Cloud Tenders

MUNICIPALITY OF LANTAPAN Tender

Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.7 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Procurement Of Office Supplies For All Offices Of Lgu-lantapan (1st Bid) 1. The Local Government Unit Of Lantapan, Through The General Fund Intends To Apply The Sum Of One Million Seven Hundred Twenty-one Thousand Seven Hundred Eight Pesos (php 1,721,708.00) Being The Abc To Payments Under The Contract Procurement Of Office Supplies For All Offices Of Lgu-lantapan Ib # 2024-12-079 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 20 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 To January 2, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On December 17, 2024 At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On January 2, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 2, 2025 At 9:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 11, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2024-12-079 Name Of Project: Procurement Of Office Supplies For All Offices Of Lgu-lantapan Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 1,721,708.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 1 Air Freshner Can 41 7,380.00 2 Albatross Pcs 81 3,240.00 3 Alcohol 500ml Bot 202 20,200.00 4 Alcohol Gal 17 9,350.00 5 A4tech Anti-glare Webcam Pk635g Pcs 1 3,000.00 6 Ballpen Pilot Black Pcs 322 11,270.00 7 Ballpen Pilot Blue Pcs 30 1,050.00 8 Ballpen Faber Castel Red Pcs 92 1,472.00 9 Ballpen Black Ordinary Pcs 591 5,910.00 10 Book Paper A4 Rms 455 109,200.00 11 Book Paper Short Rms 158 34,760.00 12 Book Paper Long Rms 688 172,000.00 13 Book Paper Long 80gsm Rms 5 1,400.00 14 Brown Envelope Long Pcs 959 6,713.00 15 Brown Envelope Short Pcs 311 1,866.00 16 Battery Double Aa Pack 42 3,570.00 17 Battery Triple Aaa Pack 25 2,125.00 18 Baygon Insect Killer Can 54 9,720.00 19 Book Paper Short 80 Gsm Rsms 5 1,250.00 20 Book Paper A4 80gsm Rms 25 6,500.00 21 Brother Ink Btd 60 Black Bot 63 25,200.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 22 Brother Ink 5000 Magenta Bot 32 12,800.00 23 Brother Ink 5000 Cyan Bot 32 12,800.00 24 Brother Ink 5000 Yellow Bot 32 12,800.00 25 Binder Clip Small Bx 99 3,465.00 26 Binder Clip Big Bx 96 5,760.00 27 Bath Soap Pc 4 160.00 28 Bar Soap (long Bar) Bar 30 1,200.00 29 Battery Rechargeable Double Aa Pc 5 1,250.00 30 Ballpen Fiber Castel Black Pc 529 8,464.00 31 Broom Stick Pc 29 1,015.00 32 Battery Eneloop Rechargeable Aa Pc 10 3,500.00 33 Ballpen Blue Pc 10 100.00 34 Battery 12v 5ah (for Ups) Pc 10 18,000.00 35 Columnar Notebook 12 Cols Pc 23 1,265.00 36 Cartolina Green Pc 12 120.00 37 Computer Mouse Wrieless Pc 9 3,150.00 38 Cannon Ink 810 Black Pc 4 8,600.00 39 Cannon Ink 811 Colored Pc 2 4,700.00 40 Clear Folder A4 Pc 26 416.00 41 Clear Folder Long Pc 136 2,448.00 42 Clear Folder Short Pc 32 512.00 43 Correction Tape Pcs 235 8,225.00 44 Correction Pen Pcs 16 1,760.00 45 Cartolina Pc 25 250.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 46 Computer Keyboard Usb Type Pc 16 5,600.00 47 Computer Mouse Usb Type Bot 17 5,100.00 48 Construction Paper Rm 8 2,800.00 49 Columnar Notebook 24 Cols. Pc 77 6,545.00 50 Cork Board Pc 7 5,320.00 51 Computer Mouse Pad Bot 11 1,650.00 52 Certificate Holder Short Pc 25 2,250.00 53 Certificate Holder Long Pc 44 4,400.00 54 Calculator Ordinary Bot 15 11,250.00 55 Calculator Scienttific Bot 1 1,250.00 56 Cutter Big Pc 13 585.00 57 Cutter Small Pc 3 75.00 58 Carbon Paper Plastofoil Long Black Pc 3 2,940.00 59 Continuos Paper Short 2 Ply Pc 24 54,000.00 60 Clear Envelope Long With Handle Pc 25 625.00 61 Cutter Blade Pc 1 25.00 62 Dtr Pc 12731 12,731.00 63 Dishawshing Liquid/paste Pc 112 6,720.00 64 Downy Bot 19 4,275.00 65 Dipper Big Pc 4 240.00 66 Data Filer Small With Cover Bot 2 700.00 67 Data Filer Big With Cover Pcs 215 81,700.00 68 Data Filer Big Without Cover Pc 25 7,500.00 69 Duct Tape Pc 39 2,730.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 70 Dust Pan Pc 17 1,105.00 71 Dishwashi Ng Sponge Pc 28 560.00 72 Double Sided Tape Roll 65 9,750.00 73 Data Folder Hard 76mmx230mmx380mm Pack 15 2,925.00 74 External Hard Drive 1tb Pc 5 12,500.00 75 Epson Ink 003 Black Pc 174 69,600.00 76 Epson Ink 003 Magenta Pc 79 31,600.00 77 Epson Ink 003 Cyan Pc 78 31,200.00 78 Epson Ink 003 Yellow Pc 78 31,200.00 79 Expanded Brown Envelope Long Pcs 816 14,688.00 80 Expanded Folder Long Pc 429 7,722.00 81 Electric Fan Pc 2 5,000.00 82 Elmers Glue 118 Ml Bot 45 2,520.00 83 Epson Ink T6641 Black Bot 49 19,600.00 84 Epson Ink T6642 Magenta Bot 17 6,800.00 85 Epson Ink T6643 Cyan Bit 17 6,800.00 86 Epson Ink T6644 Yellow Bot 22 8,800.00 87 Expanded Folder Long Yellow Pcs 350 6,300.00 88 Expanded Folder Long Blue Pcs 480 8,640.00 89 Folder Long Blue Pcs 30 210.00 90 Folder Long White Pcs 910 6,370.00 91 Folder Short White Pcs 81 486.00 92 Feather Duster Pc 16 1,040.00 93 Filing Tray 3 Layers Pc 8 6,000.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 94 Frame A4 Pcs 23 3,450.00 95 Ballpen Faber Castel Blue Pcs 15 240.00 96 Cotton Balls Pack 5 500.00 97 Glass Cleaner Bot 44 7,700.00 98 Halk White Enamel 100 Pcs /bx Bx 6 300.00 99 Garbage Basket Ordinary Big Pcs 18 4,500.00 100 Garbage Basket Pedal Type Pc 6 2,100.00 101 Garbage Bag Large Pack 4 600.00 102 Glass Window Wifer Pc 4 1,400.00 103 Gun Tucker Wire Arrow Jt21 Bx 4 720.00 104 Gun Tucker Jt21 Pc 3 6,750.00 105 Heavy Duty Cellophane With Handle Pc 200 7,000.00 106 Highlighter(stabilo Boss) Pc 164 7,380.00 107 Hp Ink 678 Black Pc 15 10,500.00 108 Hp Ink 678 Colored Pc 10 7,000.00 109 Hand Liquid Soap Pc 25 3,125.00 110 Hd-12n /24 Clincher Pc 1 2,000.00 111 Id Sling Pc 60 900.00 112 Id Jacket Pc 60 1,200.00 113 Index Tab Pc 14 3,500.00 114 Linen Paper Long Ordinary Pack 2 110.00 115 Linen Paper Short Ordinary Pack 135 7,020.00 116 Linen Paper Long Board Pc 11 660.00 117 Linen Paper Short Board Pc 355 19,525.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 118 Lysol Spray Pc 10 7,500.00 119 Linen Paper Short Blue Pack 10 520.00 120 Memeo Ppaer Long Pc 3 600.00 121 Memeo Paper Short Pc 2 360.00 122 Mop Head Pc 13 1,950.00 123 Mop Head With Handle Pc 23 8,050.00 124 Mounting Tape Roll 28 7,000.00 125 Masking Tape 1" Pc 31 1,860.00 126 ,masking Tape 2" Roll 49 3,430.00 127 Mannual Binding Machine Pc 1 5,000.00 128 Mailing Envelope Long White Bx 12 3,600.00 129 Manila Paper Pc 160 1,600.00 130 Muriatic Acid Gal 11 3,850.00 131 Notebook Pc 34 680.00 132 Official Record Book 500pp Pc 25 4,500.00 133 Paper Clip Small Bx 71 3,195.00 134 Paper Clip Jumbo Bx 76 3,800.00 135 Paper Fastener Plastic Pc 32 1,600.00 136 Paper Fastener Metal Bx 26 3,120.00 137 Pencil Pc 193 1,930.00 138 Paper Sharpener Small Gal 6 120.00 139 Post It Note Pad 744 33,480.00 140 Pentel Pen Fineblack Pc 87 4,350.00 141 Pentel Pen Black Broad Pc 82 4,100.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 142 Pentel Pen Blue Pc 5 250.00 143 Pentel Pen Red Pc 1 50.00 144 Pentel Pen Green Pc 5 250.00 145 Pail Big Pc 6 2,400.00 146 Push Pin Pack 33 1,155.00 147 Puncher Pc 14 2,520.00 148 Powder Soap Kls 99 14,850.00 149 Paper Cutter Big Pc 3 7,500.00 150 Photo Paper A4 Pad 65 6,500.00 151 Pvc Cover A4 Bx 1 990.00 152 Packaging Tape 2" Roll 13 975.00 153 Pledge Furniture Polisher Can 9 1,620.00 154 Paper Towel Interfold Pad 19 2,850.00 155 Pvc Cover Long Bx 1 1,100.00 156 Plastic Spiral Coil Binder Plastic Ring A4 32mm Pc 2 300.00 157 Plasric Spiral Coil Binder Plastic Ring A4 25mm Pc 2 400.00 158 Plastic Spiral Ring Long Bx 1 250.00 159 Plastic Spiral Ring Short Bx 1 250.00 160 Philippinea Flag 3 X 5 Pcs 50 20,000.00 161 Philippine Flag 4 X 8 Pcs 10 7,500.00 162 Rain Coat Single Whole Pc 2 1,200.00 163 Rubber Boots Pair 1 750.00 164 Rubber Eareser Bx 1 15.00 165 Ribbon Lq 310- Cartridge Pc 6 1,500.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 166 Ring Binder 1/4 Pc 3 180.00 167 Ring Binder 1/2 Pc 8 680.00 168 Ring Binder 1 Pc 6 600.00 169 Ring Binder 2 Pc 6 720.00 170 Rer Pad 10 500.00 171 Rug Pc 24 2,400.00 172 Ruler Pc 32 320.00 173 Record Book 300 Pp Pc 55 4,950.00 174 Record Book 500pp Pc 21 2,310.00 175 Rubber Band No. 18 Bx 3 1,050.00 176 Rubber Bnd Hd 350 Gsm Bx 5 2,000.00 177 Rice Cooker Pc 2 5,000.00 178 Rain Coat With Pants Set 3 4,500.00 179 Stamp-certified True Copy Pc 2 300.00 180 Stamp Released Pc 2 300.00 181 Stamp Received Pc 1 150.00 182 Sticker Paper A4 Pack 34 4,080.00 183 Scoth Tape 1' Roll 118 5,900.00 184 Scoth Tape 2' Roll 102 7,650.00 185 Scoth Brite Pc 44 2,640.00 186 Steel Wall Pc 5 300.00 187 Sign Pen Black Pc 900 27,000.00 188 Sign Pen Pilot Black Pc 56 8,400.00 189 Scissor Big Pcs 54 3,510.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 190 Soft Broom Pc 46 5,520.00 191 Staple Wire Hd-3ls 10mm Bx 14 1,680.00 192 Stapler With Remover Pc 39 17,940.00 193 Stamp Pad Inlk Purple Bx 33 1,485.00 194 Stamp Pad Ink Black Pc 8 360.00 195 Storage Box 50 Ltrs Pc 4 7,200.00 196 Spin Mop Pc 12 15,000.00 197 Spoon Doz 2 200.00 198 Sign Pen Black Uni Ball Impact Pc 211 33,760.00 199 Steel Map Pc 1 1,500.00 200 Stamp Pad Pc 15 900.00 201 Sign Pen Blue Pc 5 150.00 202 Stapler Swingline Big Hd Pc 4 3,000.00 203 Stick Glue Pc 46 460.00 204 Stapler Hd21-(23/17/120 Sheets) Pc 2 5,000.00 205 Staple Remover Pc 8 1,200.00 206 Staple Wire 35 Bx 135 6,075.00 207 Sign Pen Green Pc 6 180.00 208 Specialty Paper Vellum Board 180gsm Pack 50 3,250.00 209 Stapler Wioth Remover Hd Pc 9 4,140.00 210 Tissue Paper Doz 90 13,500.00 211 Thick Plastic Folder Long Pc 265 6,625.00 212 Tape Despenser Pc 9 1,620.00 213 Toilet Bowl Brush Pc 13 1,950.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 214 Tape Measure 100 Mtrs. Pc 1 600.00 215 Ups Pc 3 7,500.00 216 Usb 64 Gig Pc 3 2,400.00 217 Usb 8 Gig Pc 14 5,600.00 218 Usb 16 Gig Pc 7 3,500.00 219 Usb 32gig Pc 5 3,500.00 220 Whyte Board Pen Black Pc 39 1,950.00 221 White Board 4 X8 Pc 5 15,000.00 222 White Board Eareser Pc 7 455.00 223 Working Gloves Pair 3 450.00 224 Wet Wipes Pack 12 1,200.00 225 Wall Clock Pc 2 1,160.00 226 Yellow Pad Pad 8 320.00 227 Zonrox Gal 40 8,000.00 228 Coconut Scub Pcs 6 360.00 229 Dishwashing Liquid Bot 5 375.00 230 Floor Wax White Can 3 1,260.00 231 Zonrox Color Safe Gal 10 2,000.00 232 Table Shar Pener Pc 1 500.00 233 Toilet Pump Pc 6 780.00 234 Sliding Folder White Long Pc 60 1,500.00 235 Plastic Cellophe Cover Thick Mtrs 20 1,700.00 236 Linen Paper Short Light Blue Pack 20 1,200.00 237 Linen Paper Light Green Pack 65 3,900.00 Item No. Item Description Unit Of Issue Quantity Abc Unit Price Amount 238 Cloth Geena Earth Mint Green Mtrs 50 2,250.00 239 Medal Ordinary B-l-g Pcs 3000 90,000.00 Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:

Municipality Of Los Ba os, Laguna Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date10 Apr 2025
Tender AmountPHP 466.6 K (USD 8.1 K)
Details: Description I. Office Of The Mayor (10,000) Printer 1 Unit Printing Technology : On-demand Inkjet (piezoelectric) Configuration : Print Direction : Bi-directional Printing Resolution : Print Speed: Draft, A4 (black/colour): Up To 33 Ppm/ 15ppm Iso 24734, A4 Simplex (black/colour): Up To 10ipm/ 5.0ipm Dimensions(wxdxh): 375 X 347 X 169 Mmp Weight: 2.8kg 1 Year Warranty Ii. Mo-pio (61,000) 16tb External Hard Drive Hdd - Usb 3.0, With 1 Pc Rescue Data Recovery Services (stkp16000402) Easy-to-use Desktop Hard Drive-simply Plug In The Power Adapter And Usb Cable Fast File Transfers With Usb 3.0 Drag-and-drop File Saving Right Out Of The Box Automatic Recognition Of Windows And Mac Computers For Simple Setup (reformatting Required For Use With Time Machine) Product Dimensions: 3.03 X 8.35 X 8.58 Inches; 2.59 Pounds 128gb Storage Capacity 4 Pc Uhs-1/v30/u3/class 10 Max Read Speed 200mb/s+c96 Max Write Speed 90 Mb/s Min Write Speed 30 Mb/s Records Full Hd, 3d, $k Video Built-in Write - Protect Switch Designed For Sd Devices Canon Lp-e6 Lp-e6n Battery Canon Lp-e6 Lp-e6n Battery Highlights Compatible With Canon Eos 7d Mark Ii, 5d Mark Ii, 5d Mark Iii, 5d Mark Iv, 5ds R, 60d, 60da, 70d, 80d, 6d, And 6d Mark Ii Cameras Features 5 Unit Power Your Eos Dslr Camera With This Lp-e6n Lithium-ion Battery Pack From Canon. It Is Compatible With The Lc-e6 And Lc-e6e Charges And Offers A Capacity Of 2130mah With N Output Voltage Of 7.2v. The Battery Is Offered Here As A Spare Or Replacement Part. Ups 1 Pc Output Power Capacity 360 Watts/650 Va Output Connection (4) Nema 5-15 R (battery Backup) Nominal Output-voltage 230v Nominal-input Voltage 230v Input Connection Nemas 5-15p Cord Length 1.2 Meters Resetable Circuit Breaker = Yes Heavy Duty Laminating Machine Laminator With 1 Pc Fan 260 Mm Photo Laminator Hot And Cold Size 260 Mm) Type: Heavy Duty Speed: 0.5/ Min Maximum Rubber Width: ≤260mm Maximum Glu Thickness: ≤ 2mm Gel Temperature: 100 - 180°c Number Of Rubber Rolers: 4 Heating Method: Infrared Heating Power: 520w Iii. Menro (9,200) Portable Sheet-fed Document Scanner For Pc And 1 Unit Mac: Media Type: Usb / Scanner Type: Document / Connectivity Technology: Usb / Product Dimensions: 1.8"d X 10.7"w X 1.3"h / Resolution: 1200 / Item Weight: 0.59 Pounds / Wattage: 2.1 Watts / Sheets Size: 8.5x72 Inches, As Well As Id Cards And Resceipts / Includes Nuance Ocr Create Searchable Pdfs And Editable Word And Excel Files, Scan Speed Up To 5.5 Sec Per Sheet / Scan To The Cloud (4) Scan Files Directly To Online Storage Accounts With The Included Software Included Twain Driver Compatible With Virtually Any Imaging Software / Automatic Feeding Mode Combine Multi Page Scans Into One File; Scanner Automatically Accepts Each New Sheet As It's Inserted / 1-yr Warranty Iv. Mcr (43,000) Semi-expendable Machinery & Equipment 1 Unit Printer 1 Year Warranty, Print, Scan, Copy, Fax With Adf, Print Direction: Bi-directional Printing, Technology: Precisioncore Printhead, Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow), Maximum Droplet Size: 3.3 Pl, Maximum Resolution: 4800 X 1200 Dpi (with Variable- Sized Droplet Technology), Automatic 2-sided Printing: No, Photo Default - 10 X 15 Cm / 4x6 " *2: Approx. 69 Sec Per Photo (boarder) / 90 Sec Per Photo (boarderless) Draft, A4 (black / Colour): Up To 33.0 Ppm / 20.0 Ppm, Iso 24734, A4 Simplex (black / Colour): Simplex: Up To 15.0 Ipm / 8.0 Ipm, First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec, Scan Speed (flatbed / Adf (simplex)): 200dpi, Black: 12 Sec / Up To 4.5 Ipm, 200dpi, Colour: 29 Sec / Up To 4.5 Ipm, Maximum Copies From Standalone: 99 Copies, Maximum Copy Resolution: 600 X 600 Dpi, Maximum Copy Size: Legal, Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 10.8 Ipm / 5.5 Ipm, Iso 29183, A4 Adf (black / Colour): Approx. 60 Sec / 82 Sec, Copy Quality: Standard / High, Scanner Type: Flatbed Colour Image Scanner, Sensor Type: Cis, Optical Resolution: 1200 X 2400 Dpi, Maximum Scan Area: 216 X 297 Mm, Scanner Bit Depth (colour): 48-bit Input, 24-bit Output, Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output, Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output, Dimensions (w X D X H): 375 X 347 X 237 Mm, Weight::5.2 Kg Ups 1 Pc 1 Year Warranty, Ratings: 2000va / 1200w, Batery: 2x 12v9ah, Interface: 6x Universal Socket Led Indicators, Size: 125 X 380 X 225mm, Weight: 14.8kg, Led Display Or Lcd Display Selectable, Microprocessor Based Digital Control, Boost And Buck Avr For Voltage Stabilization, Auto Sensing Frequency, Wide Input Voltage Range, Power On Self Test, Cold Start, Auto Restart When Mains Powers Is Restored Auto Track Mains Phase To Ensure That Inverter Output Voltage Has Same Phase With Utility Voltage, Reducing Transfer Time And Peak Surge, Intelligent Battery Management: Battery Temperature Compensation To Extend --the Battery Life; Three-stage Charging To Shorten Recharge Time, Short Circuit, Battery Overcharge / Overdischarge, Overload, Surge Protections, Automatic Charging In Off Mode. Usb Hub; Usb 3.0 & Usb-c 2-in-1 Interface To 4-port Usb 3.0 1 Pc Hub; Leght : 1m Water Dispenser Bottom Loading Design 1 Pc Eliminated Heavy Lifting, Flipping Or Spilling Fujidenzo (dispense 2 Temperature; Cold And Hot Water Mess Free Spill-proof Bottle Holder With Leak Guard Push Button Controls With Child Safety Feature Quiet Cooling And Heating) 1 Year Warranty V. Vice Mayor's Office (59,000) Semi-expendable Machinery And Equipment 6 Pc Rechargeable Battery Set Rapid Charge 2pcs. Aa: 1.5 Hours /4pcs. Aa: 3 Hours 2,000 Mah Ni-mh Rechargeable Battery 2,000 Charging Life Cycle Low Self-discharge For Multi-use 1 Year Warranty Scanner 1 Unit Ds-410 Weight: 2.5 Kg (5.52lb) Size: 297 Mm (11.69") X 152mm (5.99") X 154mm (6.01") Box Inclusion : Scanner Main Unit, Usb Cable, Ac Adapter, Power Cord, Software Cd, And Setup Guide Scanner Type : A4 Sheet-fed, One Pass Duplex Colour Sensor: Contact Image Sensor (cis) X 2 Scanning Method: Fixed Carriage And Moving Document Light Source : Rgb Led Optical Resolution : 600 X600 Dpi Bit Depth: Colour : 48-bit Input, 24-bit Output Greyscale : 16-bit Input, 8-bit Output Black & White : 16-bit, 1-bit Output Document Size: Minimum: 50.8 X 50.8 Mm Maximum: 215.9 X 3,048 Mm Supported Paper Weight : 50-209gm2, Less Than A8 Size: 127 - 209g/m2 Adf Capacity : 50 Sheets (80g/m2) Daily Scan Volume : Up To 3,000 Sheets/day Multi-feed Detection : Length Detection Interface: Usb 2.0 Scanning Speed: Resolution (simplex/duplex) 200dpi: 26 Ppm/52 Ipm (monochrome, Colour) 300dpi: 26 Ppm/52 Ipm (monochrome, Colour) 600dpi: 21 Ppm/42 Ipm (monochrome), 7.0 Ppm/14 Ipm Drivers And Software Supported Os (scanner Driver) Windows : Windows Xp/vista/7/8/8.1/10/server 2003/ 2008/2012/2016 Mac: Os X 10,6,8 Or Later Driver Compatibility: Twain, Sane, Wia, Ica, Isis Software Bundle: Scan 2 Scan Ocr Component Scan Pdf Extensions Document Capture Pro (windows) Docoment Capture (mac) File Format Scan 2 : Jpeg, Tiff, Multi-tiff, Pdf, Searchable Pdf, Bmp, Png Document Capture Pro (win): Jpeg, Bmp, Pdf, Searchable Pdf, Tiff, Multi-tiff, Png, Docx, Xlsx, Pptx Electrical Specifications Rated Volatage: Ac 220-240v Rated Frequency: 50-60hz Power Consumption Operating : 15w Ready Mode: 4.1w Sleep Mode: 0.6w Power Off: 0.2w Environmental Conditions Temperature Operating: 5-35c Storage: -25-60c Humidity Operating : 15-80% (no Condensation) Storage: 15-85% (no Condensation) 1 Year Warranty Semi-expendable Machinery And Equipment 2 Unit Uninterruptible Power Supply (ups) Output Power Capacity: 550watts/1.1 Kva Max Configurable Power (watts) 550watts/1.1 Kva Normal Output Voltage: 230v Output Frequency : 50/60hz =-1 Hz Topology: Line Interactive Wave Form Type : Stepped Approximation To A Sinewave Output Connections : (2) Iec320 C13 (battery Backup) Transfer Time: 4ms Typical : 6ms Maximum Nominal Input Voltage : 230v Input Frequency: 50/60hz +/-3hz (auto Sensing) Input Connection: Iec-320 C14, Nema 5-15p Cord Length : 1.22 Meters, Input Power Factor At Full Load: 0.5 Input Voltage Range For Main Operations: 150-280 Volts Number