Weighting A, C; Display Type Lcd; Battery Type 9v; Interface Type Bluetooth; Maximum Frequency 8khz; Minimum Frequency 31.5 Hz" 113,500.00 , -1pc Vibration Meter Measurement Parameters Acceleration, Displacement, Velocity Maximum Displacement 2000µm , "-1pc Dehumidifier (similar To Carrier) Power: 430w; Dimensions: 350 × 560 × 260 Mm Features: -drying Function; Child Lock Function; Swing Function; Auto Mode Function; High / Low Fan Speed -full Water Tank Indicator;24 Hour Timer; Led Display; 30l Water Tank For 68sqm; Touch Panel Led Display; 2 Speed (high/low) Silent Dehumidification At <50db:" , "-1pc Humidifier Industrial Ultrasonic Mist Sprayer Capacity: 23.8; Mist Output: 2000ml; Adjust Mist: Touch Control; Fog Outlet: 45 Gedree High Power: 110; Power Outage Protection 4 Core Atomizer Tablets; Intelligent Constant Humidity Remote Control12h Timing Function; Sleep Mode: Negative Ion Purification Function; With Water Pipe Adapter Device Can Be Directly Connected To Faucet" , "-1pc Thermocouple Data Logger Wifi With Type K Probe (similar To Lascar El-wifi-tc) Easylog Cloud Connected; Easy Sensor Setup High And Low Alarms; Free Pc Software; Probe Measure Range K-type (supplied) 0 +200 °c ; Operating Temperature Range -20 To +60 °c; Logging Period (configurable) 10 Sec 10 Min 12 Hrs; Transmission Period (configurable) 1 Min 1 Hr 24 Hrs; Temp Measurement Resolution 0.1 °c; Temp Display Resolution 0.1; Temp Tolerance (base Unit) ±1.5 °c ; Temp Tolerance (k-type Probe Supplied) ±2.5 °c ; Ip Rating Ip40 (bung Fully Inserted, Not Permanently Powered, Thermo-couple Connector Fitted And Fully Inserted, Device Mounted Vertically.); Battery Life >6 Months; Usb Supply Voltage (@500ma) 4.5 5.0 5.5 Vdc; Dimensions 82 X 70 X 23mm" . , "-1pc Temperature, Humidity Data Logger, Similar To (omega Om-hl-sh-th) Specifications Temperature Range: Om-hl-sh-th: -20 To 70°c (-22 To 158°f) Temperature Accuracy: Om-hl-sh-th: ±0.5°c Record Volume: 43,000 Temperature & 43,000 Humidity Pointsom-hl-sh-th Humidity Range: Om-hl-sh-th: 0-95% Rh Humidity Accuracy: Om-hl-sh-th: ±5% Rh Resolution: Temperature: 0.1°c / Humidity: 0.1% Rh Power Supply: 2 X Aaa Batteries, 1.5v Battery Typical Battery Life: 1 Year Software Setup Logging Mode: Stop On Memory Full; When Data Logger Operation Is Start/stopped By User Intervention Via Button Press, Last Memory Location Is Retained Logging Interval: 2 Secs To 24 Hrs Sampling Interval: 1 Sec To 240 Secs Sensor Response Time: 100~200ms Display: Lcd Display Lcd Size: 36 L X 16 W Mm (1.41 X 0.6"") Dimensions: 92 L X 57 W X 20 Dia Mm (3.6 X 2.2 X 0.78"") Weight: 150g (5.29 Oz)" , "-1pc Smart Temperature Humidity Switch Sonoff Th Elite 20a Wifi Thr316d/20d Dry Contact Real Time Monitoring Via Ewelink Model:thr320d Input/output:100-240v~50/60hz 20a Max Wi-fi:ieee 802.11 B/g/n 2.4ghz Dry Contact:5-30v, 1a Max" , "-1pc Thermostat Digital Temperature Controller Temperature Control Range :-50~120°c / -58~248°f - Temperature Resolution: 0.1 ° C / 0.1° F Temperature Accuracy: ±1°c (-50 ~ 70°c) - Temperature Control Mode :on/off Control, Heating And Cooling - Input Power: 100 ~240vac, 50hz/60hz - Temperature Control Output:max. 10a, 100v ~240v Ac - Buzzer Alarm: High And Low - Socket: 112 X 46 X 27 Mm( 4.1 X 1.8 X 1.0 Inch) -sensor Type: Ntc Sensor Sensor Length: 2m / 6.56ft - Ambient Temperature: -30~ 75 ° C F" , "-1pc Humidity Controller Pre-wired Programmable Digital Humidstats Ihc-200 Keep A Stable Humidity Range, Can Connect With Dehumidifier Humidifier Wet Fan, Dual Window Display 10a, Ios And Android Power Input: 100~240vac, 50hz/60hz - Power Output: Max. 10a, 100v~240v Ac - Humidity Measuring Range: 5%-99.99%rh - Humidity Control Range: 5%-99%rh - Resolution: 1%rh ; Accuracy: ±3%rh - Sensor Model: Am-2301 - Sensor Stability: <0.5%rh/yr - Sensor Length:2m/6.56ft - Relay Contact Capacity: - Humidification (12a, 100-240vac) - Dehumidification (12a, 100-240vac) - Input Power Cable Length: 1.5m (5ft) - Output Power Cable Length: 30cm (1ft) - Dimension: Body: 140x68x33mm (5.5x2.7x1.3inch)" , -1pc Hand Held Vacuum Cleaner Mini Air Cleaner Computer Keyboard, Cordless, 65 W , Laboratory Chemicals - Hplc & Gc Ms Standards 2 Lot , -1 Bot Vanillic Acid, 97%, Cas No. 8.41025, 25g, Similar To Sigma-aldrich 219,371.13 , -1 Bot Caffeic Acid, For Hplc, Cas No. 331-39-5, 5g, Similar To