Of Power Cords: 1, Maximum Input Current: 10.0a Type Input Protection Required: 3-pole Breaker One (1) Year Warranty Semi-expendable Machinery And Equipment Speaker 1 Pc 10-inch , 300-watts Active Plastic-molded Loudspeaker System Type: 2 Way Bass Reflex Lf: 10" Woofer (2" Voice Coll Size) Hf: 1" Titanium Dome Tweeter Frequency Response : 48hz-20khz Amp. Power: 300w Class D Input Impedance : 20k Ohms Input Gain: Line +20 Dbu/mic: +40db Input Connector: Line (rca & Xlr), Mic (pl&xlr) Output Connector: Line (xlr Loop Through) Thd: Less Than 0.1% Led Indicator: Power, Signal, Clip Crossover Frequency : 2.5khz Ac Input :220v 50-60hz Dsp Management Control W/ 5 Percent Settings (normal, Usb/bluetooth Functions Line Level And Direct Mic/guitar Input 90 X 60 Wave Guide Horn For Wide Coverage Signal Loop For Extended System Application Dimension (hxwxd): 50(h)x31(w)x26(d)cm Rugged Plastic Mold Design Cabinet Bottom Pole Mount For Tripod Stand Multiple Handle For Easy Transport Xlr Connecetor: 2 Pairs Male & Female Cable Signal Wire Shilded 30 Meters Audio Jack - 3.5 -15 Meters Wall Mount - 2 1 Year Warranty Vi. Budget Office (31,000) All-in-one Inkjet, Color, Duplex, Wi-fi Printer With Integrated 1 Unit Ink Tank System And Automatic Document Feeder Interface: Usb: Usb 2.0 Network : Ethernet, Wi-fi Ieee 802.11/b/g/n, Wi-fi Direct Lcd Screen : 2.4 Colour Lcd Print: Printing Technology: On-demand Inkjet (piezoelectric) Nozzle Configuration : 400x1 Nozzles Black, 128x 1 Per Colour (cyan, Magenta, Yellow) Print Direction : Bi-directional Printing Maximum Print Resolution : 4800x1200dpi Print Speed : Draft, A4 (black/colour): Up To 33ppm/20ppm Iso 24734, A4 Simplex (black/colour): Up To 15.5ipm/8.5ipm Copy: Copy Quality: Colour/black-and-white;draft/standard Maximum Copies From Standalone : 99 Copies Maximum Copy Size : A4, Letter Max Copy Resolution :600x600 Dpi Maximum Copy Size : Legal 29sec Scan: Scanner Type: Flatbed Colour Image Scanner Optical Resolution :1200 X 2400 Dpi Flatbed (black/colour): 200 Dpi: 12 Sec/200 Dpi: 29sec Adf: Support Paper: Thickness : 64-95 G/m2 Paper Capacity : 30 Pages (a4), 10 Pages (legal) Sec Dimensions (wxdxh): 375x347x237 Mm Weight : 6.7 Kg 1 Year Warranty Uninterruptible Power Supply 1 Unit Output Power Capacity: 1000va/600watts Nominal Output Voltage: 230v Output Frequency (not Synced): 50/60 Hz +/- Hz Topology : Line Interactive With Avr Number Of Outlets : 4 Outlets Warranty: 1 Year Vii. Mswdo (60,000) Machinery And Equipment Portable Sound System Active Portable Trolley Speaker 1 Unit 600w Max Power Bluetoth + Tws Usb & Sd Playback Fm Radio Line-in & Line-out 2 Guitar Input 2 Wired Mic Input 180 Channels Mic Priority High Quality Lead Acid 12ah Battery 12v Dc Input Dimensions : (l) 36.5cm (w) 40cm (h) 67.5cm 2 Free Wireless Mic 1 Year Waranty Printer 2 Unit Printer Type: Print, Scan, Copy, Photo Default - 10 X 15 Cm / 4x6" Approx. 69 Sec Per Photo (boarder) / 90 Sec Per Photo (boarderless) *1 Draft, A4 (black / Colour) : Up To 33 Ppm / 15 Ppm *1 Ipm*1 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*1 Copy Quality: Colour / Black-and-white; Draft / Standard Maximum Copies From Standalone: 20 Copies Maximum Copy Size : A4, Letter Ipm / 1.7 Ipm Max Copy Resolution : 300 X 300 Dpi Scanner Type: Flatbed Colour Image Scanner Optical Resolution : 600 X 1200 Dpi Maximum Paper Size: 215.9 X 1200 Mm (8.5 X 47.24") Output Capacity : Up To 30 Sheets, Plain Paper 20 Sheets, Premium Glossy Photo Paper Dimensions (w X D X H): 375 X 347 X 179 Mm Weight : 3.9 Kg Consumables: Black Ink Bottle : 4,500 Pages *4 - 003 Cyan Ink Bottle: 7,500 (composite Yield)*4-003 Magenta Ink Bottle : 7,500 (composite Yield)*4-003 Yellow Ink Bottle : 7,500 (composite Yield)*4-003 Printing Technology : On-demand Inkjet (piezoelectric) Per Colour (cyan, Magenta, Yellow) /8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 Windos Server Os Mac Os X 10.6.8 Or Later 1 Year Warranty Viii. Treasury (64,000) 24-pin Narrow Carriage Impact 1 Unit Printer Printing Technology Print Method Impact Dot Matrix Number Of Pins In Head Print Direction Control Code Print Speed High Speed Draft 10/12 Cpi Draft 10/12/15 Cpi Draft Condensed 17/20cpi Lq 10/12/15 Cpi Lq Condensed 17/20 Cpi Pitch 10/12/15/17/20 Cpi Tractor Rear In, Top Out Manual Insertion Rear In, Top Out Reliability Meant Print Volume Between Failure Approx 20 Millions Lines (except Pin Head) Mean Time Between Failure Approx 10,000 Poh (25% Duty) Print Head Life Approx 400 Million Stroke/wire Control Panel 4 Switches And 5 Leds Daytech W109 Two-way Window 6 Unit Intercom System Voice Communication Dual-way Intercommunication, Knob Voice Adjustment High-sensitive Microphone, Loud And Clear Voice , Easy To Use Wildly Application Color Black Anti-interference Microphone A45 Wifi All In One Ink Tank Printer With Adf 1 Unit Printer Type Scan, Copy, Fax With Adf Maximum Resolution 5760x1440 Dpi Maximum Copies From Standalone 99 Copies Reduction / Enlargement 25-40% Maximum Copy Resolution 600x600 Dpi Maximum Copy Size Legal Scanner Type Flatbed Colour Image Scanner Up To 100 Sheets Of Plain Paper 80 G/m2 Up To 20 Sheets Of Premium Glossy Photo Up To 30 Sheets Of Plain Paper 80 G/m2 Up To 20 Sheets Of Premium Glosy Photo Lcd Screen 1.44" Colour Lcd Ethernet, Wi-fi Ieee 802.11b/g/n Wi-fi Direct Photo Deafult - 10x15cm /4x6" 1approx 69sec Photo (boarder) / 90sec Per Photo (boraderless)*2 Draft A4 (black/colour) Up To 33ppm / 15ppm*2 Iso 24734, A$ Simplex (black/colour) Up To 10ipm/5.0 Ipm*2 First Page Out Time From Ready Mode (black/colour) Approx.10 Sec/16 Sec*2 Water Dispenser 1 Unit Bottom Load, Hot And Cold Water Dispenser Height: 10.43 Weight: 35.8 Length: 31 Net Weight(kg): 13 Wattage: Hot: 550 Watts I Cold 100watts Warranty: 1 Year On Parts Ix. Comelec (30,000) Uninterruptible Power Supply (ups) 1 Pc Output: 650 Watts, 50/60hz+/_ Sync To Main, Line Interactive, Stepped Approximation To A Sinewave, 6ms Typical 10ms Maximum: Input: 50/60hz+/-5hz Auto Sensing, 140-300 (230v) Acv, Power Factor 0.51 Portable Speaker 1 Pc Specification: 2-way Active Speaker, 500 Max, 4 Ohms, Usb/sd/bt/tws/fm, Guitar And Mic Input, Rechargable Battery,2 Wireless Microphone, Led Lights, Remote Control. X. Sb Secretary (40,000) Binding Machine 1 Unit Application: Large Office Binding Capacity: 500 Binding Type: Plastic Comb Color: Metallic Silver/black Crc: 52272 Imaterial Type: Steel Punching Type: Manual Punching Capacity: Capacity Of 25 Sheets Usage: Frequent Vertical Punching : Yes 1 Year Warranty Uninterruptible Power Supply (ups) 4 Unit Output Power Capacity : 550watts/1.1 Kva Max Configurable Power (watts) 550watts/1.1 Kva Normal Output Voltage : 230v Output Frequency : 50/60hz =/-1 Hz Topology : Line Interactive Wave Form Type: Stepped Approximation To A Sinewave Output Connections: (2) Iec320 C13 (battery Backup) Transfer Time: 4ms Typical : 6ms Maximum Nominal Input Voltage: 230v Input Frequency : 50/60hz +/-3hz (auto Sensing) Input Connection: Iec-320 C14, Nema 5-15p Cord Legth: 1.22 Meters Input Power Factor At Full Load: 0.5 Input Voltage Range For Main Operations: 150-280 Volts Number Of Power Cords : 1 Maximum Input Current : 10.0a Type Input Protection Required : 3-pole Breaker One (1) Year Warranty Xi. Assessor (59,400) Branded Ink Tank Printer 4 Units Technology: Piezoelectric Printhed Nozzle 180 X 1 Nozzles Black , 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Direction : Bi Directional Uni-directional Printing Max Print Resolution 720 X 720 Dpi Maximum Ink Droplet Size : 3.0pl 1year Warranty Branded A3 Wifi Duolex Wide Format All In One Ink Tank Printer 1 Unit Print Method : Precision Core Tm Printhead Minimum Ink Droplet Volume : 3.3pl Printer Language Esr /pr Print Direction : Bi-directional Printing Nozzle Configuraton : 400 X 1 Nozzle (black) , 128 X 1 Nozzle Per Colour (cyan Magenta Yellow) Maximum Resolution 4800 X 1200 Dpi Automatic 2 Sided Printing : Yes Up To A4/letter 1 Year Warranty Bid Amount Shall Not Exceed The Approved Budget Of Each Department / Office

PHILIPPINE SPORTS COMMISSION Tender

Software and IT Solutions
Philippines
Closing Date5 May 2025
Tender AmountPHP 29.9 Million (USD 536.6 K)
Details: Description Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Supply And Deliver The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. Pre-installed Operating Systems With Corresponding Digital Copy Of License And Other Information Are Also Accepted. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users For Lot 1,2,4, And 5 Only. 5. Shall Provide Onsite Service/remote Assistance For At Least 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Telephone/viber Call Or Email, Free Of Charge. 6. Shall Provide Appropriate End-user Training (to Be Arranged After The Completion Of Delivery). 7. Shall Submit A Manufacturer’s Certificate During The Opening Of Bids For Lot 1 And 4 Only, As Follows: A. For Distributors: Copy Of Certification From The Manufacturer Stating That The Bidder Is An Authorized Distributor Of The Product. B. For Resellers/dealers: Copy Of Certification From Its Manufacturer/distributor Stating That The Bidder Is An Authorized Reseller/dealer Of The Product. Note: Original Copy Of The Above-mentioned Certificates Must Be Presented During Post-qualification. 8. Shall Attach The Actual Brochure/data Sheet/documentation Of The Product Being Offered During The Opening Of Bids. 9. Shall Submit A Warranty Certificate Issued By The Bidder Or The Manufacturer/distributor Of The Product Being Offered. 10. Duly Notarized Sworn Statement Issued By The Bidder Or The Manufacturer/distributor Of The Product Being Offered Is Brand New, Genuine, And Authentic; 11. Any Proof Or Documentation That The Product Being Offered Is Certified Energy Star And Passed The Electronic Product Environmental Assessment Tool (epeat) Or Equivalent To Lot 1,2, And 4 Only. Lot 1 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700 (33 Mb Cache, 20 Cores, 28 Threads, 2.1 Ghz To 5.4 Ghz, 65w) Or At Least Equivalent • Thermal Cooling Standard Cpu Air Cooler Or At Least Equivalent • Intel Rapid Storage Technology Driver Or At Least Equivalent • Memory 16gb;1x16 Gb. Ddr5, 4400mt/s • Intel Integrated Graphics Or Equivalent • Storage C2; M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcle Nvme, Ssd • Raid Connectivity • Power 300w-400w Platinum Internal Power Supply (psu Certified) • System Power Cord • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018-present Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower Or At Least Equivalent • Windows 11 Pro Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix Or At Least Equivalent • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Comfort View Plus Or At Least Equivalent • Viewable Size: 21.5" • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays • Epeat Gold • Energy Star Certified Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 2 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink Or At Least Eqivalent • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • With 700w-1000w (psu Certified) • System Power Cord • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wired Keyboard • Wired Mouse • Premier Color 6.2 Or At Least Equivalent • Energy Star Qualified • Epeat 2018-present Registered (gold) • Regulatory Label, 1000w Apcc • Internal Speaker • Operating System: Windows 11 Pro, English Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days 2. Monitor Of High-end Desktop Computers • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix Or At Least Equivalent • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840 X 2160 At 60hz • Vertical Viewing Angle: 178° Or At Least Equivalent • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus Or At Least Equivalent • At Least Diagonal Size: 26.96” • Backlit Technology: Wled Edge Light Backlight Or At Least Equivalent Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 3 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 30 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English • Graphics Card: Intel Iris Xe Graphics Or Equivalent • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display Or At Least Equivalent • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt Or At Least Equivalent • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Wireless Keyboard And Mouse • Manufacturer Standard Color • Manufacturer Standards Ports, Dimensions And Weight Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 30 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi 6e (802.11ax)6 Bluetooth 5.3 • Camera 1080p Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 30 Calendar Days Lot 4 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvidia Mx570 Discrete Graphics Or At Least Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Keyboard (manufacturer Standard), No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or At Least Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme Or At Least Equivalent • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable Or At Least Equivalent • English Us Non-backlit Ai Hotkey Keyboard • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Energy Star Qualified • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone, Or At Least Equivalent • Epeat 2018-present Registered (at Least Silver) Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 5 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level Or Least Equivalent • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or At Least Equivalent • Memory: 32gb Ram Max 96gb Ddr5 - 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type (30fps@720p) 3d Noise Reduction (3dnr) Or At Least Equivalent • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45-60 Calendar Days Lot 7 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • With Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology Or At Least Equivalent • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Tray: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper: 64-90 G/m2, Photo Paper: 102-300 G/m2 • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 1200 Dpi Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd Or At Least Equivalent • Print Speed (a4): Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500 Pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Maximum Paper Input Capacity: At Least 251 Sheets • Paper Output: At Least 100 Sheets Paper Sizes • Standard Cassette: A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray: A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Type: Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² • Wireless Wi-fi 802.11 B/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) • Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Nozzle Configuration: 800 X 1 Nozzle Black, 256 X 1 Nozzle Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct • Standard Paper Input Capacity (or At Least Equivalent) • Cassette 1: 250 Sheets For A4 Plain Paper (80 G/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless) *2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm /12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm /9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm /6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm /5.0 Ipm *2 Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets • With Colour Lcd Touch Screen • With Software Support, Mobile And Cloud Solutions Service And Warranty: • Basic Onsite Service/ Remote Assistance For At Least 12 Months • At Least Standard Warranty On Parts And Services • Supplier/manufacturer Should Have An Authorized Service/support Center Nationwide Delivery Period: 45 Calendar Days

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date28 Mar 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (f Ac) 2025-03 effective: 17 Jan 2025 this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A firm-firm Fixed-price (ffp) Basis. the Associated North American Industrial Classification System Code For This Procurement Is 336411. the Associated Federal Supply Code (fsc) I Product Service Code Procurement Is 1150. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase: ,skydio X2d Starter Kit (5ghz, Color) (3-year Term) supplies: Brand Name. items Must Be Brand Name In Accordance With Far 52.211-6. delivery Address: x U.s. Naval Research Laboratory 4555 Overlook Avenue, S.w. bldg. 49 - Shipping/receiving code 3400 washington, Dc 20375 **fob Destination Is Required** estimated Delivery Time: -------- the Following Far & Dfa Rs 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 Dfa Rs Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted, that Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incor Orated into This Solicitation And Any Resultant Contract the Following Solicitation Far Provisions Apply To This Acquisition, Unless Not Applicable by Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Provisions erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be considered To Be Incorporated Into This Solicitation: • 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 Comp.leted And Returned With Quote!prop.osal. • 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 • 52.212-1, "instructions To Offerors-commercial Items" a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions: • This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. no Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be covered By The Manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed equipment/system Such That Oem Warranty And Service Are Provided And Maintained by The Oem. All Software Licensing, Warranty, And Service Associated With The equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That they Are An Authorized Distributor For The Specific Items Being Procured. • 52.212-3, "offerors Representations And Certifications-commercial Items And Commercial services" • 52.217-5, Evaluation Of Options • 52.219-1, Small Business Program Representations • 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals­ representation • 52.225-18, Place Of Manufacture • 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or transactions Relating To Iran-representation And Certifications • 52.237-1, Site Visit • 52.252-1, Solicitation Provisions Incorporated By Reference nrl Also Includes The Following Provisions That Must Be Completed By The Offeror: 1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporationsrepresentation. 2. Far 52.222-22, Previous Contracts And Compliance Reports 3. Far 52.222-25, Affirmative Action Compliance offerors Must Complete Annual Representations And Certifications On-line At https://www.sam.gov/ In Accordance With Far 52.212-3, "offerors Representations And certifications-commercial Items." If Paragraph (j) Of The Provision Is Applicable, A Written submission Is Required. ffhe 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 Inco Orated Into This Solicitation And Any Resultant Contract: • 52.212-4, Contract Terms And Conditions-commercial Items • 52.203-3, Gratuities (apr 1984) • 52.204-18, Commercial And Government Entity Code Maintenance • 52.204-19, Incorporation By Reference Of Representations And Certifications • 52.204-21, Basic Safeguarding Of Covered Contractor Information Systems • 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations • 52.219-8, Option To Extend Services • 52.217-9, Option To Extend The Term Of The Contract • 52.219-28, Post-award Small Business Program Rerepresentation • 52.232-1, Payments • 52.232-8, Discounts For Prompt Payment • 52.232-11, Extras • 52.232-23, Assignment Of Claims • 52.232-39, Unenforceability Of Unauthorized Obligations • 52.232-40, Providing Accelerated Payments To Small Business Subcontractors • 52.233-1, Disputes • 52.233-3, Protest After Award • 52.233-4, Applicable Law For Breach Of Contract Claim • 52.243-1, Changes-fixed-price • 52.247-34, F.o.b Destination • 52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form) • 52.249-4, Termination For Convenience Of The Government (services)(short Form) • 52.252-2, Clauses Incorporated By Reference 2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive orders - the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By their Terms, In Which Case Shall Be Considered Self-deleting: • 52.204-10 • 52.209-6 • 52.219-6 • 52.222-3 • 52.222-19 • 52.222-21 • 52.222-26 • 52.222-36 • 52.222-50 • 52.223-18 • 52.225-13 • 52.232-33 3. Df Ars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of commercial Items Dod Class Deviation 2018-00021, Commercial Item Omnibus Clause For Acquisitions using The Standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class deviation 2018-00021 the Following Solicitation Df Ars Provisions Apply To This Acquisition, Unless Not applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Df Ars provisions Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their terms, Shall Be Considered To Be Inco Orated 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 • 252.215-7007, Notice Oflntent To Resolicit the Following Solicitation Df Ars 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 Incor.porated Into This Solicitation And Any Resultant Contract: • 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials • 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights • 252.204-7003, Control Of Government Personnel Work Product • 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor • 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting • 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support • 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications equipment Or Services • 252.211-7003, Item Unique Identification And Valuation • 252.211-7008, Use Of Government-assigned Serial Numbers • 252.223-7008, Prohibition Of Hexavalent Chromium • 252.225-7013, Duty-free Entry • 252.227-7015, Technical Data - Commercial Items • 252.227-7037, Validation Of Restrictive Markings On Technical Data • 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports • 252.232-7006, Wide Area Workflow Payment Instructions • 252.232-7010, Levies On Contract Payments • 252.239-7010, Cloud Computing Services • 252.239-7018, Supply Chain Risk • 252.244-7000, Subcontracts For Commercial Items • 252.246-7003, Notification Of Potential Safety Issues • 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations submission Instructions: all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. include Your Company Duns Number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. buyer Name: Marche Hampton, Email: Marche.hampton@nrl.navy.mil. please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Government Intends To Award A Purchase Order As A Result Of This Combined synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance with The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. Lbis 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). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail. the Following Provisions And Contract Clauses Are Hereby Incorporated Into This request For Quote {rfo). Any Provisions And Contract Clauses Not Applicable By their Terms Shall Be Self-deleting. interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13, 2020 instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Off Er. far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment the Offeror Shall Not Complete The Representation At Paragraph (d)(l) Of This Provision If The Offeror Has Represented That It '' Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument'' In The Provision At 52.204-26, covered Telecommunications Equipment Or Services-representation, Or In Paragraph (v) Of The Provision At 52.212-3, Offeror Representations And Certifications- Commercial Items. (a) Definitions. As Used In This Provision-backhaul, Covered Telecommunications equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204--25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(l)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To- (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(l)(b) Of The John S. Mccain National Defense Authorization Act For fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To- (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. ( C) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For '' Covered Telecommunications Equipment Or Services.'' ( D) Representations. The Offeror Represents That- (1) It □ Will, □ Will Not Provide Covered Telecommunications Equipment Or Services To the government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(l) Of This Section If The Offeror Responds "will" In Paragraph (d)(l) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That- It □ Does, □ Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section. ( E) Disclosures. (1) Disclosure For The Representation In Paragraph ( D)(l) Of This Provision. If The Offeror Has Responded ''will'' In The Representation In Paragraph (d)(l) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment- (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(l) Of This Provision. (ii) For Covered Services- (a) If The Service Is Related To Item Maintenance: A Description Of All Covered telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or b) If Not Associated With Maintenance, The Product Service Code (psc) Of Theservice being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(l) Of This Provision. (2) Disclosure For The Representation In Paragraph ( D)(2) Of This Provision. If The Offeror Has Responded ''does'' In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment- (a) The Entity That Produced The Covered Telecommunications Equipment (include entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b )(2) Of This Provision. (ii) For Covered Services- (a) If The Service Is Related To Item Maintenance: A Description Of All Covered elecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; and explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b )(2) Of This Prov1s1on. (end Of Provision) df Ars 252.204-7017 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation the Off Eror Is Not Required To Complete The Representation In This Provision If The Offeror Has Represented In The Provision At 252.204-7016, Covered Defense Telecommunications Equipment Or Services-representation, That It "does Not Provide Covered Defense Telecommunications equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument." (a) Definitions. "covered Defense Telecommunications Equipment Or Services," "covered Mission," "critical Technology," And "substantial Or Essential Component," As Used In This Provision, Have The Meanings Given In The 252.204-7018 Clause, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services, Of This Solicitation. (b) Prohibition. Section 1656 Of The National Defense Authorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Agencies From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service To Carry Out Covered Missions That Uses Covered Defense Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. ( C) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For A Ward Management (sam) At Https://www.sam.gov For Entities That Are Excluded When Providing Any Equipment, System, Or Service To Carry Out Covered Missions That Uses Covered Defense Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless A Waiver Is Granted. representation. If In Its Annual Representations And Certifications In Sam The Offeror Has Represented In Paragraph ( C) Of The Provision At 252.204-7016 , Covered Defense Telecommunications Equipment Or Services---representation, That It "does" Provide Covered Defense Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument, then The Offeror Shall Complete The Following Additional Representation: the Offeror Represents That It [ ] Will [ ] Will Not Provide Covered Defense Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To Dod In The Performance Of Any Award Resulting From This Solicitation. ( E) Disclosures. If The Offeror Has Represented In Paragraph ( D) Of This Provision That It "will Provide Covered Defense Telecommunications Equipment Or Services," The Offeror Shall Provide The Following Information As Part Of The Offer: (1) A Description Of All Covered Defense Telecommunications Equipment And Services Offered (include Brand Or Manufacturer; Product, Such As Model Number, Original Equipment Manufacturer (oem) Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable). (2) An Explanation Of The Proposed Use Of Covered Defense Telecommunications Equipment And Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition Referenced In Paragraph (b) Of This Provision. (3) For Services, The Entity Providing The Covered Defense Telecommunications Services (include Entity Name, Unique Entity Identifier, And Commercial And Government Entity (cage) code, If Known). ( 4) For Equipment, The Entity That Produced Or Provided The Covered Defense Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known). (end Of Provision)

City Of Tayabas Tender

Electrical Cables And Wires...+1Electrical and Electronics
Philippines
Closing Date5 May 2025
Tender AmountPHP 1.1 Million (USD 20.3 K)
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-052 Supply And Delivery Of Other Supplies For 2nd Quarter (non-dbm) - Gso 1. The City Government Of Tayabas, Through The General Fund 2025 Intends To Apply The Sum One Million One Hundred Thirty-six Thousand Two Hundred Forty-one Pesos (php 1,136,241.00) Being The Abc To Payments Under The Contract For Project # 25-052 Supply And Delivery Of Other Supplies For 2nd Quarter (non-dbm) - Gso. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 14, 2025 (monday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On April 21, 2025 (monday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before May 05, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 05, 2025 (monday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabasreserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Common: 1. Pack 100pcs Nylon Cable Ties Multipurpose Plastic Zip Tie Cables Wires 4 2. Bottle Air Purifier Aroma Essential Oil, 125ml 6 3. Unit Air Revitalizer/purifier With Led Light 1 4. Gal Alcohol, Isopropyl, 70% Solution, Scented, 3.785 Liters 37 5. Pc Bathroom Deodorizer W/ Holder, 100g High Quality 94 6. Set Blood Pressure Monitor - Set Of Aneroid Sphygmomanometer & Double-head Stethoscope High Quality 1 7. Pc Bulb, Led, 11watts, High Quality 28 8. Can Butane Gas, 250ml High Quality 17 9. Pc Cable, Hdmi Male To Vga Hdmi Female Splitter 2m. 2 10. Pc Cable, Hdmi To Hdmi Cord 1.5m 1 11. Bottle Car Air Freshener, Hanging Car Diffuser 3 12. Can Car Air Freshener, Spillproof Organic, (cont. Net 42g) 97 13. Bottle Car Shampoo, 1liter 13 14. Bundle Caution Tape (yellow And Black) 5 15. Pair Dexshell Waterproof Socks 2 16. Can Disinfectant Spray, Hospital Grade, Surface Disinfectant Kills 99.9% Of Viruses & Bacterial Brand, 510g/can High Quality 124 17. Bottle Disinfectant, Liquid, 1liter High Quality 16 18. Pc Doormat Rug, Cotton 36x52cm 41 19. Pc Doormat, Anti-slip, 40x60 Cm 19 20. Unit Drill Machines & Set (color:blue, Material: Metal, Set Content Detail: 1-piece Li Cordless Drill With One Battery 2 X 12v 1.5 Ah Li-ion Battery;cv Charger, Carrying Cases) 1 21. Pc Dry Bag 20 Liters 1 22. Pc Dry Seal (office) 1 23. Unit Electric Fan, 18-inch, Stand Fan, Branded High Quality With 5year Warranty On Motor 14 24. Set Extension Cord Set With Individual Switch, 4 Gang Universal Outlet (branded High Quality) 1.83m Cord Length 17 25. Pc Extension Cord Set With Individual Switch, 6 Gang Universal Outlet, High Quality1.83m Cord Length 2 26. Pc Extension Cord Wheel Power Strip 25m/ds 10amp/250v, Heavy Duty High Quality 1 27. Rolls Fire Hose 1, 1/2" ɸ 15 Meters 1 28. Rolls Fire Hose 2" ɸ 15 Meters 1 29. Kit First Aid Kit (pair Of Examination Gloves, Adhesive Bandage, Medical Tape, Cold Compress, Medical Scissors, Tweezers, Guaze Pads, Triangular Bandages, Gauze Rolls/kling Rolls, Alcohol Pads, Antiseptic Towelettes, Emergency Blanket) 2 30. Pc Flashlight Heavyduty Original Rechargeable Light Led Tactical Flashlight, Aluminum Alloy Body, Complete Set With Rechargeable Battery And Case) High Quality 12 31. Pc Garden Bolo (dulos), Blade 18" 3 32. Pc Garden Bolo (itak), Blade 18" 3 33. Pc Garden Hedge Scissors Heavy Duty 2 34. Roll Garden Hose, 20m/roll High Quality 2 35. Bottle Glass Cleaner With Spray, 500ml High Quality 70 36. Box Gloves Latex, Powder Free, 100’s Medium) 2 37. Pair Gloves, Knitted W/rubber, Ordinary 42 38. Pair Gloves, Rubber, Heavy Duty 9 39. Set Gray Lead Seal W/ Engraved Copper Tags (customized) For Sealing Of Weights And Measure 125 40. Bottle Hand Sanitizer, Gel, 250ml High Quality 4 41. Gal Hand Soap, Liquid High Quality 22 42. Unit Head Lamp, 80 Lumens, 25 M Range, Size: 60 X 40 X 31 Mm (excluding Headband); 3 Lighting Modes; Operates With 3 Lr03-aaa Batteries (supplied) High Quality 5 43. Pc Head Lamp (battery Operated), Heavy Duty, High Quality 2 44. Unit Headset, Usb, H390 With Noise Cancelling Microphone 2 45. Pc Jungle Bolo, Blade 12" With Leather Sheath 2 46. Pc Katsa Sack, Used But Washed 8 47. Pc Ladder Extension 24 Steps, Fiberglass 1 48. Pc Ladder, 4-step, Folding, Non-slip Steps With Wide Platform Steel Tube, 150 Kg Capacity, Branded 1 49. Pc Ladder, 5-step, Folding, Stainless Steel, Multifunctional Portable Ladder, Sturdy, Non-slip, 150 Kg Capacity 1 50. Pc Ladder, 7-step, Household Aluminum 1 51. Unit Laminator Machine A3/a4 Hot And Cold Heavy Duty "preheat Quickly, Rise The Temperature Evenly, Fit For Data, Cards, Photo, Pictire"high Quality 1 52. Pc Long Sleeve Camouflage, Dryfit, Tactical 2 53. Pc Measuring Tape, 10m, Retractable, Branded High Quality 3 54. Pc Monoblock Chairs, With 5 Slots On Seat; No Arm Rest; With Engraved Lgu Label 34 55. Unit Monoblock Table, Size: 30" X 48", With Engraved Lgu Label (beige) 2 56. Pc Mountaineering Backpack Bag, 70l + 5l Hiking Storage Backpack Bag With Waterproof Rain Cover Water Bladder, Unisex 1 57. Bottle Multi-insect Killer, Water-based/odorless, 500ml (spray) High Quality 44 58. Bottle Muriatic Acid, Concentrated 250ml 29% Maximum Hci Content High Quality 34 59. Pack Naphthalene/ Moth Balls, 1kg/pack 3 60. Pair Nomad Batwing Tarp 10x10 1 61. Roll Nylon Rope, 4mm 1 62. Roll Nylon Rope, 20mm X 200m 1 63. Pc Padlock, 50mm (heavy Duty) 6 64. Set Padlock, 50mm, Long Shackle, Hardened Steel, Branded High Quality 1 65. Set Padlock, 60mm, Hardened Steel, Branded High Quality 1 66. Pc Pail, 12l Capacity, High Quality 2 67. Pc Pail, 24l Capacity, High Quality 8 68. Pc Pallet, Stackable Blue, 48x40 5 69. Pc Pickup Tool Flexible Drain Clog Remover Retractable Claw Retriever For Kitchen Bathroom Toilet 1 70. Unit Plastic Bag 2 X 3, 100pcs/10pack 5 71. Pc Plastic Crate, Multi-purpose, Heavy Duty, L52cm X W36cm X H 28cm 11 72. Rolls Plastic Twine Straw 3 73. Pack Plastic Ziplock, 100's/pack, #10 (9.5 X 13") High Quality 1 74. Pack Plastic Ziplock, 100's/pack, #11 (11 X 16") High Quality 1 75. Set Pliers, Combination, Dyna Grip, 7", Branded High Quality 1 76. Set Pliers, Long Nose, Dyna Grip, 8", Branded High Quality 1 77. Pc Portable Ultralight Camping Chair, Aluminum Alloy, 150kg Capacity, Double Extra Thick, Black Or Moss Green 1 78. Meter Powersprayer Hose, Korean Tech 8.5mm, Heavy Duty 75 79. Pc Pushcart - Hard Plastic Platform, Heavy Duty Durable Plastic Platform 300kg. Capacity, 5-inch Wheels 1 80. Pc Rain Coat Pants, High Quality 3 81. Pc Rain Coat W/ Sleeves, Heavy Duty High Quality 2 82. Pair Rubber Rain Boots, All Size, Lightweight, Non-slip, Heavy Duty High Quality 14 83. Pc Sack, 50kls Capacity 2 84. Pc Safety Goggles Anti Fog, Impact Resistant - For Grass Cutter- 2 85. Unit Shredder Machine Paper 15l Can Shred Staples A4 High Quality 2 86. Pc Snake Hook -2pc Narrow Hooks And 1 Pc Standard Book- 1 87. Unit Solar Light Small With Charger And Free 3 Bulbs 3 88. Kilo Taysi (for Grasscutter), 3.0mm 14 89. Pack Tissue, Interfoded Paper Towel 1ply 175pulls 95 90. Bottle Toilet Bowl Cleaner, Multi-purpose, 1 Liter/ Bottle High Quality 59 91. Pc Toilet Plunger Powerful Suction, Heavy Duty 12 92. Pack Trash Bag, 15+15x37 (xl), Black, 100s/pack High Quality 54 93. Pack Trash Bag 11+11x24 (medium), Green, 100/pack High Quality 12 94. Pack Trash Bag 11+11x24 (medium), Yellow, 100/pack High Quality 29 95. Roll Trash Bag Large, 20x30, Rolled, White, 20s/rollhigh Quality 48 96. Pack Trash Bag Medium, Cross Tie, Black, 10/pack High Quality 8 97. Pack Trash Bag Medium, Cross Tie, Green, 10/pack High Quality 5 98. Pack Trash Bag Medium, Cross Tie, Yellow, 10/pack High Quality 4 99. Pack Trash Bag, 18½x18½x40 (xxl), 100s/pack 40 100. Pc Trash Bin With Cover, Pedal/step, 20l High Quality 2 101. Unit Two-way Radio, Heavy Duty, High Quality 2 102. Pc Umbrella W/ Lgu Tayabas Logo, Black Big, Heavy Duty 4 103. Pc Umbrella, Head Wear, Heavy Duty 1 104. Pc Wall Clock, High Quality 3 105. Bottle Wd-40® Specialist Fast Drying Contact Cleaner 360ml 1 106. Pack Ziplock Seal-it Bag, 120mm X 170mm X 0.04mm, 100pcs/pack High Quality 1 107. Pack Ziplock Seal-it Bag, 240mm X 340mm X 0.04mm 100pcs/pack High Quality 1 Cleaning Materials: 108. Pc Air Filled Rubber Cot Mat, Medium, 45 X 30 1 109. Pc Air Filled Rubber Cot Mat, Medium, 55 X 40 1 110. Can Air Freshener, 320ml 1 111. Pc Bottle Spray Gun, 500ml High Quality 10 112. Pc Broom, Stick (walis Tingting) 337 113. Pc Brush, Floor Brush With Long Handle (heavy Duty) Durable Floor Brush Scrub With Scapper & Long Handle I Adjustable 120 Degree Rotating Cleaning Brush With Hard V Shaped Bristle I 12 114. Pc Brush, Toilet Brush With Holder (heavy Duty) (home Gallery Toilet Brush With Stand | Heavy-duty Bristles | Comfortable Grip Handle | Yb5862a) 19 115. Pc