Sigma-aldrich , -1 Bot Vanillin Reagentplus®, 99%, Cas No. 121-33-5, 2g, Similar To Sigma-aldrich , -1 Bot P-coumaric Acid, ≥98% Purity (hplc), Cas No. 501-98-4, 1g, Similar To Sigma-aldrich , "-1 Bot Acetic Acid, 99-100% For Synthesis, Cas No. 64-19-7, 2.5l, Similar To Sigma-aldrich" , "-1 Bot Gallic Acid (anhydrous), For Synthesis. Cas 149-91-7, 250g, Similar To Sigma-aldrich" , -1 Bot Ellagic Acid, Analytical Standard, Cas No. 476-66-4, 50mg, Similar To Supelco , -1 Bot Syringic Acid, Analytical Standard, Cas No. 530-57-4, 100mg, Similar To Supelco , -1 Bot 5-(hydroxymethyl)furfural, ≥99%, Fg, Cas No. 67-47-0, 1g, Similar To Sigma-aldrich . , -1 Bot 4-methyl-2-pentanol, 98%, Cas No. 0108-11-2, 100ml, Similar To Sigma-aldrich , , "-1 Bot Ethyl Alcohol, Pure ≥99.5%, Hplc/spectrophotometric Grade, 200 Proof, Suitable For Uv/vis Spectroscopy And Hplc, Cas No. 64-17-5, 2l, Similar To Sigma-aldrich" , "-1 Bot (±)-6-hydroxy-2,5,7,8- Tetramethylchromane-2-carboxylic Acid, 97%, Cas No. 53188-07-01, 5g, Similar To Sigma-aldrich" , "-1 Bot Copper(ii) Chloride, For Synthesis, Cas 7447-39-4, 100g, Similar To Sigma-aldrich" , -1 Bot Neocuproine, Gr For Analysis, Cas No. 0484-11-7, 5g, Similar To Supelco , "-4 Bot, 4l, Methanol Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Cas 67-56-1, Chemical Formula Ch₃oh, Molar Mass 32.04 G/mol." , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" 39 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 40 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 41 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 42 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 43 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 44 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 45 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 46 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 47 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 48 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 49 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 50 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" ----------------------- Nothing Follows --------------------- Total Abc Php 332,871.13 ====================================================== Important Reminders: Please Observe The Following Instructions Below When Accomplishing The Fprdi Rfq Form. 1. Accomplish This Rfq Completely, Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Indicate "no-bid", “no Quote” Or “no Offer” For Items Not Intended To Quote 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 5. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Bid Can Be Submitted Through Our Official E-mail Address At Property@fprdi.dost.gov.ph Stating Philgeps Reference No. Or Through Express Mail/courier. Your Quotation Will Only Be Valid When Sent To This E-mail Account. Please Use And Fully Fill Out The Official Fprdi Rfq Form, Including The Unit Price And Total Price To Avoid Invalidation Of The Quotation. Just Attach Any Additional Document/s In Support Of Your Quotation. Please Submit Scanned/photocopies Of The Following Documents As Required By Philgeps For Small Value Procurement: • Mayor's Permit (cy 2025) Or Proof Of Renewal • Valid Philgeps Registration • Income/business Tax Return For The Past 6 Months (required For Abc Php 500,000.00 & Above) • Omnibus Sworn Statement (oss) Indicating The Name Of The Procuring Entity And The Project Title And Details. (unnotarized Oss Will Be Accepted As Per Gppb Reso 2020-09 And To Be Notarized If Awarded) Please Be Reminded To Use The Latest Oss Template Issued By Gppb And To Indicate The Title Of The Project And The Procuring Entity. The Revised Oss Template Can Be Downloaded At Https://www.gppb.gov.ph/downloadable-forms/#tab-61412 Alternatively, You Can Submit Your Sealed Quotation To This Address On Or Before The Closing Of The Date. Fprdi Bac Secretariat Dost-forest Products Research And Development Institute Narra Rd. Forestry Campus, College, Los Baños, Laguna 4031
Closing Date12 Mar 2025
Tender AmountPHP 332.8 K (USD 5.8 K)