Brush, Washing Rag 7 116. Drum Chlorine 40kgs 1 117. Can Cleaner, Scouring Powder High Quality 3 118. Can Dashboard Polisher, " Vs1 Protector", Original, 250ml 1 119. Bar Detergent Bar, 392g (4pcs Per Bar) 34 120. Pack Detergent Powder, 1.7kg High Quality 19 121. Pack Detergent Powder, Anti-bac, 1.7kg High Quality 78 122. Pc Dipper, 1l Capacity High Quality 4 123. Pack Dishwashing Liquid, 600ml, Refill Pack High Quality 100 124. Set Dustpan With Broom, Plastic, Durable 1 125. Pc Dustpan With Handle, Stainless, Heavy Duty 27cm X 27cm X 68cm 6 126. Pc Dustpan, Plastic, Made From Durable Materials With Easy Grip Handle And Rubber Edge 45 127. Pc Feather Duster (not Plastic) 1 128. Pc Garden Rake 16 Tines All Metal Heavy Duty 1 129. Pc Glass Wiper - Squeegee With Long Retractable Handle 95cm X 8cm 4 130. Pc Halabas, Wood Handle 1 131. Gal Liquid Bleach, 1gallon High Quality 61 132. Pack Liquid Bleach, Colorsafe, 3.6 Liter/pack High Quality 1 133. Pc Liquid Soap Dispenser, Special Manual Pressing Type (wall Mount 500ml) 26 134. Pc Microfiber Flexible Duster (300cm Microfiber Duster, Electrostatic Adsorption) 1 135. Pc Mop Head, Refill, Microfiber Cloth, Round Shape, Good For Zt1-10, Zt-11 & Others High Quality 30 136. Set Mop Stick/handle And Microfiber Mophead, 6-1/2” Diameter, For Tornado Mop High Quality 17 137. Set Mop, 360 Rotating Spin, High Quality Floor Mop L45.5xw26xh21cm (zt11m/3) High Quality 20 138. Bottle Multi-purpose Cleaner Classic 1l Bottle, Antibacterial Multi-purpose Cleaner With Anti-microbial System That Kills 99.9% Of Viruses And Bacteria, Including Coronavirus Based On Technical Testhigh Quality 23 139. Bottle Muriatic Acid, 500ml High Quality 1 140. Kilo Rag, Per Kilo 12 141. Bottle Rust Remover, For Stainless Steel, 450ml 1 142. Pack Scrub Pad, 95mm X 150mm X 8mm, 3pcs/pack, Heavy Duty High Quality 25 143. Pc Scrub Sponge, 150mm X 95mm X 30mm, Heavy Duty 25 144. Pc Soap, Bath/hand, Germ Protection, White, 85g High Quality 58 145. Pc Steel Brush, Stainless, Rust Remover 2 146. Pc Toilet Brush With Handle 9 147. Pack Trash Bag, Large, 26 X 32, Black High Quality 5 148. Pc Trash Can With Flat Cover, Plastic, 45l, High Quality 1 149. Dozen Wire-brush, Steel Wire Ball 1 Sound System Supplies & Materials: 150. Pc Audio Connector Jack 3.5mm (baby) Plug Heavy Duty 5 151. Pc Audio Jack To Male Aux Splitter Cable 3.5mm To 2 X 6.5mm Male (1.5 Meters) 4 152. Pc Audio Mixer 4 Channel With Equalizer Pg4s Professional Mixer 4/6 Reverberation Effect 16dsp Support Playback Audio Mixer Withbluetooth Pc/usb/mp3 1 153. Pc Cat-6 Cable Reel 50mts 1 154. Set Dmx512 Dfi Dj Wireless Receiver And Transmitter 2.4ghz For Led Stage Light Led Light 400m Control (1t And 4r) 2 155. Pc Dvi-d Cable Pin 18+1 (1.5m) Pure Copper Material 100% Tested Ul Type/ Rohs Compliant Molded By Machine Heavy Duty Gold Plated 18+1 Pin - Dvi18 1 Dvi-d Male To Male Monitor 1 156. Pc Hdmi 1x4 Splitter 1 In 4 Out Hdmi Spliter 4k Hd 3d Vision Audiovisual Sync Hdmi Port Hub With Power Supply For Computer Tvbox Ps3 4 Laptop Projector Monitor Hdmi Switch Adapter Hdmi Switcher 2 157. Pc Hdmi 2.1 Cable (1.5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 158. Pc Hdmi 2.1 Cable (5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 159. Pc Hdmi To Dvi 24+1 Adapter Converter Cable Connector Converts An Hdmi Male Connector Into A Dvi-d Single-link Male Connector (1.5m) 1 160. Pc Usb External Sound Card Usb To Aux Jack 3.5mm Earphone Adapter Audio Mic Sound Card For Pc Laptop 8 Cctv Supplies & Materials: 161. Roll Cat 6 Pure Copper Cable Indoor 305 Meters 1 162. Roll Cat 6 Pure Copper Cable Outdoor 305 Meters 1 163. Pc High Quality Cctv Camera Bullet Type Full Color 5mp 1080p Outdoor 15 164. Pc High Quality Cctv Camera Dome Type Full Color 5mp 1080p 8 165. Pc High Quality Dh-pfs3006-4et 4 Port Poe Switch 4 166. Pc High Quality Dh-pfs3110-8et-96 8 Port Poe Switch 4 167. Pc Heavy Duty Flash Light Outdoor 5000m Black Search Light 1 168. Pc High Quality X8 10km Walkie Talkie Long Range 10 Watts Outdoor 2 169. Pc Outdoor Electrical Box 12x10x6 " W/door Lock 4 170. Box Rj45 Pass Through 2 171. Pc High Quality Lbe-5ac-16-120 Airmax Liteap Ac 5ghz 2 Food & Welfare Relief 172. Pack Assorted Candies, 50pcs/pack 2 173. Pack Biscuits 24-33g Grams, Assorted 10pcs/pack 3 174. Pc Brief Underwear Size: Medium And Large 4 175. Pack Coffee Creamer 5grams, 48packs 1 176. Pack Coffee, 3-in-1 Twin Pack 52g - Pack Of 20 2 177. Pack Cupcakes Assorted, 10pcs 3 178. Doz Deodorant Sachet For Men 3ml. 12 Sachet Per Dozen 5 179. Doz Deodorant Sachet For Women 3ml. 12 Sachet Per Dozen 5 180. Pack Disposable Cup, 12 Oz, 50pcs/pack 11 181. Case Green Tea Apple Solo 230ml X 24s (bottled Juice) 1 182. Unit Lpg Refill 11kg (load Only) 1 183. Pc Panty Underwear Size: Medium And Large 4 184. Pack Plastic Coffee Stirrer 100pcs 1 185. Pack Sanitary Napkin With Wings - Day Use 8pcs. Per Pack 10 186. Pack Sanitary Napkin With Wings - Night Use 8pcs. Per Pack 7 187. Doz Shampoo 15ml. Per Sachet 12 Sachet Per Dozen 10 188. Pair Slippers For Girl And Boy 2 189. Pc Toothbrush 7 190. Doz Toothpaste Twin Sachet 20g 12 Sachet Per Dozen 5 191. Pack White Sugar, Condiments Sachet 100pcs 1 Note: All Items To Be Delivered Must Be Genuine, Authentic & Original. Fake And Counterfeit Products Shall Not Be Accepted. April 14, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee

City Of Tayabas Tender

Electrical Cables And Wires...+1Electrical and Electronics
Philippines
Closing Date23 Jun 2025
Tender AmountPHP 1.1 Million (USD 19.8 K)
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Rebid For Project # 25-052 Supply And Delivery Of Other Supplies For 2nd Quarter (non-dbm) - Gso 1. The City Government Of Tayabas, Through The General Fund 2025 Intends To Apply The Sum One Million One Hundred Thirty-six Thousand Two Hundred Forty-one Pesos (php 1,136,241.00) Being The Abc To Payments Under The Contract For Project # 25-052 Supply And Delivery Of Other Supplies For 2nd Quarter (non-dbm) - Gso. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 03, 2025 (tuesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabas Will Hold A Pre-bid Conference On June 10, 2025 (tuesday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before June 23, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 23, 2025 (monday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Common: 1. Pack 100pcs Nylon Cable Ties Multipurpose Plastic Zip Tie Cables Wires 4 2. Bottle Air Purifier Aroma Essential Oil, 125ml 6 3. Unit Air Revitalizer/purifier With Led Light 1 4. Gal Alcohol, Isopropyl, 70% Solution, Scented, 3.785 Liters 37 5. Pc Bathroom Deodorizer W/ Holder, 100g High Quality 94 6. Set Blood Pressure Monitor - Set Of Aneroid Sphygmomanometer & Double-head Stethoscope High Quality 1 7. Pc Bulb, Led, 11watts, High Quality 28 8. Can Butane Gas, 250ml High Quality 17 9. Pc Cable, Hdmi Male To Vga Hdmi Female Splitter 2m. 2 10. Pc Cable, Hdmi To Hdmi Cord 1.5m 1 11. Bottle Car Air Freshener, Hanging Car Diffuser 3 12. Can Car Air Freshener, Spillproof Organic, (cont. Net 42g) 97 13. Bottle Car Shampoo, 1liter 13 14. Bundle Caution Tape (yellow And Black) 5 15. Pair Dexshell Waterproof Socks 2 16. Can Disinfectant Spray, Hospital Grade, Surface Disinfectant Kills 99.9% Of Viruses & Bacterial Brand, 510g/can High Quality 124 17. Bottle Disinfectant, Liquid, 1liter High Quality 16 18. Pc Doormat Rug, Cotton 36x52cm 41 19. Pc Doormat, Anti-slip, 40x60 Cm 19 20. Unit Drill Machines & Set (color:blue, Material: Metal, Set Content Detail: 1-piece Li Cordless Drill With One Battery 2 X 12v 1.5 Ah Li-ion Battery;cv Charger, Carrying Cases) 1 21. Pc Dry Bag 20 Liters 1 22. Pc Dry Seal (office) 1 23. Unit Electric Fan, 18-inch, Stand Fan, Branded High Quality With 5year Warranty On Motor 14 24. Set Extension Cord Set With Individual Switch, 4 Gang Universal Outlet (branded High Quality) 1.83m Cord Length 17 25. Pc Extension Cord Set With Individual Switch, 6 Gang Universal Outlet, High Quality 1.83m Cord Length 2 26. Pc Extension Cord Wheel Power Strip 25m/ds 10amp/250v, Heavy Duty High Quality 1 27. Rolls Fire Hose 1, 1/2" ɸ 15 Meters 1 28. Rolls Fire Hose 2" ɸ 15 Meters 1 29. Kit First Aid Kit (pair Of Examination Gloves, Adhesive Bandage, Medical Tape, Cold Compress, Medical Scissors, Tweezers, Guaze Pads, Triangular Bandages, Gauze Rolls/kling Rolls, Alcohol Pads, Antiseptic Towelettes, Emergency Blanket) 2 30. Pc Flashlight Heavyduty Original Rechargeable Light Led Tactical Flashlight, Aluminum Alloy Body, Complete Set With Rechargeable Battery And Case) High Quality 12 31. Pc Garden Bolo (dulos), Blade 18" 3 32. Pc Garden Bolo (itak), Blade 18" 3 33. Pc Garden Hedge Scissors Heavy Duty 2 34. Roll Garden Hose, 20m/roll High Quality 2 35. Bottle Glass Cleaner With Spray, 500ml High Quality 70 36. Box Gloves Latex, Powder Free, 100’s Medium) 2 37. Pair Gloves, Knitted W/rubber, Ordinary 42 38. Pair Gloves, Rubber, Heavy Duty 9 39. Set Gray Lead Seal W/ Engraved Copper Tags (customized) For Sealing Of Weights And Measure 125 40. Bottle Hand Sanitizer, Gel, 250ml High Quality 4 41. Gal Hand Soap, Liquid High Quality 22 42. Unit Head Lamp, 80 Lumens, 25 M Range, Size: 60 X 40 X 31 Mm (excluding Headband); 3 Lighting Modes; Operates With 3 Lr03-aaa Batteries (supplied) High Quality 5 43. Pc Head Lamp (battery Operated), Heavy Duty, High Quality 2 44. Unit Headset, Usb, H390 With Noise Cancelling Microphone 2 45. Pc Jungle Bolo, Blade 12" With Leather Sheath 2 46. Pc Katsa Sack, Used But Washed 8 47. Pc Ladder Extension 24 Steps, Fiberglass 1 48. Pc Ladder, 4-step, Folding, Non-slip Steps With Wide Platform Steel Tube, 150 Kg Capacity, Branded 1 49. Pc Ladder, 5-step, Folding, Stainless Steel, Multifunctional Portable Ladder, Sturdy, Non-slip, 150 Kg Capacity 1 50. Pc Ladder, 7-step, Household Aluminum 1 51. Unit Laminator Machine A3/a4 Hot And Cold Heavy Duty "preheat Quickly, Rise The Temperature Evenly, Fit For Data, Cards, Photo, Pictire" High Quality 1 52. Pc Long Sleeve Camouflage, Dryfit, Tactical 2 53. Pc Measuring Tape, 10m, Retractable, Branded High Quality 3 54. Pc Monoblock Chairs, With 5 Slots On Seat; No Arm Rest; With Engraved Lgu Label 34 55. Unit Monoblock Table, Size: 30" X 48", With Engraved Lgu Label (beige) 2 56. Pc Mountaineering Backpack Bag, 70l + 5l Hiking Storage Backpack Bag With Waterproof Rain Cover Water Bladder, Unisex 1 57. Bottle Multi-insect Killer, Water-based/odorless, 500ml (spray) High Quality 44 58. Bottle Muriatic Acid, Concentrated 250ml 29% Maximum Hci Content High Quality 34 59. Pack Naphthalene/ Moth Balls, 1kg/pack 3 60. Pair Nomad Batwing Tarp 10x10 1 61. Roll Nylon Rope, 4mm 1 62. Roll Nylon Rope, 20mm X 200m 1 63. Pc Padlock, 50mm (heavy Duty) 6 64. Set Padlock, 50mm, Long Shackle, Hardened Steel, Branded High Quality 1 65. Set Padlock, 60mm, Hardened Steel, Branded High Quality 1 66. Pc Pail, 12l Capacity, High Quality 2 67. Pc Pail, 24l Capacity, High Quality 8 68. Pc Pallet, Stackable Blue, 48x40 5 69. Pc Pickup Tool Flexible Drain Clog Remover Retractable Claw Retriever For Kitchen Bathroom Toilet 1 70. Unit Plastic Bag 2 X 3, 100pcs/10pack 5 71. Pc Plastic Crate, Multi-purpose, Heavy Duty, L52cm X W36cm X H 28cm 11 72. Rolls Plastic Twine Straw 3 73. Pack Plastic Ziplock, 100's/pack, #10 (9.5 X 13") High Quality 1 74. Pack Plastic Ziplock, 100's/pack, #11 (11 X 16") High Quality 1 75. Set Pliers, Combination, Dyna Grip, 7", Branded High Quality 1 76. Set Pliers, Long Nose, Dyna Grip, 8", Branded High Quality 1 77. Pc Portable Ultralight Camping Chair, Aluminum Alloy, 150kg Capacity, Double Extra Thick, Black Or Moss Green 1 78. Meter Powersprayer Hose, Korean Tech 8.5mm, Heavy Duty 75 79. Pc Pushcart - Hard Plastic Platform, Heavy Duty Durable Plastic Platform 300kg. Capacity, 5-inch Wheels 1 80. Pc Rain Coat Pants, High Quality 3 81. Pc Rain Coat W/ Sleeves, Heavy Duty High Quality 2 82. Pair Rubber Rain Boots, All Size, Lightweight, Non-slip, Heavy Duty High Quality 14 83. Pc Sack, 50kls Capacity 2 84. Pc Safety Goggles Anti Fog, Impact Resistant - For Grass Cutter- 2 85. Unit Shredder Machine Paper 15l Can Shred Staples A4 High Quality 2 86. Pc Snake Hook -2pc Narrow Hooks And 1 Pc Standard Book- 1 87. Unit Solar Light Small With Charger And Free 3 Bulbs 3 88. Kilo Taysi (for Grasscutter), 3.0mm 14 89. Pack Tissue, Interfoded Paper Towel 1ply 175pulls 95 90. Bottle Toilet Bowl Cleaner, Multi-purpose, 1 Liter/ Bottle High Quality 59 91. Pc Toilet Plunger Powerful Suction, Heavy Duty 12 92. Pack Trash Bag, 15+15x37 (xl), Black, 100s/pack High Quality 54 93. Pack Trash Bag 11+11x24 (medium), Green, 100/pack High Quality 12 94. Pack Trash Bag 11+11x24 (medium), Yellow, 100/pack High Quality 29 95. Roll Trash Bag Large, 20x30, Rolled, White, 20s/roll High Quality 48 96. Pack Trash Bag Medium, Cross Tie, Black, 10/pack High Quality 8 97. Pack Trash Bag Medium, Cross Tie, Green, 10/pack High Quality 5 98. Pack Trash Bag Medium, Cross Tie, Yellow, 10/pack High Quality 4 99. Pack Trash Bag, 18½x18½x40 (xxl), 100s/pack 40 100. Pc Trash Bin With Cover, Pedal/step, 20l High Quality 2 101. Unit Two-way Radio, Heavy Duty, High Quality 2 102. Pc Umbrella W/ Lgu Tayabas Logo, Black Big, Heavy Duty 4 103. Pc Umbrella, Head Wear, Heavy Duty 1 104. Pc Wall Clock, High Quality 3 105. Bottle Wd-40® Specialist Fast Drying Contact Cleaner 360ml 1 106. Pack Ziplock Seal-it Bag, 120mm X 170mm X 0.04mm, 100pcs/pack High Quality 1 107. Pack Ziplock Seal-it Bag, 240mm X 340mm X 0.04mm 100pcs/pack High Quality 1 Cleaning Materials: 108. Pc Air Filled Rubber Cot Mat, Medium, 45 X 30 1 109. Pc Air Filled Rubber Cot Mat, Medium, 55 X 40 1 110. Can Air Freshener, 320ml 1 111. Pc Bottle Spray Gun, 500ml High Quality 10 112. Pc Broom, Stick (walis Tingting) 337 113. Pc Brush, Floor Brush With Long Handle (heavy Duty) Durable Floor Brush Scrub With Scapper & Long Handle I Adjustable 120 Degree Rotating Cleaning Brush With Hard V Shaped Bristle I 12 114. Pc Brush, Toilet Brush With Holder (heavy Duty) (home Gallery Toilet Brush With Stand | Heavy-duty Bristles | Comfortable Grip Handle | Yb5862a) 19 115. Pc Brush, Washing Rag 7 116. Drum Chlorine 40kgs 1 117. Can Cleaner, Scouring Powder High Quality 3 118. Can Dashboard Polisher, " Vs1 Protector", Original, 250ml 1 119. Bar Detergent Bar, 392g (4pcs Per Bar) 34 120. Pack Detergent Powder, 1.7kg High Quality 19 121. Pack Detergent Powder, Anti-bac, 1.7kg High Quality 78 122. Pc Dipper, 1l Capacity High Quality 4 123. Pack Dishwashing Liquid, 600ml, Refill Pack High Quality 100 124. Set Dustpan With Broom, Plastic, Durable 1 125. Pc Dustpan With Handle, Stainless, Heavy Duty 27cm X 27cm X 68cm 6 126. Pc Dustpan, Plastic, Made From Durable Materials With Easy Grip Handle And Rubber Edge 45 127. Pc Feather Duster (not Plastic) 1 128. Pc Garden Rake 16 Tines All Metal Heavy Duty 1 129. Pc Glass Wiper - Squeegee With Long Retractable Handle 95cm X 8cm 4 130. Pc Halabas, Wood Handle 1 131. Gal Liquid Bleach, 1gallon High Quality 61 132. Pack Liquid Bleach, Colorsafe, 3.6 Liter/pack High Quality 1 133. Pc Liquid Soap Dispenser, Special Manual Pressing Type (wall Mount 500ml) 26 134. Pc Microfiber Flexible Duster (300cm Microfiber Duster, Electrostatic Adsorption) 1 135. Pc Mop Head, Refill, Microfiber Cloth, Round Shape, Good For Zt1-10, Zt-11 & Others High Quality 30 136. Set Mop Stick/handle And Microfiber Mophead, 6-1/2” Diameter, For Tornado Mop High Quality 17 137. Set Mop, 360 Rotating Spin, High Quality Floor Mop L45.5xw26xh21cm (zt11m/3) High Quality 20 138. Bottle Multi-purpose Cleaner Classic 1l Bottle, Antibacterial Multi-purpose Cleaner With Anti-microbial System That Kills 99.9% Of Viruses And Bacteria, Including Coronavirus Based On Technical Test High Quality 23 139. Bottle Muriatic Acid, 500ml High Quality 1 140. Kilo Rag, Per Kilo 12 141. Bottle Rust Remover, For Stainless Steel, 450ml 1 142. Pack Scrub Pad, 95mm X 150mm X 8mm, 3pcs/pack, Heavy Duty High Quality 25 143. Pc Scrub Sponge, 150mm X 95mm X 30mm, Heavy Duty 25 144. Pc Soap, Bath/hand, Germ Protection, White, 85g High Quality 58 145. Pc Steel Brush, Stainless, Rust Remover 2 146. Pc Toilet Brush With Handle 9 147. Pack Trash Bag, Large, 26 X 32, Black High Quality 5 148. Pc Trash Can With Flat Cover, Plastic, 45l, High Quality 1 149. Dozen Wire-brush, Steel Wire Ball 1 Sound System Supplies & Materials: 150. Pc Audio Connector Jack 3.5mm (baby) Plug Heavy Duty 5 151. Pc Audio Jack To Male Aux Splitter Cable 3.5mm To 2 X 6.5mm Male (1.5 Meters) 4 152. Pc Audio Mixer 4 Channel With Equalizer Pg4s Professional Mixer 4/6 Reverberation Effect 16dsp Support Playback Audio Mixer With Bluetooth Pc/usb/mp3 1 153. Pc Cat-6 Cable Reel 50mts 1 154. Set Dmx512 Dfi Dj Wireless Receiver And Transmitter 2.4ghz For Led Stage Light Led Light 400m Control (1t And 4r) 2 155. Pc Dvi-d Cable Pin 18+1 (1.5m) Pure Copper Material 100% Tested Ul Type/ Rohs Compliant Molded By Machine Heavy Duty Gold Plated 18+1 Pin - Dvi18 1 Dvi-d Male To Male Monitor 1 156. Pc Hdmi 1x4 Splitter 1 In 4 Out Hdmi Spliter 4k Hd 3d Vision Audiovisual Sync Hdmi Port Hub With Power Supply For Computer Tvbox Ps3 4 Laptop Projector Monitor Hdmi Switch Adapter Hdmi Switcher 2 157. Pc Hdmi 2.1 Cable (1.5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 158. Pc Hdmi 2.1 Cable (5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 159. Pc Hdmi To Dvi 24+1 Adapter Converter Cable Connector Converts An Hdmi Male Connector Into A Dvi-d Single-link Male Connector (1.5m) 1 160. Pc Usb External Sound Card Usb To Aux Jack 3.5mm Earphone Adapter Audio Mic Sound Card For Pc Laptop 8 Cctv Supplies & Materials: 161. Roll Cat 6 Pure Copper Cable Indoor 305 Meters 1 162. Roll Cat 6 Pure Copper Cable Outdoor 305 Meters 1 163. Pc High Quality Cctv Camera Bullet Type Full Color 5mp 1080p Outdoor 15 164. Pc High Quality Cctv Camera Dome Type Full Color 5mp 1080p 8 165. Pc High Quality Dh-pfs3006-4et 4 Port Poe Switch 4 166. Pc High Quality Dh-pfs3110-8et-96 8 Port Poe Switch 4 167. Pc Heavy Duty Flash Light Outdoor 5000m Black Search Light 1 168. Pc High Quality X8 10km Walkie Talkie Long Range 10 Watts Outdoor 2 169. Pc Outdoor Electrical Box 12x10x6 " W/door Lock 4 170. Box Rj45 Pass Through 2 171. Pc High Quality Lbe-5ac-16-120 Airmax Lite Ap Ac 5ghz 2 Food & Welfare Relief 172. Pack Assorted Candies, 50pcs/pack 2 173. Pack Biscuits 24-33g Grams, Assorted 10pcs/pack 3 174. Pc Brief Underwear Size: Medium And Large 4 175. Pack Coffee Creamer 5grams, 48packs 1 176. Pack Coffee, 3-in-1 Twin Pack 52g - Pack Of 20 2 177. Pack Cupcakes Assorted, 10pcs 3 178. Doz Deodorant Sachet For Men 3ml. 12 Sachet Per Dozen 5 179. Doz Deodorant Sachet For Women 3ml. 12 Sachet Per Dozen 5 180. Pack Disposable Cup, 12 Oz, 50pcs/pack 11 181. Case Green Tea Apple Solo 230ml X 24s (bottled Juice) 1 182. Unit Lpg Refill 11kg (load Only) 1 183. Pc Panty Underwear Size: Medium And Large 4 184. Pack Plastic Coffee Stirrer 100pcs 1 185. Pack Sanitary Napkin With Wings - Day Use 8pcs. Per Pack 10 186. Pack Sanitary Napkin With Wings - Night Use 8pcs. Per Pack 7 187. Doz Shampoo 15ml. Per Sachet 12 Sachet Per Dozen 10 188. Pair Slippers For Girl And Boy 2 189. Pc Toothbrush 7 190. Doz Toothpaste Twin Sachet 20g 12 Sachet Per Dozen 5 191. Pack White Sugar, Condiments Sachet 100pcs 1 Note: All Items To Be Delivered Must Be Genuine, Authentic & Original. Fake And Counterfeit Products Shall Not Be Accepted. June 03, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 992.7 K (USD 17.1 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Dswd Rfp No. 25-gop-svp-cf-004 (pr No. 2024111680) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Being The Approved Budget For The Contract (abc) For The Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Under (dswd Rfp No. 25-gop-svp-cf-004). 2. Objectives The Consulting Firm Shall Be Hired To Implement The Software Development Cycle To Establish The Bts And Agapp Website, Web, And Mobile Application. Specifically, The Project Aims To: A. Analyze The Business Requirements Of The Program; B. Design And Develop The Bts And Agapp, Including A Public-facing Website Based On The Specified Business Requirements; C. Perform The Necessary Quality Assurance Tests For The Bts And Agapp, Including The Privacy Impact Assessment; D. Assist In The Deployment Of The Bts And Agapp, Including The Conduct Of Training Of Trainers; And E. Provide A Warranty Service Upon Post-deployment Of The Bts And Agapp Application. 3. Scope Of Work A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Designs Such As Wireframes And High-fidelity Prototypes, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Develop The Software According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In The Identified Domain Environment, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Learning And Development Intervention. Design And Implement Learning And Development Interventions To Manage And Use The Application. This Service Also Includes The Development Of Print And Multimedia Assets Such As Walkthroughs, Audio-visual Presentations Highlighting The Features, And Brochures. G. Maintenance. Provide Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. 4. Technical Specification A. General Requirements • Web-based Compatibility: This Application Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Offline Compatibility: This Application Must Be Accessible Via Mobile Or Similar Devices Without Internet Connection. • Provide An Intuitive User Interface With Easy Navigation And User-friendly Features For Users Of Varying Technical Expertise. • Implement Robust Security Measures, Including Encryption For Data At Rest And In Transit, And Comprehensive Security Protocols. • Reference Material: Shall Have Training/learning Avp Materials Of The System. • Must Be Designed Using A Platform Preferably Aligned With This Min. Requirement: Online Offline Relational Database Management System Mysql 8.0 Or Higher Sqlite 4.0 Or Similar Tools Front-end Flutterflow Back-end Api With Json Returns Data Visualization Google Looker, Tableau, Or Similar Tools Applicable For Flutterflow • Shall Provide Comprehensive Documentation On Front-end And/or Back-end Tools Using Swagger Or Similar Tools Deployed On Dswd Managed Infrastructure. • The System Shall Cover An Unlimited Number Of Users With No Additional Cost From The Proponent. • User Load Capacity: The System Should Be Capable Of Handling An Unlimited Number Of Users, Ensuring Consistent Performance Even During Peak Usage Periods. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Property Of Dswd. • Service Provider Access Limitations: The Service Provider Will Not Have Access To The Dswd Production System. They Must Provide Comprehensive Instructions And Support For The Dswd System Administrators For System Deployment And Setup. • Learning And Development Intervention: The Service Provider Shall Provide Comprehensive Capability Building Activities Focusing On Building The Necessary Skills For Effective Implementation And Continuous Utilization Of System. • The Low Code Development Tools Must Be Provided By The Service Provider With No Additional Cost During The Development And Within The 2-year Warranty Period Following The Production Deployment Of The Application. B. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity, Data Privacy Policies, And Other Relevant Legal And Ethical Standards Concerning Data Privacy And Protection. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. • Multi-factor Authentication: The System Shall Implement Multi-factor Authentication (mfa) To Enhance Security By Requiring Users To Provide Multiple Forms Of Identification Before Granting Access. This Extra Layer Of Security Will Prevent Unauthorized Access, Even If A User’s Password Is Compromised. The Mfa May Include Combinations Such As Passwords, Security Tokens, Or One-time Passwords (otps). • Audit Trail: The System Shall Maintain A Comprehensive Audit Log That Records All User Activities. This Includes Logins, Data Access, Modifications, And Any Other Actions Performed Within The System. The Audit Trail Is Essential For Monitoring User Behavior, Detecting Security Breaches, And Facilitating Troubleshooting. The Records Shall Be Tamper-proof And Stored Securely To Ensure Data Integrity. • Support: The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period. C. Deployment Requirements • Compatibility With Dswd Managed Infrastructure: The System Shall Be Hosted On Identified Cloud Infrastructure And Be Compatible With Existing Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards That Need To Include The Following Set Of Environments: ○ Development, Staging, Uat, And Production Environment • Performance Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage Including But Not Limited To Load Testing, Stress Testing, Etc. • Quality Assurance: The Service Provider Shall Conduct A Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. The Service Provider Must Address All Identified Quality Assurance Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure Against Potential Cyber Threats. The Service Provider Must Address All Identified Vulnerability Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. D. Use Case The System Shall Ensure The Inclusion Of These Min. Use Case Requirement: Application Use Case Advanced Data Gathering For Assistance Preparedness For Protection (agapp) • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • Report Generation For: ○ Disaster Incident Reports ○ Evacuation Report • Capture Geolocation Beneficiary Transactional Account Information System (bts) • Data Processing Of Beneficiary Payment Modality Registry • Integration To 4ps Api Support Features: • Shall Be Integrated With The Philsys Authentication • Shall Be Mobile Responsive • Shall Include Role-based Access Control (rbac) • Customized Profile Pages • Dashboard And Report Generation • User Management • Data Visualization And Exporting • Data Migration Fron Existing Platform • Shall Provide The Low Code Development Platform At No Additional Cost During The Development And Within 2 Years Warranty Period Following The Production Deployment Of The Application. Any Additional Use Cases Identified During The Business Process Review And Analysis Must Be Discussed With The Service Provider And Approved By The Dswd For Inclusion In The Development Of This Project. Likewise, All Forms, Intake Sheets, And Other Relevant Documents Required For The Development Of This Application Shall Be Subject To Approval By The Dswd E. Phases Of Development Component/activities Deliverables Sprint 0: Project Initiation Inception Report Sprint 1: Completion Of Design Discovery Team 1: Beneficiary Transactional Account Information System (bts) • Conduct Of Business Process Review And Requirements • System Design • Business Process And Requirements Analysis Report • System Requirements Specification • Business Requirements Document • Document: Approved System Design (wireframe And Use Case Document) And Implementation Plan Approved By The Business Owner Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 2: Completion Of Baseline Development Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • Philsys Authentication • Data Processing Of Beneficiary Payment Modality Registry • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission ○ System Security (i.e. Audit Trail, Mfa, Etc.) ○ Data Exporting Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission • System Security (i.e. Audit Trail, Mfa, Etc.) • Data Exporting Sprint 3: Completion Of Data Integration, Generation, Migration, And Other Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • 4ps Integration And Other Use Cases Identified During The Bpra • Dashboard And Report Generation • Data Migration Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Dashboard And Report Generation • Data Migration • Other Use Cases Identified During The Bpra Sprint 4: Completion Of Learning And Development Interventions Team 1: Beneficiary Transactional Account Information System (bts) Completed Learning And Development Interventions (ldis) With Documentation Report Action: At Least Two (2) Training Of Trainers Conducted With Comprehensive Documentation Either Onsite Or Virtual Documentation: Comprehensive Documentation Report Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Team 1: Beneficiary Transactional Account Information System (bts) Completion Report • Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • User’s Manual/guide (for System Users And System Administrators) • Technical Systems Documentation • Comprehensive Api Documentation • Installation Guide • Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 5: Final Systems Documentation And Turn-over Team 1: Beneficiary Transactional Account Information System (bts) Final Systems Documentation And Turn-over • Full System Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • Final User’s Manual/guide (for System Users And System Administrators) • Final Technical Systems Documentation • Final Comprehensive Api Documentation • Final Installation Guide • Final Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) F. Work Deliverables And Payment Schedule Milestone Deliverables Timeline % Of The Contract Price Sprint 0 Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% Sprint 1 Completion Of Design Discovery Within 25 Calendar Days Upon Receipt And Approval Of Inception Report 20% Sprint 2 Completion Of Baseline Development Requirements Within 25 Calendar Days Upon Completion Of Sprint 1 20% Sprint 3 Completion Of Data Integration, Generation, Migration And Other Requirements Within 25 Calendar Days Upon Completion Of Sprint 2 20% Sprint 4 Completion Of Learning And Development Interventions Documentation And Turn-over Within 25 Calendar Days Upon Completion Of Sprint 3 20% Sprint 5 Final Systems Documentation And Turn-over Within 15 Calendar Days Upon Completion Of Sprint 4 20% Outputs Of The Consultant Will Undergo Evaluation Before Proceeding To The Next Step. Each Deliverable, Particularly On The System Modules, Must Be Provided To The Ictms And Ico, Along With The Source Code. Deliverables Will Be Subject To Liquidated Damages If Submitted Beyond The Allotted Timeline, Which Is 15-30 Calendar Days Upon Acceptance And Approval. Only Work Outputs Or Deliverables Deemed Acceptable Will Be Compensated. Failure To Submit The Expected Output On Time Will Result In A Deduction Of One-tenth Of One Percent (0.001) Per Day From The Payment For The Covered Work Output/deliverable Unless Satisfactorily Justified. G. Institutional Arrangements Service Provider • Pre-development And Installation ○ The Service Provider Should Provide A Project Implementation Plan That Must Be Approved By The Dswd ○ Engage The Business Owner In The Conduct Of Business Process And Requirements Analysis As The Basis Of System Requirement Specification (srs) For The Information System That Will Be Developed ○ Ensure Approval On The Sign-off Documents On All The Identified Deliverables • During Development And Installation ○ The Service Provider Should Manage And Execute Project Tasks Alongside The Dswd In Accordance With The Project Scope Period Of Performance And Quality Standards ○ The Service Provider Shall Ensure Compliance With The Data Sharing Agreement ○ The Service Provider Shall Ensure Timely Completion Of Deliverables Identified In This Project ○ The Service Provider Should Lead The Deployment Project In Collaboration With The Dswd And Provide Weekly Project Updates, Bi-weekly Steering Committee Meetings, Milestone Reports, And Closeout Reports ○ The Service Provider Should Provide A Status Report Of The Project In The Form Of Charts/graphs ○ The Service Provider Should Assume Full Responsibility For The Project Plan And Lead The Change Management Process ○ The Service Provider Should Formulate And Execute A Training Approach And Strategy ○ The Service Provider Should Establish A Dedicated Project Team As The Primary Point Of Contact For Dswd Throughout The Deployment Process ○ The Service Provider Should Have A Project Manager Responsible For Overseeing The Integrated Project Plan, Managing Risk Mitigation, And Resolving Issues ○ The Service Provider Should Have A Technical Deployment Architect Responsible For Coordinating And Supporting The Implementation Of Technical Tasks, Providing Best Practices, And Troubleshooting ○ The Service Provider Should Have A Change Manager Responsible For Executing The Change Management Plan, Publishing Communication Plans, And Designing The Training Curriculum ○ The Service Provider Shall Inform The Proponent Office Of Any Challenges Requiring Further Assistance ○ The Service Provider Should Have A Trainer Responsible For Conducting And-user Training And Technical Training Workshops • Post Installation ○ The Service Provider Representative Shall Co-manage The Project With The Assigned Project Focals From The Dswd Ensuring That The System Is Operational 24/7 ○ The Service Provider Should Provide An Escalation Procedure In Reporting Issues And Concerns ○ The Service Provider Should Ensure End-to-end Security To The System To Safeguard Against Breaches And Potential Threats, Including Administration Tools And Best Practices ○ The Service Provider Should Perform Capacity Planning, Identify Requirements, And Provide Recommendations To Enhance The Performance And Usability Of The System. The Service Provider Is Responsible For All Configurations, Including Those For Future Requirements Identified By Dswd ○ The Service Provider Shall Provide A 2-year Warranty Period At No Additional Cost To Address Errors/bugs/vulnerabilities After All The Sprint Has Been Completed • Service Level Agreement ○ The Service Provider Shall Maintain 24/7 Availability ○ The Service Provider Shall Include Unlimited 24x7 Service Support Via Phone, Email, Remote, Or On-site When Needed At No Additional Cost Within The Warranty Period ○ The Service Provider Shall Respond To Support Requests Within The Following Timeframes: 1. Critical Issues: Within 4 Hours 2. High Priority Issues: Within 24 Hours 3. Medium Priority Issues: 1-3 Business Days 4. Low Priority Issues: 1-7 Business Days ○ The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period ○ The Service Provider Shall Provide Thorough Guidance And Comprehensive Documentation For All Changes, Enhancements, And Interventions Made During The Warranty Period ○ The Service Provider Shall Document All Interventions, Changes, Troubleshooting Activities, And Enhancements, Ensuring Approval From The Depaartment’s Designated It Team And Submission Within The Prescribed Period ○ The Service Provider Shall Strictly Adhere To The Existing Ict Policy And/or Guidelines Of The Department Department Of Social Welfare And Development (dswd) • Provide Overall Management Directions To The Project • Support The Offices, Bureaus, Services And Units (obsus) In Establishing Institutional Mechanisms For The Sustainability Of The Project • Enforce A Data Sharing Agreement / Non-disclosure Agreement Among The Project Stakeholders (if Needed) • Ensure That The Project Is Aligned With The Secretary’s Directive Regarding Digitalization, Specifically On The Transition To Online Systems, And Consistent With The Department’s Pgs And Strategy Map • Ensure The Project’s Inclusion In The Dswd Information Systems Strategic Plan • Provide Contextual Inputs To The Service Provider To Ensure Alignment Of The Design And Development Of The Application To The Business Requirements • Review The Quality Of Operations-related And Ict Related Outputs Submitted By The Service Provider Under The Terms Provided Herein • Provide Appropriate Documents Relevant To The Project Within The Duration Of The Engagement • Create A Policy And/or Document Supporting The Sustainability Of This Project • Lead The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets • Ensure Timely Monitoring Of This Project Including But Not Limited To: ○ Deliverables Of The Service Provider ○ Timely Monitoring, Tracking And Updates Of Procurement And Financial Related Activities • Assist In The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets H. Learning And Development Interventions The Following Learning And Development Interventions (ldis) For Dswd End-users And Technical Staff Shall Be Conducted By The Service Provider Who Shall Also Issue Certificates Of Completion To The Participants Duly Signed By A Certified Trainer, At No Extra Cost To The Dswd: • Onboarding Sessions And Other Learning And Development Interventions On The Proposed Platform For Administrators And End-users Within The Subscription Period • At Least Four (4) Training-of-trainers During The Development And/or Prior Development • At Least One (1) Capability-building Session Must Be Held Per Semester During The Warranty Period To Keep Participants Updated On The System Enhancements And Best Practices • At Least One (1) Capability-building Session Must Be Held Per Semester For The Administration Management Console Technical Training For It Administrators I. Confidentiality And Non-disclosure Agreement • All Data And Information Used In This Service Shall Be Governed By Republic Act 10173 – Data Privacy Act Of 2012 • Any Information, Including But Not Limited To The Information Related To Dswd Provided To The Service Provider For The Purpose Of Warehouse Inventory Management Solution Agreement, Are The Sole Property Of The Dswd. The Service Provider Shall Treat This Information As Confidential And Shall Not Disclose It To Any Company, Firm Or Person During The Duration Of The Agreement, Or At Any Time Thereafter. • All Business, Personnel And Technical Information And Any Related Documentation, In Whatever Form, Which The Dswd May Provide Shall Be Used By The Service Provider Solely For The Purpose For Which It Was Provided And Shall Be Treated In Strictest Confidence And Protected; If In Tangible Form, The Same Shall Be Returned To Dswd Upon The End Of The Service Agreement. • All Account Information And Data Are Sole Property Of The Dswd. The Service Provider Shall Not Retain Copies Of It In Any Form Upon The End Of The Service Agreement J. Minimum Qualifications • With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development • With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage • With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients • With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications K. Ownership And Publication Rights • All Documentation Produced Under The Terms Of This Engagement Shall Remain The Property Of Dswd. Dswd Retains The Exclusive Right To Publish Or Disseminate The Knowledge Products Arising From The Engagement Even After The Termination Of This Project • The Service Provider Must Submit A Written Letter When Requesting Raw Data, Versions, And/or Parts Of The Outputs That Will Be Used For Purposes Other Than What Was Originally Agreed Upon With The Terms Of This Engagement • The System Including Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd • Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, Licenses And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase L. Budgetary Requirements: The Total Budgetary Requirement Amounts To Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Chargeable Against Ictms 2024 Funds And Payment Will Be Staggered Per Milestone Achievement Following Dswd – Approved Policies And Guidelines. 