Philippine Health Insurance Corporation Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1. The Philhealth Regional Office Xii, Through The Corporate Operating Budget For Cy 2025 Intends To Apply The Sum Of Five Million Seven Hundred Seventy-six Thousand Four Hundred Sixty-four And 98/100 Pesos Only (p5,776,464.98) Being The Abc To Payments Under The Contract For The Item In The Procurement Of Various It Supplies For Cy 2025 With Invitation To Bid No. Bac-pb-2025-002. Bid Received In Excess Of The Abc For The Item Shall Be Automatically Rejected At Bid Opening. 2. The Philhealth Regional Office Xii Now Invites Bids For The Above Procurement Project. Item No. Item Description Quantity Unit Approved Budget (php) 1 Cable Manager_iv: Wire Moulding, Flat, 1 Inch_length 50 Length 8,500.00 2 Cable Manager_iv: Wire Moulding, Flat, 2 Inches_length 50 Length 22,500.00 3 Cable_iv: Hdmi Cable 30m_pc 12 Pcs 27,563.16 4 Ethernet Connector_iv: Rj 45, Standard, For Cat6_pc 446 Pcs 4,821.26 5 Modular Box_iv: Rj 45 Modular Box_pc 30 Pcs 5,475.00 6 Printer Parts (for Existing Printers)_iv: Imaging Unit For Lexmark Ms823dn Printer Black_unit 3 Units 22,200.00 7 Printer Parts (for Existing Printers)_iv: Maintenance Kit For Hp Laserjet Printer M611dn_unit 3 Units 83,970.00 8 Printer Parts (for Existing Printers)_iv: Maintenance Kit For Lexmark Ms823dn Printer_unit 3 Units 83,100.00 9 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6641, Ink Black_box 1 Box 343.20 10 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6642, Ink Cyan_box 1 Box 352.00 11 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6643, Ink Yellow_box 1 Box 352.00 12 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6644, Ink Magenta_box 1 Box 352.00 13 Printer Consumables (for Existing Printers)_iv: Hp 201a , Cf400a, Black_cartridge 6 Carts 33,696.48 14 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf401a , Cyan Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 15 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf402a , Yellow Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 16 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf403a , Magenta Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 17 Printer Consumables (for Existing Printers)_iv: Ink Cartridges, Hp F6v26aa (hp 680), Tri-color_cartridge 40 Carts 24,261.20 18 Printer Consumables (for Existing Printers)_iv: Ink Cartridges, Hp F6v27aa (hp 680), Black_cartridge 20 Carts 12,130.60 19 Printer Consumables (for Existing Printers)_iv: Lexmark 8d3h00 Black Toner_cartridge 60 Carts 1,151,700.00 20 Printer Consumables (for Existing Printers)_iv: Printer Ribbon For Evolis Primacy & Evolis Zenius Id Card Printer, Evolis Ymcko R5f002saa, Color Ribbon, 200 Prints/roll_ribbon 2 Carts 16,364.00 21 Printer Consumables (for Existing Printers)_iv: Ribbon Cartridge For Epson Lq2180/2190 Dot Matrix Printer, So15531/so15086, Black_cartridge 20 Carts 17,700.00 22 Printer Consumables (for Existing Printers)_iv: Ribbon Cartridge For Epson Lx-310 Dot Matrix Printer, S015632, Black_cartridge 10 Carts 1,707.10 23 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Black Original Laserjet Toner Cartridge, Cf410a_cartridge 4 Carts 27,604.48 24 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Cyan Original Laserjet Toner Cartridge, Cf411a_cartridge 2 Carts 17,791.52 25 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Magenta Original Laserjet Toner Cartridge, Cf413a_cartridge 4 Carts 35,463.04 26 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Yellow Original Laserjet Toner Cartridge, Cf412a_cartridge 2 Carts 17,731.52 27 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp Ce390a, Black_cartridge 15 Carts 215,160.00 28 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Brother Tn-2280, Black_cartridge 4 Carts 13,285.32 29 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Cf237a (hp 37a, M607n), Black_cartridge 50 Carts 716,596.50 30 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Black W2090a_cartridge 6 Carts 19,537.50 31 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Cyan W2091a_cartridge 6 Carts 20,865.06 32 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Magenta W2093a_cartridge 6 Carts 20,865.06 33 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Yellow W2092a_cartridge 6 Carts 20,865.06 34 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Black Toner Cartridge (ce740a)_cartridge 1 Cart 12,487.83 35 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Cyan Toner Cartridge (ce741a)_cartridge 1 Cart 21,890.13 36 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Magentatoner Cartridge (ce743a)_cartridge 1 Cart 21,890.13 37 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Yellow Toner Cartridge (ce742a)_cartridge 1 Cart 21,890.13 38 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 62xl Black High Yield Original Ink Cartridge (c2p05an)_cartridge 6 Carts 20,814.00 39 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 62xl Tri-colour High Yield Original Ink Cartridge (c2p07an)_cartridge 6 Carts 21,240.00 40 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf217a (hp17a) Black Laserjet_cartridge 6 Carts 29,677.98 41 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf248a (hp 48a), Black,_cartridge 10 Carts 37,145.90 42 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf281a (hp81a) Black Laserjet_cartridge 15 Carts 216,937.35 43 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp W1470a (hp147a) Black Laserjet_cartridge 183 Carts 2,510,209.17 44 Utp Cable_iv: At Least Cat6 Or Latest, 305m, 1000ft Ethernet Cable_box 15 Boxes 100,650.00 Total 5,776,464.98 Delivery Of The Goods Is Required For A Period Of Sixty (60) Days Without Extension Commencing From The Time Of Receipt By The Winning Supplier Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years (may 19, 2023 – May 18, 2025) 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 Philhealth Regional Office Xii – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am - 5:00 Pm From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29,2025 – May 18, 2025 (8:00 Am – 4:00 Pm, During Weekdays Only) And On May 19, 2025 (8:00 Am – 9:30 Am), From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb: Approved Budget For The Contract Maximum Cost Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,00 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Philhealth Regional Office Xii Will Hold A Pre-bid Conference At 02:00 Pm Onwards On May 07, 2025 At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform, 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 Or Online Or Electronic Submission As Indicated Below (bidders Maybe Requested To Submit Hard Copies Of The Bidding Documents During Bid Evaluation Stage Of The Procurement) On Or Before 10:00 Am On May 19, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 19, 2025 At 10:00 Am Onwards At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Shall Submit Their Electronic Bids Using A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual Bid Opening On May 19, 2025 At 10:00 Am. Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions Is Allowed. 11. The Philhealth Regional Office Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Sharon Rose B. Ysmael/mark Vincent N. Romero Bac Secretariat Philhealth Regional Office Xii 4th Floor, Csa I Building Corner Zulueta Street - General Santos Drive, City Of Koronadal, South Cotabato Bac.pro12@philhealth.gov.ph Telephone No. (083) 228-4733 Www.philhealth.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Https://www.philhealth.gov.ph/suppliers/iaeb/index.htm For Online Bid Submission: Bac.pro12@philhealth.gov.ph Issued This 29th Day Of April 2025. _____________________________ Lorelie G. Bonilla Chairperson, Bids And Awards Committee Noted: __________________________________ Hector Zenon Leonardo P. Malate, Md Head Of The Procuring Entity
Closing Date19 May 2025
Tender AmountPHP 5.7 Million (USD 103.6 K)
Province Of Sarangani Tender
Others
Philippines
Details: Description Invitation To Bid Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials For The Province Of Sarangani (pado-ict) 1. The Provincial Government Of Sarangani, Through Its Ab Cy 2025, Intends To Apply The Sum Of Fifteen Million Pesos (p15,000,000.00), Inclusive Of All Taxes And Freight Charges, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials For The Province Of Sarangani (pado-ict) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required And Must Be In Accordance With Section Vi (schedule Of Requirement Of The Bidding Documents). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183 4. Prospective Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Above During Office Hours From Mondays To Fridays At 9:00 Am To 3:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 26, 2025 (wednesday) From The Given Address And Websites Of The Philippine Government Electronic Procurement System (philgeps And Of The Procuring Entity. Pursuant To The Latest Guidelines Issued By The Gppb, The Interested Bidders Shall Pay The Applicable Fee In The Amount Of Twenty-five Thousand Pesos (25,000.00), Which Is Non-refundable. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On March 4, 2025 (tuesday), 9:00 Am At Bac Conference Room, 2nd Floor, Pgso Bldg., Capitol Complex, Alabel, Sarangani Province. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before March 18, 2025 (tuesday) At 9:00am. 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 18,2025 (tuesday), 9:00am At The Given Address Above. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bids And Awards Committee Secretariat 2nd Floor, Pgso Building, Capitol Complex Alabel, Sarangani Province 9501 E-mail: Bacsecsarangani@gmail.com Telephone Number: (083) 508-3008 Atty. Jenric Y. Garcia Bids And Awards Committee Chairman 1. 1 Lot/s Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials 35 Unit/s Atleast 4mp Dome Ip Camera Image Sensor 1/2.7"progressive Scan Cmos Scanning Mode Progressive Dynamic Range: Atleast 120db 16:9 Aspect Ratio (4 Mega Pixel Mode) 68 Unit/satleast 4mp Bullet Ip Camera Image Sensor ½.8’’ Progressive Scan Cmos Scanning Mode Progressive Dynamic Range: Atleast 120db 16:9 Aspect Ratio (4 Mega Pixel Mode) 1 Unit/s Ptz (pan/tilt/zoom) Atleast 2mp Camera Image Sensor 1/2.8” 2.0-megapixel, Progressive Scan, Cmos Scanning Mode Progressive Dynamic Range: Atleast120db Aspect Ratio (16:9)/aspect Ratio (4:3) Defog Intelligent Video Motion Detection Digital Zoom: Atleast 16x Optical Zoom: Atleast 33xg 7 Unit/s Atleast 16ch Network Video Recorders (nvr) Inputs Up To 16 Network Cameras Support Local Display Hdmi: 4k Hdd Slot Internal 2 Hdd Slots Hdd Type 3.5-inch Sata Hdd 1 Unit/s Artificial Intelligence (ai) Analytic Server Processor: Intel Core I7 Or Xeon Cpu Ram: Atleast 32 Gb Ram (minimum) Storage: Atleast 480gb Ssd (minimum) Atleast 1tb Hdd (minimum) 1 Unit Artificial Intelligence (ai) Analytic Software Can Use Multiple Ai License In One Camera Software Appliance-based Analytics Simple, Easy-to-use Google-like Interface 2 Unit/s Artificial Intelligence (ai) Facial Recognition License With Video Search Face Search (no Face Database) Real-time & Batch-mode Face Recognition (match With Face Database) Video Search (object Search & Detection) Support Multi-camera Video Search (central Search) Detect Direction Of People Motion Tracking 2 Unit/s Artificial Intelligence (ai) Plate Number Recognition License With License Plate Recognition License Plate Recognition Analytics For 100+ Countries Real-time Alert For Blacklist/whitelist/unidentified (not In Any List) 1 Set/s Desktop Workstation Processor: Intel Core I7 14th Ram: Atleast 32 Gb Storage: Atleast 1tb Ssd Gpu: Atleast 4gb Monitor: Atleast 22” Inches With 650va, And Mouse / Keyboard 1 Unit/s Atleast 10 Port Cloud Managed Router Fixed Lan Port(s): 6×10/100/1000 Base-t Fixed Wan Port: 1×10/100/1000 Base-t Cpu: 2 Cores, 1.35 Ghz Sdram/ram: Atleast 512 Mb Poe Power Budget: Atleast 110 W 1 Unit/s Atleast 24 Port Managed Gigabit Poe Layer 2 Switch Ports: 24 X 10/100/1000base-t Poe+ Ports, 4 Sfp+ Uplink Switching Capacity: Atleast 128 Gbps Mac Address Table: Atleast 16000 1 Unit/s Gpon 4-pon Olt Qty: 4 Gpon Port: Qty 4 Transmission Distance: Atleast 20km 10 Unit/s Atleast 6 Port Unmanaged Switch W/ Atleast 4 Port Poe +2 Sfp Slot Switching Capacity: Atleast 6.8g Packet Forwarding Rate: Atleast 4.91mpps 3 Unit/s Atleast 11 Port Gigabit Switch With Atleast 8 Port Poe Unmanaged Port 11: 1 × Rj-45 10/100/1000 Mbps (uplink) Switching Capacity: Atleast 33 Gbps Packet Forwarding Rate: Atleast 16.37 Mpps Packet Buffer Memory: Atleast 1.75 Mbit 1 Unit/s Atleast 16 Port Unmanaged Gigabit Poe Switch Ethernet Port: Atleast 16 7 Unit/s Atleast 65" Surveillance Monitor 25 Unit/s Atleast 650va Uninterruptible Power Supply 15 Unit/s Atleast 1kva Uninterruptible Power Supply 14 Unit/s Atleast 10 Tb Hard Disk 5 Unit/s Atleast 1kva Automatic Voltage Regulator 1 Unit/s Atleast 42u Data Cabinet 15 Unit/s Atleast 6u Data Cabinets 30 Unit/s Gpon/epon Xpon Ftth Onu Modems 98 Piece/s Cctv Utility Box 2400 Meters Category 6 U/utp Installation Cable, Outdoor 6000 Meters Cat6 Pure Copper Cable, Indoor 750 Piece/s Rj45 Connector Cat6 2000 Km/s Single Mode Atleast 4 Cores Optical Fiber Cable 4000 Km/s Single