5. Evaluation Criteria This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 35% B. The Consulting Firm Has Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 25% With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 35% B. The Consulting Firm Has Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 25% With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% A. The Consulting Firm Has More Than Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% B. The Consulting Firm Has Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 5% With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications 20% A. The Consulting Firm Has 2 Or More Team Of Over Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications 20% B. The Consulting Firm Has Less Than 2 Team Of Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications Role Quantity Project Manager 1 Developers 2 Quality Assurance (qa) Specialist 1 Analyst 1 15% Total 100% Passing Rate 70% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted As Condition For Payment); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 21 February 2025. 11. The Project Duration For Cy 2025 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee

DEPT OF THE NAVY USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
Closing Date26 Mar 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (f Ac) 2025-03 effective: 17 Jan 2025 this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A firm-firm Fixed-price (ffp) Basis. the Associated North American Industrial Classification System Code For This Procurement Is 513210. the Associated Federal Supply Code (fsc) I Product Service Code Procurement Is Dalo. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase: ,nemo Outdoor Qualcomm Technology Wireless Network Testbed. supplies: Brand Name. items Must Be Brand Name In Accordance With Far 52.211-6. delivery Address: x U.s. Naval Research Laboratory 4555 Overlook Avenue, S.w. bldg. 49 - Shipping/receiving code 3400 washington, Dc 20375 **fob Destination Is Required** estimated Delivery Time: -------- the Following Far & Dfa Rs 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 Dfa Rs Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted, that Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incor Orated into This Solicitation And Any Resultant Contract. the Following Solicitation Far Provisions Apply To This Acquisition, Unless Not Applicable by Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Provisions erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be considered To Be Incorporated Into This Solicitation: • 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 Comp.leted And Returned With Quote!prop.osal. • 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 • 52.212-1, "instructions To Offerors-commercial Items" a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions: • This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. no Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be covered By The Manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed equipment/system Such That Oem Warranty And Service Are Provided And Maintained by The Oem. All Software Licensing, Warranty, And Service Associated With The equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That they Are An Authorized Distributor For The Specific Items Being Procured. • 52.212-3, "offerors Representations And Certifications-commercial Items And Commercial Services" • 52.217-5, Evaluation Of Options • 52.219-1, Small Business Program Representations • 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals­ Representation • 52.225-18, Place Of Manufacture • 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or transactions Relating To Iran-representation And Certifications • 52.237-1, Site Visit • 52.252-1, Solicitation Provisions Incorporated By Reference nrl Also Includes The Following Provisions That Must Be Completed By The Offeror: 1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations­ Representation. 2. Far 52.222-22, Previous Contracts And Compliance Reports 3. Far 52.222-25, Affirmative Action Compliance offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. ffhe 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 Inco Orated into This Solicitation And Any Resultant Contract: • 52.212-4, Contract Terms And Conditions-commercial Items • 52.203-3, Gratuities (apr 1984) • 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 combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation and Solicitation For Commercial Items," As Supplemented With Additional Information Included In this Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, and A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 effective: 17 Jan 2025 this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A Firm-firm fixed-price (ffp) Basis. the Associated North American Industrial Classification System Code For This Procurement Is 513210. the Associated Federal Supply Code (fsc) I Product Service Code Procurement Is Dalo. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase: ,nemo Outdoor Qualcomm Technology Wireless Network Testbed. supplies: Brand Name. items Must Be Brand Name In Accordance With Far 52.211-6. Delivery Address: x U.s. Naval Research Laboratory 4555 Overlook Avenue, S.w. Bldg. 49 - Shipping/receiving Code 3400 washington, Dc 20375 **fob Destination Is Required** estimated Delivery Time: -------- thefollowing 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 Incor Orated Into This Solicitation And Any resultant Contract the Following Solicitation Far Provisions Apply To This Acquisition, Unless Not Applicable By Their terms, In Which Case Shall Be Considered Self-deleting. Any Far Provisions Erroneously, Or otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be incorporated Into This Solicitation: • 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 Comp.leted And Returned With Quote!prop.osal. • 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 • 52.212-1, "instructions To Offerors-commercial Items" a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions: • This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An authorized Distributor For The Specific Items Being Procured. • 52.212-3, "offerors Representations And Certifications-commercial Items And Commercial Services" • 52.217-5, Evaluation Of Options • 52.219-1, Small Business Program Representations • 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals­ Representation • 52.225-18, Place Of Manufacture • 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or transactions Relating To Iran-representation And Certifications • 52.237-1, Site Visit • 52.252-1, Solicitation Provisions Incorporated By Reference nrl Also Includes The Following Provisions That Must Be Completed By The Offeror: 1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations­ Representation. 2. Far 52.222-22, Previous Contracts And Compliance Reports 3. Far 52.222-25, Affirmative Action Compliance offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. ffhe 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 Inco Orated into This Solicitation And Any Resultant Contract: • 52.212-4, Contract Terms And Conditions-commercial Items • 52.203-3, Gratuities (apr 1984) • 52.204-18, Commercial And Government Entity Code Maintenance • 52.204-19, Incorporation By Reference Of Representations And Certifications • 52.204-21, Basic Safeguarding Of Covered Contractor Information Systems • 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations • 52.219-8, Option To Extend Services • 52.217-9, Option To Extend The Term Of The Contract • 52.219-28, Post-award Small Business Program Rerepresentation • 52.232-1, Payments • 52.232-8, Discounts For Prompt Payment • 52.232-11, Extras • 52.232-23, Assignment Of Claims • 52.232-39, Unenforceability Of Unauthorized Obligations • 52.232-40, Providing Accelerated Payments To Small Business Subcontractors • 52.233-1, Disputes • 52.233-3, Protest After Award • 52.233-4, Applicable Law For Breach Of Contract Claim • 52.243-1, Changes-fixed-price • 52.247-34, F.o.b Destination • 52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form) • 52.249-4, Termination For Convenience Of The Government (services)(short Form) • 52.252-2, Clauses Incorporated By Reference 2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By their Terms, In Which Case Shall Be Considered Self-deleting: • 52.204-10 • 52.209-6 • 52.219-6 • 52.222-3 • 52.222-19 • 52.222-21 • 52.222-26 • 52.222-36 • 52.222-50 • 52.223-18 • 52.225-13 • 52.232-33 3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial items Dod Class Deviation 2018-00021, Commercial Item Omnibus Clause For Acquisitions Using The standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class Deviation 2018-00021 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 • 252.215-7007, Notice Oflntent 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 Oflnformation 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 Ofhexavalent Chromium • 252.225-7013, Duty-free Entry • 252.227-7015, Technical Data - Commercial Items • 252.227-7037, Validation Of Restrictive Markings On Technical Data • 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports • 252.232-7006, Wide Area Workflow Payment Instructions • 252.232-7010, Levies On Contract Payments • 252.239-7010, Cloud Computing Services • 252.239-7018, Supply Chain Risk • 252.244-7000, Subcontracts For Commercial Items • 252.246-7003, Notification Of Potential Safety Issues • 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations submission Instructions: all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. Include Your Company Duns number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. buyer Name: Marche Hampton, Email: Marche.t.hampton.civ@us.navy.mil. please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Governrnent Intends To Award A Purchase Order As A Result Of This Combined synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active registration In The System For Award Management (sam) Database ( Www.sam.gov) In Accordance With federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To this Solicitation. the Governrnent Will Award A Contract Resulting From This Solicitation To The Responsible Offeror whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Governrnent, 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). E-mailed Submissions are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time stamp On Fax Or E-mail. the Following Provisions And Contract Clauses Are Hereby Incorporated Into This Request For Quote (rfq). Any Provisions And Contract Clauses Not Applicable By Their Terms Shall Be Self-deleting. interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13, 2020 Instruction to Offeror: Complete The Attached 52.504-24 And Include It With Your Offer. far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services or Equipment the Offeror Shall Not Complete The Representation At Paragraph (d)(l) Of This Provision If The offeror Has Represented That It ''does Not Provide Covered Telecommunications Equipment Or Services as A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, subcontract, Or Other Contractual Instrument'' In The Provision At 52.204-26, covered Telecommunications Equipment Or Services-representation, Or In Paragraph (v) Of The provision At 52.212-3, Offeror Representations And Certifications- Commercial Items. (a) Definitions. As Used In This Provision-backhaul, Covered Telecommunications equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204-25, prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or equipment. (b) Prohibition. (1) Section 889(a)(l)(a) Of The John S. Mccain National Defense Authorization Act for Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. nothing In The Prohibition Shall Be Construed To- (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service that Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(l)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. this Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition shall Be Construed To- (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service that Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award management (sam) (https:/lwww.sam.gov) For Entities Excluded From Receiving Federal Awards For "covered Telecommunications Equipment Or Services." (d) Representations. The Offeror Represents That- (1) It □ Will, □ Will Not Provide Covered Telecommunications Equipment Or Services To The government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information required At Paragraph (e)(l) Of This Section If The Offeror Responds "will" In Paragraph (d)(l) Of this Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror represents That- It □ Does, □ Does Not Use Covered Telecommunications Equipment Or Services, or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(l) Of This Provision. If the Offeror Has Responded ''will'' In The Representation In Paragraph (d)(1) Of This Provision, The offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment- (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In paragraph (b)(l) Of This Provision. (ii) For Covered Services- (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(l) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall provide The Following Information As Part Of The Offer: (i) For Covered Equipment- (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) of This Provision. (ii) For Covered Services- (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This prov1s1on. (end Of Provision) dfars 252.204-7017 -prohibition On The Acquisition Of Covered Defense Telecommunications Equipment or Services-representation the Offeror Is Not Required To Complete The Representation In This Provision If The Offeror Has represented In The Provision At 252.204-7016 , Covered Defense Telecommunications Equipment Or services-representation, That It "does Not Provide Covered Defense Telecommunications equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The performance Of Any Contract, Subcontract, Or Other Contractual Instrument." (a) Definitions. "covered Defense Telecommunications Equipment Or Services," "covered Mission," "critical Technology," And "substantial Or Essential Component," As Used In This Provision, Have the Meanings Given In The 252.204-7018 Clause, Prohibition On The Acquisition Of Covered Defense telecommunications Equipment Or Services, Of This Solicitation. (b) Prohibition. Section 1656 Of The National Defense Authorization Act For Fiscal Year 2018 (pub. l. 115-91) Prohibits Agencies From Procuring Or Obtaining, Or Extending Or Renewing A Contract To procure Or Obtain, Any Equipment, System, Or Service To Carry Out Covered Missions That Uses covered Defense Telecommunications Equipment Or Services As A Substantial Or Essential Component Of any System, Or As Critical Technology As Part Of Any System. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award management (sam) At Https://www.sam.gov For Entities That Are Excluded When Providing Any equipment, System, Or Service To Carry Out Covered Missions That Uses Covered Defense telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or as Critical Technology As Part Of Any System, Unless A Waiver Is Granted. representation. If In Its Annual Representations And Certifications In Sam The Offeror Has represented In Paragraph (c) Of The Provision At 252.204-7016 , Covered Defense Telecommunications equipment Or Services-representation, That It "does" Provide Covered Defense Telecommunications equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The performance Of Any Contract, Subcontract, Or Other Contractual Instrument, Then The Offeror Shall complete The Following Additional Representation: the Offeror Represents That It [ ] Will [ ] Will Not Provide Covered Defense Telecommunications equipment Or Services As A Part Of Its Offered Products Or Services To Dod In The Performance Of any Award Resulting From This Solicitation. (e) Disclosures. If The Offeror Has Represented In Paragraph (d) Of This Provision That It "will provide Covered Defense Telecommunications Equipment Or Services," The Offeror Shall Provide The following Information As Part Of The Offer: (1) A Description Of All Covered Defense Telecommunications Equipment And Services Offered (include brand Or Manufacturer; Product, Such As Model Number, Original Equipment Manufacturer (oem) Number, manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable). (2) An Explanation Of The Proposed Use Of Covered Defense Telecommunications Equipment And Services and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition referenced In Paragraph (b) Of This Provision. (3) For Services, The Entity Providing The Covered Defense Telecommunications Services (include entity Name, Unique Entity Identifier, And Commercial And Government Entity (cage) Code, If Known). (4) For Equipment, The Entity That Produced Or Provided The Covered Defense Telecommunications equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The oem Or A Distributor, If Known).