Mode Atleast 2 Cores Optical Fiber Cable 1 Piece/s Direct Attach Cable (dac) Sfp Passive Cables 10 Piece/s Fiber Optic Splitter Atleast 8 Port Connector Cable Box 8 Piece/s Nap Box Fiber Splitter Box Atleast 8-port 90 Piece/s Ftth Retractor / Fiber Optic Cable Hanger Hook Pole 100 Piece/s Fiber Optic Cable Anchoring Clamp S-type F Clamp 90 Piece/s Sc Connector Single Core Butterfly 65 Piece/s Ftth Bridle Ring/overhead Line Accessories 40 Piece/s Ftth Fiber Optic Drop P Clamp Suspension Wire Clamp Tensioner 1 Lot/s Piping, Aerial Cabling Materials And Consumables Pvc, Moldings, Clamps, Cable Ties And Etc. 1 Lot/s Cable Tray And Other Materials Foc Patch Cables, Brackets, Cable Organizer And Etc 1 Lot/s Technical Installation And Supervision Accommodations, Plane And Bus Tickets And Other Expenses Warranty • Provide Warranty Service Within The Warranty Period. Provide Upgrades And Patches To Be Installed Free Of Charge During The Warranty Period. The Bidder Shall Be Responsible For All The Costs Related To The Warranty Period For Hardware Products. Equipment – One (1) Year From The Delivery • Render Support Services To The Province Within The Warranty Period As Follows: Technical Support Through Phone Calls Or Email Within Regular Working Hours From Monday To Friday, 8:00am To 5:00pm In Case Of Defective Equipment, Replacement With The Same Or Higher Specifications Training • Provide Demonstration And Training For Personnel That Will Be Assigned To Monitor Cctv System And Maintain Cctv Equipment. Appropriate Certification Must Be Issued To The Participants. • Conduct Basic Training For System Administration And Knowledge Of Basic Operation Commissioning, Testing And Acceptance • The Winning Bidder Must Conduct Commissioning And Testing To Ensure The Maximum Level Of Reliability By Reviewing And Testing The Physical Design Of The Cctv System As A Whole. • Upon Completion Of Commissioning And Testing, The Province Shall Issue A Certificate Of Acceptance Subject For Payment Scope Of Work And Activities (1.) To Ensure The Quality Of Service, The Bidder Shall Submit The Following Documents: • Proposed Detailed Plan/design And Specifications For Structured Cabling And Cctv Solution Subject For The Approval Of The Province Prior To Bidding; • Project Management Plan Which Provides An Implementation Timeline That Reflects All The Milestones In The Gantt Chart; • Acceptance Certification From A Government Sector To Prove That The Prospective Bidder Had An Experience Of Having Completed At Least One (1) Contract That Is Similar To This Project Completed At Least Three (3) Years From The Date Of Bidding • A Certification From The Manufacturer Indicating That The Bidder Is: The Sole Authorized Distributor In The Philippines To Supply And Carry Out The Installation For The Province Of Sarangani Project; The Appointed Authorized Bidder To Supply And Install The Ai Video Analytics Platform & Engines • A Document To Show A Summary Key Results From The Evaluation Of Nist (national Institute Of Standards And Technology, Us Department Of Commerce) On Face Recognition Algorithms • An Official Statement From The Camera Manufacturer That The Cameras And Recorder Are Not Manufactured By Any Banned Video Surveillance Manufacturer As Stated In The National Defense Authorization Act (ndaa) • Warranty Certification From The Cctv Manufacturer. (2.) Project Duration: 180 Working Days System Requirements To The Bidder • The Prospective Bidder Must Have At Least Ten (10) Years’ Experience In The Supply, Delivery, Installation, Testing And Commissioning Of Cctv Surveillance System Within The Government Sector • Proposed Design, Configuration, And Specifications Of Offered Design, Systems, And Technology Must Show Compliance, Compatibility, And Best Fit To The Required Systems For Evaluation Of The Procuring Entity • Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Must Inspect The Site. This Is To Ensure The Reliability, Security, And Efficiency Of The Services That Are Needed Which The Prospective Bidder Will Be Offering. Each Activity Should Have A Timeframe And A Gantt Chart Summary. Responsibility And Accountability Of The Winning Bidder • Submission Or Acquisition Of All Required Permits • Improvement Of The Existing Cameras • Supply, Delivery And Installation Of The New Cameras And Other Equipment’s • Integration Of Newly Installed Cctv To Existing Cameras • Supply Of Labor, Delivery And Installation Of Various Fiber Cables And Components For Fiber Cable Laying Point To Point • Termination Of Fiber Server To Nap Facility • Cable Pulling, Rough-ins, Cable Retagging And Labelling • Mobilization, Hook Up Devices And System Configurations • Conduct Termination, Testing And Commissioning Conduct Rigid Operational Testing Before Turn Over
Closing Date18 Mar 2025
Tender AmountPHP 15 Million (USD 261.5 K)
City Of Valencia Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 2025-03 02/18/2025 Invitation To Bid For The Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of One Million Seven Hundred Seventy-eight Thousand Pesos (php 1,778,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For Purchase Of Supplies For Float Competition And Street Dancing & Ground Presentation Of The Kaamulan Festival 2025. Particulars Describes As Follows: Item No. Qty. Unit Description Specification Total 1 1 Pakage Float Fabrication Materials * Metal Works; Overall Structure And Platform 4 M Width, 15m Length, 4.5 M Height * Sculpture, Full Body; Community Scene 5 Ft; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 2 Pieces * Sculpture, Half Body; Marriage Scene 8 Ft; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 2 Pieces * Sculpture, Full Moon And Clouds 8 Ft Diameter; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 1 Piece * Sculpture, Mountain 3 M; Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 4 Pieces 940,000.00 940,000.00 * Sculpture, Warriors Conflict 2-3 Ft; Made: Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 10 Pieces * Reconciliation Relief Carvings Made: 4 In Styro, Landay, 10 Mm Crb, Flat Bar, Paints, 4 Pieces * Floral Formation Fresh Flowers, Floral Foam, Twigs; Made: 4 In Styro, Landay, 10mm Crb, Flat Bar, 1 Set * Rental; Sound System And Generator Set Sounds System : Pro Audio System, Generator : F15 Kva, Pickup Microphone ,1 Set 2 45 Pieces Abacca Bundle 5 Ft Length 500.00 22,500.00 3 1 Piece Bangkaso, Bamboo 3 Ft X 4 Ft 2,000.00 2,000.00 4 45 Pieces Basket, Metal 20 In Height, 10 In Diameter 1,500.00 67,500.00 5 45 Pieces Fish Trap 4 Ft Height, 1 Ft Diameter 500.00 22,500.00 6 45 Pieces Nigo 3 Ft Height, 2 Ft Width 500.00 22,500.00 7 1 Piece Number Bearer/totem Pole 12 Ft Height, 4 Ft Width 3,000.00 3,000.00 8 10 Pieces Raiser, Moving 6 Ft Height, 3 Ft Width 4,000.00 40,000.00 9 90 Pieces Saliringan Abacca, 3 Ft Length 500.00 45,000.00 10 10 Pieces Set A Totempole 12 Ft Height, 4 Ft Width 3,000.00 30,000.00 11 10 Pieces Set B Totempole 12 Ft Height, 4 Ft Width 3,000.00 30,000.00 12 10 Pieces Set C Totempole 8 Ft Height, 4 Ft Width 3,000.00 30,000.00 13 90 Pieces Shield/taming 3 Ft Height, 1 Ft Width 1,000.00 90,000.00 14 90 Pieces Spear/bangkaw 6 Ft Height, 1 Ft Width 500.00 45,000.00 15 16 Piece Dabakan Wood & Cow Skin, Height: 24 Inches, Diameter: At Least 15 Inches 17,000.00 272,000.00 16 2 Piece Agong Brass, Diameter: 20 Inches 30,000.00 60,000.00 17 1 Set Kulintang Brass, 8 Pieces Per Set 30,000.00 30,000.00 18 1 Piece Kudlong Two-stringed Guitar, With 12-hole Amplifier 15,000.00 15,000.00 19 2 Piece Flute Bamboo, 6-holes 4,000.00 8,000.00 20 2 Piece Rainmaker Bamboo, Diameter: 2.5 Inches 1,500.00 3,000.00 Please See Attached Designs Note: Award By Lot ******nothing Follows****** Total 1,778,000.00 Delivery Of Goods Is Required Within 15 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipts 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. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 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) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, 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 5183. 4. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 19, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On February 27, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 13, 2025 (1:00 P.m). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 13, 2025 (1:30 Pm) At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Be Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 8. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 9. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 10. The Head Of The Procuring Entity (hope) Reserves The Right To Reject Any Or All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 12. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Bac Office, 2nd Floor, Executive Building, City Hall Compound 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date13 Mar 2025