City Of Tayabas Tender

Electrical Cables And Wires...+1Electrical and Electronics
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 1 Million (USD 18.8 K)
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-041 Supply And Delivery Of Other Supplies For 1st Quarter (non-dbm) - Gso 1.the City Government Of Tayabas, Through The General Fund 2025 Intends To Apply The Sum One Million Seventy-six Thousand Five Hundred Ten Pesos (php 1,076,510.00) Being The Abc To Payments Under The Contract For Project # 25-041 Supply And Delivery Of Other Supplies For 1st Quarter (non-dbm) - Gso. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Ten (10) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 04, 2025 (tuesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6.the City Government Of Tayabas Will Hold A Pre-bid Conference[] On March 11, 2025 (tuesday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 23, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On March 24, 2025 (monday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11.the City Government Of Tayabas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Common: 1. Pack 100pcs Nylon Cable Ties Multi-purpose Plastic Zip Tie Cables Wires 2 2. Unit 3-in-1 Quick Charging Nylon Braided Cable 2.4a For Micro Iphone And Type-c (cb163 1 3. Bottle Air Purifier Aroma Essential Oil, 125ml 5 4. Unit Air Revitalizer/purifier With Led Light 1 5. Pc Bathroom Deodorizer W/ Holder, 100g 93 6. Set Blood Pressure Monitor - Set Of Aneroid Sphygmomanometer & Double-head Stethoscope 1 7. Pc Bulb, Led, 11watts, Hq 27 8. Can Butane Gas, 250ml 17 9. Pc Cable, Hdmi Male To Vga Hdmi Female Splitter 2m. 1 10. Pc Cable, Hdmi To Hdmi Cord 1.5m 1 11. Bottle Car Air Freshener, Hanging Car Diffuser 3 12. Can Car Air Freshener, Spillproof Organic, (cont. Net 42g) 96 13. Bottle Car Shampoo, 1liter 12 14. Unit Car Vacuum Cleaner, Cordless 1 15. Bundle Caution Tape (yellow And Black) 5 16. Pair Dex Shell Waterproof Socks 1 17. Unit Digital Weighing Scale (200g) 1 18. Unit Digital Weighing Scale (600g) 1 19. Can Disinfectant Spray, Hospital Grade, Surface Disinfectant Kills 99.9% Of Viruses & Bacterial Brand, 510g/can 123 20. Bottle Disinfectant, Liquid, 1 Liter 16 21. Pc Doormat Rug, Cotton 36x52cm 40 22. Pc Doormat, Anti-slip, 40x60 Cm 18 23. Unit Drill Machines & Set (color: Blue, Material: Metal, Set Content Detail: 1-piece Li Cordless Drill With One Battery 2 X 12v 1.5 Ah Li-ion Battery; Cv Charger, Carrying Cases) 1 24. Pc Dry Bag 20 Liters 1 25. Pc Dry Seal (office) 1 26. Unit Electric Kettle 2l (branded/high Quality) 1 27. Set Extension Cord Set With Individual Switch, 4 Gang Universal Outlet (branded High Quality) 16 28. Pc Extension Cord Set With Individual Switch, 6 Gang Universal Outlet, High Quality 1 29. Pc Extension Cord Wheel Power Strip 25m/ds 10amp/250v, Heavy Duty 1 30. Roll Fire Hose 1, 1/2" ɸ 15 Meters 1 31. Roll Fire Hose 2" ɸ 15 Meters 1 32. Kit First Aid Kit (pair Of Examination Gloves, Adhesive Bandage, Medical Tape, Cold Compress, Medical Scissors, Tweezers, Gauze Pads, Triangular Bandages, Gauze Rolls/kling Rolls, Alcohol Pads, Antiseptic Towelettes, Emergency Blanket) 2 33. Pc Flashlight Heavy-duty Original Rechargeable Light Led Tactical Flashlight, Aluminum Alloy Body, Complete Set With Rechargeable Battery And Case) 11 34. Roll Floor Mat, 91 Cm X 182 Cm, 0.35 Mm Thick, Rubberized 1 35. Pc Garden Bolo (dulos), Blade 18" 2 36. Pc Garden Bolo (itak), Blade 18" 3 37. Pc Garden Hedge Scissors Heavy Duty 3 38. Roll Garden Hose, 20m/roll High Quality 2 39. Set Gavel With Round Block 1 40. Bottle Glass Cleaner With Spray, 500ml 70 41. Box Gloves Latex, Powder Free, 100’s Medium) 1 42. Pair Gloves, Knitted W/rubber, Ordinary 41 43. Pair Gloves, Rubber, Heavy Duty 8 44. Gal Glyphosate, 48sl 20 45. Gal Grass/ Weed Killer 480sl 11 46. Set Gray Lead Seal W/ Engraved Copper Tags (customized) For Sealing Of Weights And Measure 125 47. Bottle Hand Sanitizer, Gel, 250ml 3 48. Gal Hand Soap, Liquid 21 49. Unit Hand Tools Set, 16pcs Industrial Insulated 1 50. Pack Hand Towel, 12's/pack, Hq 50 51. Unit Head Lamp, 80 Lumens, 25 M Range, Size: 60 X 40 X 31 Mm (excluding Headband); 3 Lighting Modes; Operates With 3 Lr03-aaa Batteries (supplied) 5 52. Pc Head Lamp (battery Operated), Heavy Duty, High Quality 2 53. Unit Headset, Usb, H390 With Noise Cancelling Microphone 2 54. Unit Helmet (ar-01, Full Face) Ar-01 Radiant - Size - Medium 1 55. Unit High Pressure Motorcycle Air Pump 1 56. Pc Jungle Bolo, Blade 12" With Leather Sheath 1 57. Pc Katsa Sack, Used But Washed 7 58. Pc Ladder Extension 24 Steps, Fiberglass 1 59. Pc Ladder, 4-step, Folding, Non-slip Steps With Wide Platform Steel Tube, 150 Kg Capacity, Branded 1 60. Pc Ladder, 5-step, Folding, Stainless Steel, Multifunctional Portable Ladder, Sturdy, Non-slip, 150 Kg Capacity 1 61. Pc Ladder, 7-step, Household Aluminum 1 62. Unit Laminator Machine A3/a4 Hot And Cold Heavy Duty 1 63. Pc Long Sleeve Camouflage, Dry Fit, Tactical 2 64. Unit Measurement Tool, 20cm Portable Magnetic Spirit Level High Precision Aluminum Construction Leveling Tool Measurement Bubble Level Gauge 1 65. Pc Measuring Tape, 10m, Retractable, Branded 2 66. Pc Measuring Tape, 50m 1 67. Pack Metal Steel Boltless Organizer Rack -3 Layer Length: 60 Cm; Width: 30 Cm Height: 100 Cm Materials: High Density Fiber Board And Full Metal Capacity: 200 L Capacity 1 68. Pc Microfiber Cleaning Cloth, Lint Free Polishing Cloth For Cell Phone, Tablets, Laptops, Ipad, Glasses, Camera Lens, Tv Screens And Other Delicate Surfaces 1 69. Pc Monoblock Chairs, With 5 Slots On Seat; No Arm Rest; With Engraved Lgu Label 34 70. Unit Monoblock Table, Size: 30" X 48", With Engraved Lgu Label (beige) 1 71. Pc Mountaineering Backpack Bag, 70l + 5l Hiking Storage Backpack Bag With Waterproof Rain Cover Water Bladder, Unisex 1 72. Bottle Multi-insect Killer, Water-based/odorless, 500ml (spray) 44 73. Bottle Muriatic Acid, Concentrated 250ml 29% Maximum Hci Content 34 74. Pack Naphthalene/ Moth Balls, 1kg/pack 2 75. Pair Nomad Batwing Tarp 10x10 1 76. Roll Nylon Rope, 4mm 1 77. Roll Nylon Rope, 20mm X 200m 1 78. Pc Padlock, 50mm (heavy Duty) 5 79. Set Padlock, 50mm, Long Shackle, Hardened Steel, Branded 1 80. Set Padlock, 60mm, Hardened Steel, Branded 1 81. Pc Pail, 12l Capacity, High Quality 1 82. Pc Pail, 24l Capacity, High Quality 6 83. Pc Pallet, Plastic, 110"x130"x5" High Quality 1 84. Pc Pallet, Stackable Blue, 48x40 5 85. Pc Pickup Tool Flexible Drain Clog Remover Retractable Claw Retriever For Kitchen Bathroom Toilet 1 86. Unit Plastic Bag 2 X 3, 100pcs/10pack 4 87. Pc Plastic Crate, Multi-purpose, Heavy Duty, L52cm X W36cm X H 28cm 11 88. Pack Plastic Ziplock, 100's/pack, #10 (9.5 X 13") 1 89. Pack Plastic Ziplock, 100's/pack, #11 (11 X 16") 1 90. Set Pliers, Combination, Dyna Grip, 7", Branded 1 91. Set Pliers, Long Nose, Dyna Grip, 8", Branded 1 92. Pc Portable Ultralight Camping Chair, Aluminum Alloy, 150kg Capacity, Double Extra Thick, Black Or Moss Green 1 93. Unit Power Sprayer Machine 1 94. Meter Power Spray Hose, Korean Tech 8.5mm, Heavy Duty 25 95. Roll Professional Digital Distance Laser Measure / Rangefinder W/ Battery Pack 1 96. Pc Pushcart - Hard Plastic Platform, Heavy Duty Durable Plastic Platform; 300kg. Capacity, 5-inch Wheels 1 97. Pc Rain Coat Pants, Hq 3 98. Pc Rain Coat W/ Sleeves, Heavy Duty 2 99. Pc Rostrum 120m Height X50m Width, Stem 96m Height X30mx34m Width – For Footing Stand 48.5m X 48.5m Width X 10m Height 1 100. Pair Rubber Rain Boots, All Size, Lightweight, Non-slip, Heavy Duty 13 101. Pc Sack, 50kls Capacity 2 102. Pc Safety Goggles Anti Fog, Impact Resistant 2 103. Unit Shredder Machine Paper 15l Can Shred Staples A4 High Quality 1 104. Pc Snake Hook 1 105. Unit Solar Light Small With Charger And Free 3 Bulbs 2 106. Unit Speaker With Microphone, 12" 400w Powered Portable Trolley Speaker 1 107. Kilo Taysi (for Grasscutter), 3.0mm 14 108. Bottle Toilet Bowl Cleaner, Multi-purpose, 1 Liter/ Bottle 59 109. Pc Toilet Plunger Powerful Suction, Heavy Duty 12 110. Pack Toilet Tissue Paper, 2-ply, 12rolls/pack 8 111. Roll Trapal Ordinary (sako), Blue/ornage, 8ft Width X 100 Meters 1 112. Pack Trash Bag, 15+15x37 (xl), Black, 100s/pack 54 113. Pack Trash Bag 11+11x24 (medium), Green, 100/pack 12 114. Pack Trash Bag 11+11x24 (medium), Yellow, 100/pack 29 115. Roll Trash Bag Large, 20x30, Rolled, White, 20s/roll 48 116. Pack Trash Bag Medium, Cross Tie, Black, 10/pack 7 117. Pack Trash Bag Medium, Cross Tie, Green, 10/pack 4 118. Pack Trash Bag Medium, Cross Tie, Yellow, 10/pack 4 119. Pc Trash Bin With Cover, Pedal/step, 20l 2 120. Unit Two-way Radio, Heavy Duty, High Quality 1 121. Pc Umbrella W/ Lgu Tayabas Logo, Black Big, Heavy Duty 4 122. Pc Umbrella, Head Wear, Heavy Duty 1 123. Pc Wall Clock, High Quality 2 124. Bottle Wd-40® Specialist Fast Drying Contact Cleaner 360ml 1 125. Unit Webcam, Pk-940ha Fhd 1080p Af 1 126. Pc Whistle, High Quality 1 127. Pack Ziplock Seal-it Bag, 120mm X 170mm X 0.04mm, 100pcs/pack 1 128. Pack Ziplock Seal-it Bag, 240mm X 340mm X 0.04mm 100pcs/pack 1 Cleaning Materials: 129. Pc Air Filled Rubber Cot Mat, Medium, 45 X 30 1 130. Pc Air Filled Rubber Cot Mat, Medium, 55 X 40 1 131. Can Air Freshener, 320ml 1 132. Pc Bottle Spray Gun, 500ml (high Quality) 7 133. Pc Brush, Floor Brush With Long Handle (heavy Duty) Durable Floor Brush Scrub With Scapper & Long Handle I Adjustable 120 Degree Rotating Cleaning Brush With Hard V Shaped Bristle I 12 134. Pc Brush, Toilet Brush With Holder (heavy Duty) (home Gallery Toilet Brush With Stand | Heavy-duty Bristles | Comfortable Grip Handle | Yb5862a) 18 135. Pc Brush, Washing Rag 7 136. Drum Chlorine 1 137. Can Cleaner, Scouring Powder 3 138. Can Dashboard Polisher, " Vs1 Protector", Original, 250ml 1 139. Pack Detergent Powder, 1.7kg 19 140. Pack Detergent Powder, Anti-bac, 1.7kg 78 141. Pc Dipper, 1l Capacity High Quality 2 142. Pack Dishwashing Liquid, 600ml, Refill Pack 98 143. Set Dustpan With Broom, Plastic, Durable 1 144. Pc Dustpan With Handle, Stainless, Heavy Duty 27cm X 27cm X 68cm 5 145. Pc Dustpan, Plastic, Made From Durable Materials With Easy Grip Handle And Rubber Edge 44 146. Pc Feather Duster (not Plastic) 1 147. Pc Garden Rake 16 Tines All Metal Heavy Duty 1 148. Pc Glass Wiper - Squeegee With Long Retractable Handle 95cm X 8cm 3 149. Pc Halabas, Wood Handle 1 150. Gal Liquid Bleach, 1 Gallon 59 151. Pack Liquid Bleach, Color Safe, 3.6 Liter/pack 1 152. Pc Liquid Soap Dispenser, Special Manual Pressing Type (wall Mount 500ml) 26 153. Pc Microfiber Flexible Duster (300cm Microfiber Duster, Electrostatic Adsorption) 1 154. Pc Mop Head, Refill, Microfiber Cloth, Round Shape, Good For Zt1-10, Zt-11 & Others 30 155. Set Mop Stick/handle And Microfiber Mophead, 6-1/2” Diameter, For Tornado Mop 17 156. Set Mop, 360 Rotating Spin, High Quality Floor Mop L45.5xw26xh21cm (zt11m/3) 19 157. Bottle Multi-purpose Cleaner Classic 1l Bottle, Antibacterial Multi-purpose Cleaner With Anti-microbial System That Kills 99.9% Of Viruses And Bacteria, Including Coronavirus Based On Technical Test 23 158. Bottle Muriatic Acid, 500ml 1 159. Bottle Rust Remover, For Stainless Steel, 450ml 1 160. Pc Scrub Sponge, 150mm X 95mm X 30mm, Heavy Duty 23 161. Pc Soap, Bath/hand, Germ Protection, White, 85g 58 162. Pc Steel Brush, Stainless, Rust Remover 1 163. Pc Toilet Brush With Handle 9 164. Pack Trash Bag, 15+15x37 (xl), Black, 100s/pack 1 165. Pack Trash Bag, Large, 26 X 32, Black 4 166. Pc Trash Can With Flat Cover, Plastic, 45l, High Quality 1 167. Dozen Wire-brush, Steel Wire Ball 1 Sound System Supplies & Materials: 168. Pc Audio Connector Jack 3.5mm (baby) Plug Heavy Duty 5 169. Pc Audio Jack To Male Aux Splitter Cable 3.5mm To 2 X 6.5mm Male (1.5 Meters) 2 170. Pc Audio Mixer 4 Channel With Equalizer Pg4s Professional Mixer 4/6 Reverberation Effect 16dsp Support Playback Audio Mixer With Bluetooth Pc/usb/mp3 1 171. Pc Cat-6 Cable Reel 50mts 1 172. Set Dmx512 Dfi Dj Wireless Receiver And Transmitter 2.4ghz For Led Stage Light Led Light 400m Control (1t And 4r) 1 173. Pc Dvi-d Cable Pin 18+1 (1.5m) Pure Copper Material 100% Tested Ul Type/ Rohs Compliant Molded By Machine Heavy Duty Gold Plated 18+1 Pin - Dvi18 1 Dvi-d Male To Male Monitor 1 174. Pc Hdmi 1x4 Splitter 1 In 4 Out Hdmi Splitter 4k Hd 3d Vision Audiovisual Sync Hdmi Port Hub With Power Supply For Computer Tv Box Ps3 4 Laptop Projector Monitor Hdmi Switch Adapter Hdmi Switcher 1 175. Pc Hdmi 2.1 Cable (1.5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 176. Pc Hdmi 2.1 Cable (5 Meters Alloy) 8k 60hz Hdmi To Hdmi Cable 4k 120hz 3d Ultra Hd High Speed 48gbps For Laptop Monitor Pc Ps4 Project Switch Audio Video Sync Hdmi 2.1 Cord 1 177. Pc Hdmi To Dvi 24+1 Adapter Converter Cable Connector Converts An Hdmi Male Connector Into A Dvi-d Single-link Male Connector (1.5m) 1 178. Roll Mic Wire 1 179. Pc Usb External Sound Card Usb To Aux Jack 3.5mm Earphone Adapter Audio Mic Sound Card For Pc Laptop 2 180. Roll Cat 6 Pure Copper Cable Indoor 305 Meters 1 181. Roll Cat 6 Pure Copper Cable Outdoor 305 Meters 1 182. Pc Dahua Cctv Camera Bullet Type Full Color 5mp 1080p Outdoor 15 183. Pc Dahua Cctv Camera Dome Type Full Color 5mp 1080p 7 184. Pc Dahua Dh-pfs3006-4et 4 Port Poe Switch 3 185. Pc Dahua Dh-pfs3110-8et-96 8 Port Poe Switch 3 186. Pc Heavy Duty Flash Light Outdoor 5000m Black Search Light 1 187. Pc Motorola X8 10km Walkie Talkie Long Range 10 Watts Outdoor 1 188. Pc Outdoor Electrical Box 12x10x6 " W/door Lock 3 189. Box Rj45 Pass Through 1 190. Pc Ubiquiti Lbe-5ac-16-120 Airmax Liteap Ac 5ghz 2 191. Pc Ubiquiti Pbe-5ac-gen2 Airmax 1 Food & Welfare Relief 192. Pack Assorted Candies, 50pcs/pack 2 193. Pack Biscuits 24-33g Grams, Assorted 10pcs/pack 2 194. Pc Brief Underwear Size: Medium And Large 3 195. Pack Coffee Creamer 5grams, 48packs 1 196. Pack Coffee, 3-in-1 Twin Pack 52g - Pack Of 20 1 197. Pack Cupcakes Assorted, 10pcs 2 198. Doz Deodorant Sachet For Men 3ml. 12 Sachet Per Dozen 5 199. Doz Deodorant Sachet For Women 3ml. 12 Sachet Per Dozen 5 200. Pack Disposable Cup, 12 Oz, 50pcs/pack 10 201. Case Green Tea Apple Solo 230ml X 24s (bottled Juice) 1 202. Unit Lpg Refill 11kg (load Only) 1 203. Pc Panty Underwear Size: Medium And Large 3 204. Pack Plastic Coffee Stirrer 100pcs 1 205. Pack Sanitary Napkin With Wings - Day Use 8pcs. Per Pack 10 206. Pack Sanitary Napkin With Wings - Night Use 8pcs. Per Pack 7 207. Doz Shampoo 15ml. Per Sachet 12 Sachet Per Dozen 10 208. Unit Single Coil Electric Stove 1200 Watts 1 209. Pair Slippers For Girl And Boy 2 210. Pc Toothbrush 7 211. Doz Toothpaste Twin Sachet 20g 12 Sachet Per Dozen 5 212. Pack White Sugar, Condiments Sachet 100pcs 1 Note: All Items To Be Delivered Must Be Genuine, Authentic & Original. Fake And Counterfeit Products Shall Not Be Accepted. March 04, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 992.7 K (USD 17.1 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Dswd Rfp No. 25-gop-svp-cf-004-a (pr No. 2024111680) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Being The Approved Budget For The Contract (abc) For The Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Under (dswd Rfp No. 25-gop-svp-cf-004-a). 2. Objectives The Consulting Firm Shall Be Hired To Implement The Software Development Cycle To Establish The Bts And Agapp Website, Web, And Mobile Application. Specifically, The Project Aims To: A. Analyze The Business Requirements Of The Program; B. Design And Develop The Bts And Agapp, Including A Public-facing Website Based On The Specified Business Requirements; C. Perform The Necessary Quality Assurance Tests For The Bts And Agapp, Including The Privacy Impact Assessment; D. Assist In The Deployment Of The Bts And Agapp, Including The Conduct Of Training Of Trainers; And E. Provide A Warranty Service Upon Post-deployment Of The Bts And Agapp Application. 3. Scope Of Work A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Designs Such As Wireframes And High-fidelity Prototypes, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Develop The Software According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In The Identified Domain Environment, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Learning And Development Intervention. Design And Implement Learning And Development Interventions To Manage And Use The Application. This Service Also Includes The Development Of Print And Multimedia Assets Such As Walkthroughs, Audio-visual Presentations Highlighting The Features, And Brochures. G. Maintenance. Provide Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. 4. Technical Specification A. General Requirements • Web-based Compatibility: This Application Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Offline Compatibility: This Application Must Be Accessible Via Mobile Or Similar Devices Without Internet Connection. • Provide An Intuitive User Interface With Easy Navigation And User-friendly Features For Users Of Varying Technical Expertise. • Implement Robust Security Measures, Including Encryption For Data At Rest And In Transit, And Comprehensive Security Protocols. • Reference Material: Shall Have Training/learning Avp Materials Of The System. • Must Be Designed Using A Platform Preferably Aligned With This Min. Requirement: Online Offline Relational Database Management System Mysql 8.0 Or Higher Sqlite 4.0 Or Similar Tools Front-end Flutterflow Back-end Api With Json Returns Data Visualization Google Looker, Tableau, Or Similar Tools Applicable For Flutterflow • Shall Provide Comprehensive Documentation On Front-end And/or Back-end Tools Using Swagger Or Similar Tools Deployed On Dswd Managed Infrastructure. • The System Shall Cover An Unlimited Number Of Users With No Additional Cost From The Proponent. • User Load Capacity: The System Should Be Capable Of Handling An Unlimited Number Of Users, Ensuring Consistent Performance Even During Peak Usage Periods. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Property Of Dswd. • Service Provider Access Limitations: The Service Provider Will Not Have Access To The Dswd Production System. They Must Provide Comprehensive Instructions And Support For The Dswd System Administrators For System Deployment And Setup. • Learning And Development Intervention: The Service Provider Shall Provide Comprehensive Capability Building Activities Focusing On Building The Necessary Skills For Effective Implementation And Continuous Utilization Of System. • The Low Code Development Tools Must Be Provided By The Service Provider With No Additional Cost During The Development And Within The 2-year Warranty Period Following The Production Deployment Of The Application. B. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity, Data Privacy Policies, And Other Relevant Legal And Ethical Standards Concerning Data Privacy And Protection. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. • Multi-factor Authentication: The System Shall Implement Multi-factor Authentication (mfa) To Enhance Security By Requiring Users To Provide Multiple Forms Of Identification Before Granting Access. This Extra Layer Of Security Will Prevent Unauthorized Access, Even If A User’s Password Is Compromised. The Mfa May Include Combinations Such As Passwords, Security Tokens, Or One-time Passwords (otps). • Audit Trail: The System Shall Maintain A Comprehensive Audit Log That Records All User Activities. This Includes Logins, Data Access, Modifications, And Any Other Actions Performed Within The System. The Audit Trail Is Essential For Monitoring User Behavior, Detecting Security Breaches, And Facilitating Troubleshooting. The Records Shall Be Tamper-proof And Stored Securely To Ensure Data Integrity. • Support: The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period. C. Deployment Requirements • Compatibility With Dswd Managed Infrastructure: The System Shall Be Hosted On Identified Cloud Infrastructure And Be Compatible With Existing Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards That Need To Include The Following Set Of Environments: ○ Development, Staging, Uat, And Production Environment • Performance Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage Including But Not Limited To Load Testing, Stress Testing, Etc. • Quality Assurance: The Service Provider Shall Conduct A Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. The Service Provider Must Address All Identified Quality Assurance Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure Against Potential Cyber Threats. The Service Provider Must Address All Identified Vulnerability Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. D. Use Case The System Shall Ensure The Inclusion Of These Min. Use Case Requirement: Application Use Case Advanced Data Gathering For Assistance Preparedness For Protection (agapp) • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • Report Generation For: ○ Disaster Incident Reports ○ Evacuation Report • Capture Geolocation Beneficiary Transactional Account Information System (bts) • Data Processing Of Beneficiary Payment Modality Registry • Integration To 4ps Api Support Features: • Shall Be Integrated With The Philsys Authentication • Shall Be Mobile Responsive • Shall Include Role-based Access Control (rbac) • Customized Profile Pages • Dashboard And Report Generation • User Management • Data Visualization And Exporting • Data Migration Fron Existing Platform • Shall Provide The Low Code Development Platform At No Additional Cost During The Development And Within 2 Years Warranty Period Following The Production Deployment Of The Application. Any Additional Use Cases Identified During The Business Process Review And Analysis Must Be Discussed With The Service Provider And Approved By The Dswd For Inclusion In The Development Of This Project. Likewise, All Forms, Intake Sheets, And Other Relevant Documents Required For The Development Of This Application Shall Be Subject To Approval By The Dswd E. Phases Of Development Component/activities Deliverables Sprint 0: Project Initiation Inception Report Sprint 1: Completion Of Design Discovery Team 1: Beneficiary Transactional Account Information System (bts) • Conduct Of Business Process Review And Requirements • System Design • Business Process And Requirements Analysis Report • System Requirements Specification • Business Requirements Document • Document: Approved System Design (wireframe And Use Case Document) And Implementation Plan Approved By The Business Owner Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 2: Completion Of Baseline Development Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • Philsys Authentication • Data Processing Of Beneficiary Payment Modality Registry • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission ○ System Security (i.e. Audit Trail, Mfa, Etc.) ○ Data Exporting Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission • System Security (i.e. Audit Trail, Mfa, Etc.) • Data Exporting Sprint 3: Completion Of Data Integration, Generation, Migration, And Other Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • 4ps Integration And Other Use Cases Identified During The Bpra • Dashboard And Report Generation • Data Migration Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Dashboard And Report Generation • Data Migration • Other Use Cases Identified During The Bpra Sprint 4: Completion Of Learning And Development Interventions Team 1: Beneficiary Transactional Account Information System (bts) Completed Learning And Development Interventions (ldis) With Documentation Report Action: At Least Two (2) Training Of Trainers Conducted With Comprehensive Documentation Either Onsite Or Virtual Documentation: Comprehensive Documentation Report Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Team 1: Beneficiary Transactional Account Information System (bts) Completion Report • Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • User’s Manual/guide (for System Users And System Administrators) • Technical Systems Documentation • Comprehensive Api Documentation • Installation Guide • Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 5: Final Systems Documentation And Turn-over Team 1: Beneficiary Transactional Account Information System (bts) Final Systems Documentation And Turn-over • Full System Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • Final User’s Manual/guide (for System Users And System Administrators) • Final Technical Systems Documentation • Final Comprehensive Api Documentation • Final Installation Guide • Final Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) F. Work Deliverables And Payment Schedule Milestone Deliverables Timeline % Of The Contract Price Sprint 0 Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% Sprint 1 Completion Of Design Discovery Within 25 Calendar Days Upon Receipt And Approval Of Inception Report 20% Sprint 2 Completion Of Baseline Development Requirements Within 25 Calendar Days Upon Completion Of Sprint 1 20% Sprint 3 Completion Of Data Integration, Generation, Migration And Other Requirements Within 25 Calendar Days Upon Completion Of Sprint 2 20% Sprint 4 Completion Of Learning And Development Interventions Documentation And Turn-over Within 25 Calendar Days Upon Completion Of Sprint 3 20% Sprint 5 Final Systems Documentation And Turn-over Within 15 Calendar Days Upon Completion Of Sprint 4 20% Outputs Of The Consultant Will Undergo Evaluation Before Proceeding To The Next Step. Each Deliverable, Particularly On The System Modules, Must Be Provided To The Ictms And Ico, Along With The Source Code. Deliverables Will Be Subject To Liquidated Damages If Submitted Beyond The Allotted Timeline, Which Is 15-30 Calendar Days Upon Acceptance And Approval. Only Work Outputs Or Deliverables Deemed Acceptable Will Be Compensated. Failure To Submit The Expected Output On Time Will Result In A Deduction Of One-tenth Of One Percent (0.001) Per Day From The Payment For The Covered Work Output/deliverable Unless Satisfactorily Justified. G. Institutional Arrangements Service Provider • Pre-development And Installation ○ The Service Provider Should Provide A Project Implementation Plan That Must Be Approved By The Dswd ○ Engage The Business Owner In The Conduct Of Business Process And Requirements Analysis As The Basis Of System Requirement Specification (srs) For The Information System That Will Be Developed ○ Ensure Approval On The Sign-off Documents On All The Identified Deliverables • During Development And Installation ○ The Service Provider Should Manage And Execute Project Tasks Alongside The Dswd In Accordance With The Project Scope Period Of Performance And Quality Standards ○ The Service Provider Shall Ensure Compliance With The Data Sharing Agreement ○ The Service Provider Shall Ensure Timely Completion Of Deliverables Identified In This Project ○ The Service Provider Should Lead The Deployment Project In Collaboration With The Dswd And Provide Weekly Project Updates, Bi-weekly Steering Committee Meetings, Milestone Reports, And Closeout Reports ○ The Service Provider Should Provide A Status Report Of The Project In The Form Of Charts/graphs ○ The Service Provider Should Assume Full Responsibility For The Project Plan And Lead The Change Management Process ○ The Service Provider Should Formulate And Execute A Training Approach And Strategy ○ The Service Provider Should Establish A Dedicated Project Team As The Primary Point Of Contact For Dswd Throughout The Deployment Process ○ The Service Provider Should Have A Project Manager Responsible For Overseeing The Integrated Project Plan, Managing Risk Mitigation, And Resolving Issues ○ The Service Provider Should Have A Technical Deployment Architect Responsible For Coordinating And Supporting The Implementation Of Technical Tasks, Providing Best Practices, And Troubleshooting ○ The Service Provider Should Have A Change Manager Responsible For Executing The Change Management Plan, Publishing Communication Plans, And Designing The Training Curriculum ○ The Service Provider Shall Inform The Proponent Office Of Any Challenges Requiring Further Assistance ○ The Service Provider Should Have A Trainer Responsible For Conducting And-user Training And Technical Training Workshops • Post Installation ○ The Service Provider Representative Shall Co-manage The Project With The Assigned Project Focals From The Dswd Ensuring That The System Is Operational 24/7 ○ The Service Provider Should Provide An Escalation Procedure In Reporting Issues And Concerns ○ The Service Provider Should Ensure End-to-end Security To The System To Safeguard Against Breaches And Potential Threats, Including Administration Tools And Best Practices ○ The Service Provider Should Perform Capacity Planning, Identify Requirements, And Provide Recommendations To Enhance The Performance And Usability Of The System. The Service Provider Is Responsible For All Configurations, Including Those For Future Requirements Identified By Dswd ○ The Service Provider Shall Provide A 2-year Warranty Period At No Additional Cost To Address Errors/bugs/vulnerabilities After All The Sprint Has Been Completed • Service Level Agreement ○ The Service Provider Shall Maintain 24/7 Availability ○ The Service Provider Shall Include Unlimited 24x7 Service Support Via Phone, Email, Remote, Or On-site When Needed At No Additional Cost Within The Warranty Period ○ The Service Provider Shall Respond To Support Requests Within The Following Timeframes: 1. Critical Issues: Within 1 Hour 2. High Priority Issues: 1-4 Hours 3. Medium Priority Issues: Within 24 Hours 4. Low Priority Issues: 1-3 Business Days ○ The Service Provider Shall Commit To Resolving Issues Within The Following Timeframes: 1. Critical Issues: Within 4 Hours 2. High Priority Issues: Within 24 Hours 3. Medium Priority Issues: 1-3 Business Days 4. Low Priority Issues: 1-7 Business Days ○ The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period ○ The Service Provider Shall Provide Thorough Guidance And Comprehensive Documentation For All Changes, Enhancements, And Interventions Made During The Warranty Period ○ The Service Provider Shall Document All Interventions, Changes, Troubleshooting Activities, And Enhancements, Ensuring Approval From The Department’s Designated It Team And Submission Within The Prescribed Period ○ The Service Provider Shall Strictly Adhere To The Existing Ict Policy And/or Guidelines Of The Department Department Of Social Welfare And Development (dswd) • Provide Overall Management Directions To The Project • Support The Offices, Bureaus, Services And Units (obsus) In Establishing Institutional Mechanisms For The Sustainability Of The Project • Enforce A Data Sharing Agreement / Non-disclosure Agreement Among The Project Stakeholders (if Needed) • Ensure That The Project Is Aligned With The Secretary’s Directive Regarding Digitalization, Specifically On The Transition To Online Systems, And Consistent With The Department’s Pgs And Strategy Map • Ensure The Project’s Inclusion In The Dswd Information Systems Strategic Plan • Provide Contextual Inputs To The Service Provider To Ensure Alignment Of The Design And Development Of The Application To The Business Requirements • Review The Quality Of Operations-related And Ict Related Outputs Submitted By The Service Provider Under The Terms Provided Herein • Provide Appropriate Documents Relevant To The Project Within The Duration Of The Engagement • Create A Policy And/or Document Supporting The Sustainability Of This Project • Lead The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets • Ensure Timely Monitoring Of This Project Including But Not Limited To: ○ Deliverables Of The Service Provider ○ Timely Monitoring, Tracking And Updates Of Procurement And Financial Related Activities • Assist In The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets H. Learning And Development Interventions The Following Learning And Development Interventions (ldis) For Dswd End-users And Technical Staff Shall Be Conducted By The Service Provider Who Shall Also Issue Certificates Of Completion To The Participants Duly Signed By A Certified Trainer, At No Extra Cost To The Dswd: • Onboarding Sessions And Other Learning And Development Interventions On The Proposed Platform For Administrators And End-users Within The Subscription Period • At Least Four (4) Training-of-trainers During The Development And/or Prior Development • At Least One (1) Capability-building Session Must Be Held Per Semester During The Warranty Period To Keep Participants Updated On The System Enhancements And Best Practices • At Least One (1) Capability-building Session Must Be Held Per Semester For The Administration Management Console Technical Training For It Administrators I. Confidentiality And Non-disclosure Agreement • All Data And Information Used In This Service Shall Be Governed By Republic Act 10173 – Data Privacy Act Of 2012 • Any Information, Including But Not Limited To The Information Related To Dswd Provided To The Service Provider For The Purpose Of Warehouse Inventory Management Solution Agreement, Are The Sole Property Of The Dswd. The Service Provider Shall Treat This Information As Confidential And Shall Not Disclose It To Any Company, Firm Or Person During The Duration Of The Agreement, Or At Any Time Thereafter. • All Business, Personnel And Technical Information And Any Related Documentation, In Whatever Form, Which The Dswd May Provide Shall Be Used By The Service Provider Solely For The Purpose For Which It Was Provided And Shall Be Treated In Strictest Confidence And Protected; If In Tangible Form, The Same Shall Be Returned To Dswd Upon The End Of The Service Agreement. • All Account Information And Data Are Sole Property Of The Dswd. The Service Provider Shall Not Retain Copies Of It In Any Form Upon The End Of The Service Agreement J. Minimum Qualifications • With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development • With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage • With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients • With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications K. Ownership And Publication Rights • All Documentation Produced Under The Terms Of This Engagement Shall Remain The Property Of Dswd. Dswd Retains The Exclusive Right To Publish Or Disseminate The Knowledge Products Arising From The Engagement Even After The Termination Of This Project • The Service Provider Must Submit A Written Letter When Requesting Raw Data, Versions, And/or Parts Of The Outputs That Will Be Used For Purposes Other Than What Was Originally Agreed Upon With The Terms Of This Engagement • The System Including Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd • Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, Licenses And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase L. Budgetary Requirements: The Total Budgetary Requirement Amounts To Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Chargeable Against Ictms 2024 Funds And Payment Will Be Staggered Per Milestone Achievement Following Dswd – Approved Policies And Guidelines. 5. Evaluation Criteria This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 35% B. The Consulting Firm Has Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 25% With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 35% B. The Consulting Firm Has Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 25% With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% A. The Consulting Firm Has More Than Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% B. The Consulting Firm Has Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 5% With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications 20% A. The Consulting Firm Has 2 Or More Team Of Over Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications 20% B. The Consulting Firm Has Less Than 2 Team Of Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications Role Quantity Project Manager 1 Developers 2 Quality Assurance (qa) Specialist 1 Analyst 1 15% Total 100% Passing Rate 70% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted As Condition For Payment); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 7 March 2025 (friday). 11. The Project Duration For Cy 2025 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph (original Signed) Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee
4931-4940 of 5008 archived Tenders