Tender AmountPHP 1.7 Million (USD 31 K)
Landkreis Potsdam Mittelmark Tender
Education And Training Services
Germany
Details: The Potsdam-Mittelmark district intends to implement an e-learning platform for the area of information security and data protection. This contract is to be awarded by way of a negotiated award without a prior competition. An e-learning platform for the subject area of information security and data protection is to be made available, the training content of which is to be regularly supplemented and updated. In addition to training our employees, the focus is also on raising their awareness. Current security measures, vulnerabilities and attack patterns, including phishing and social engineering, are to be taught in a learning environment prepared according to learning psychology aspects. Phishing campaigns are also to be sent out by email on a regular basis. Optionally, the platform should be expanded to include the subject areas of occupational safety, equal opportunities and anti-corruption. As part of the application management of the e-learning platform, it should be possible to activate different modules simultaneously and at different times. The activation of individual modules should be possible in the classification according to the corresponding fields of activity. Heterogeneous learning formats should guarantee that different learning types are addressed and that individual knowledge transfer takes place. A corresponding platform should therefore enable the following learning forms: gamification, videos, reading texts, voice notes (audios) and multiple-choice questions. The system should be compatible with AD connections and mobile use. The system must be able to transfer and update/synchronize the required data from the district administration's directory service via a secure interface in accordance with the state of the art. The system must also offer the option of implementing your own training units. The e-learning platform should either be operated "on premise" in the district administration's data center or as a cloud solution by the provider or a hosting service provider, whereby in the latter case the servers must be hosted within the European Union or the European Economic Area. In addition, it should be guaranteed that with a cloud solution there is a very high level of system availability (at least 99%) on the part of the provider. In addition, the provider should take technical and organizational measures appropriate to the risk to ensure the confidentiality, integrity and availability of the processed data.
Closing Date10 Feb 2025
Tender AmountRefer Documents
LEVIOR s.r.o. Tender
Software and IT Solutions
Czech Republic
Details: The subject of the contract is the supply and implementation of a hardware and software solution for building a network infrastructure for a new warehouse of Levior Sro. Within the scope of the contract, software for storing logs, a system for analyzing network traffic, a Pim/pam system, a monitoring system for IT infrastructure, a system for central administration and a central log storage will be supplied and installed or implemented. The subject of the contract is also the supply of metallic and optical interconnection of technical rooms, a backup server, a backup tape library, switches and access points. The subject of the contract is also the provision of a cloud service for user collaboration and data protection. The subject of the contract is also the implementation and connection with the client's existing systems. The Subject of the Contract also includes the provision of Service-level Agreement (hereinafter referred to as "SLA") and technical support for a period of 60 months from the delivery of the Subject of the Contract and its commissioning. In addition to the above, the Subject of the Contract also includes Transport to the Place of Performance, Delivery of All Connecting and Mounting Elements - Cables, Optical Modules, Etc., and Operator Training.
Closing Date28 Apr 2025
Tender AmountCZK 20 Million (USD 910.3 K)
4891-4900 of 5008 archived Tenders