Cloud Tenders

University Of Northern Philippines Tender

Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines University Of Northern Philippines Tamag, Vigan City Invitation To Bid For The Procurement Of Network Cabinet And Other It Equipment And Peripherals 1. The University Of Northern Philippines, Through The Fiduciary Fund And Use Of Income, 2025 Intends To Apply The Sum Of ₱ 5,117,712.18 The Abc To Payments Under The Contract For Procurement Of Network Cabinet And Other It Equipment And Peripherals /g-2025-10. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The University Of Northern Philippines Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From University Of Northern Philippines And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 12:00 Pm And 1:00-5:00 Pm, From Monday To Friday Except Non-working Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 14 – June 3, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee To The Cashier’s Office For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, To Wit: Lot No. Abc Price Of Bid Documents Per Lot 1 ₱ 1,927,297.98 ₱ 5,000.00 2 3,190,414.80 5,000.00 1-2 5,117,712.78 10,000.00 If The Bidder Shall Submit Its Bid For More Than One Lot, The Bidder Shall Pay The Corresponding Maximum Fee For The Bidding Documents Stated In The Guidelines Issued By The Gppb Based On The Total Abc Of The Lots To Be Bid. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The University Of Northern Philippines Will Hold A Pre-bid Conference On May 22, 2025, 9:00 Am At Bac Meeting Room, 2/f Roco Lina Building, University Of Northern Philippines, Tamag, Vigan City, Ilocos Sur And/or Through Video Conferencing Or Webcasting Via Google Meet (https://meet.google.com/jxm-txqj-xov) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below On Or Before June 3, 2025, 9:00 Am. 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 3, 2025, 9:00 Am At The Given Address Below And/or Via Google Meet (https://meet.google.com/jxm-txqj-xov) And Be Live Broadcasted Via Youtube (https://tinyurl.com/bacyoutube). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The University Of Northern Philippines Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dr. Fatima F. Rocamora/dr. Frances R. Duldulao University Of Northern Philippines Tamag, Vigan City, Ilocos Sur 2700 Bac@unp.edu.ph (077) 632-6895 Www.unp.edu.ph You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph May 14, 2025 Fatima F. Rocamora, Edd Bac Chairperson Procurement Of Network Cabinet And Other It Equipment And Peripherals Abc: ₱ 5,117,712.78 Lot No. Item No. Unit Item Description Qty Abc Lot 1--for The Installation Of Internet For The New Building Of The College Of Medicine (pr #2025-03-05-075) Fiduciary Fund--abc: ₱ 1,927,297.98 1. Pc Network Cabinet-p2 Wall Mounted Cabinet 600*450*4u, Toughened Glass Front Door Without Hole Border Up And Bottom Frames (1 Box), Frames (1 Box) -20- 2. Box Utp Cable- Cat6 Cable, U/utp Unshielded, Awg23, Indoor Data Lan Cable, 1 Roll, 305m -14- 3. Pc Cat6 Rj45 Passthrough Ez Rj45 Ez Rj45 Rj45 Connector Cat6 (100 Pcs) Per -500- 4. Pc Rj45 Crimp Tool Pass Through Crimping Tool For Rj45 -6- 5. Pc Network Cable Tester Rj45 Rj11 Network Lan Ethernet Rj45 Cable Tester Tool Lan Networking Tool Network Repair -4- 6. Pc At Least 8 Ft | Pvc Moulding | Electrical Wire Pipe | Plastic Pipe For Protection & Insulation ½” -350- 7. Pc All-purpose Grab Adhesive, At Least 75 Grams -50- 8. Pc Cordless Brushless Impact Hammer Drill 13mm 20v -1- 9. Pc Router W/ Dual-core Arm Cpu, (8) Gigabit Ethernet Ports, (1) Sfp Port -2- 10. Pc Cloud Router Switch L5 1u Rm 24 Port Gigabit Switch (crs326 24g 2s+rm) -7- 11. Pc Wireless Access Point Dual-band 802.11ac -20- 12. Pc High Gain Dual-band Dual-chain Ac1200 Wi-fi Ceiling Access Point Poe In Out -40- 13. Box Utp Cat6 Outdoor Cable 305meters Ftp Foiled Twisted Pair Burial Ethernet Cable 1000 Feet 305m Utp Cat6 Outdoor Cable305metersftp Foiled Twisted Pair Burial Ethernet Cable 1000 Feet 305mnumber Of Pairs - 4total Number Of Conductors - 8po-polyolefin23 Awg305m(1000ft)u/v Resistant And Water Proof Hdpe Insulated Ldpe Jacket Polyethylene (pe) For Indoor/outdoor With Heavy-duty Flexible Double Jacket To Protect Against Cuts, Scraps And Tearing -2- 14. Pc Tower Server Balances Expandability And Performance Improved Performance And Expandability. Designed For Business-critical Workloads, Cloud Infrastructure, Database Management, Ai/ml, And Inference. With The Following Minimum Specifications: Processor: 2.1g, 12core/24t, 10.4gt/s, 18m Cache, Turbo, Ht (120w)memory: 64gb (4x 16gb) Pc4-25600 Ddr4-3200mhz Ecc Rdimm 1.2v Dual-rank Memory Internal Hdd: 2x 480gb Ssd Sata Read Intensive 6gbps 512 2.5in Hot-plug Ag Drive,3.5in Hyb Carr Storage Controller: Perc Sas Front Integrated Raid Controller Power Supply: Dual, Hot-plug, Redundant Power Supply (1+1) 800w, Mixed Mode Network Interfaces: Motherboard With Dual Port 1gb On-board Lom + Dual Port 10gbe Base-t Adapter Systems Management: Idrac9, Enterprise 15g -1- 15. Pc 19 Inch Rack Mount Cable Management- All Metal 24 Slot Horizontal Wire Manager Server Rack Mount Cable Organizer -20- 16. Pc Rj45 Coupler Cat7 Cat6 Cat5e Extender Adapter -30- 17. Pc Power Distribution Unit 8 Universal Socket -30- 18. Unit Ups 3kva 230v -2- 19. Unit 1000va Or 1500va 50/60hz Automatic Voltage Regulator Servo Motor Type -20- 20. Pc Aluminum Multipurpose Ladder (16 Feet) -1- 21. Pc Aluminum Multipurpose Ladder (12 Feet) -1- 22. Unit All-in-one Desktop Pc (for Server Monitoring) Processor: At Least 3.8 Gb, At Least 12 Cores, At Least 20 Threads Ram: At Least 16 Gb Ddr5 (2 X 8 Gb) Storage: At Least Pcie Nvme M.2 Ssd Display: At Least 23.8-inch Fhd (1920x1080) Touchscreen Graphics: Integrated Graphics Networking: Wi-fi 6 (2x2) And Bluetooth At Least 5.3 Peripherals: Wireless Keyboard And Mouse Combo Operating System: Latest Licensed Os -5- 23. Box Blind Rivets 700 Pcs Per Box 1/8" X 3/16" -4- 24. Pack 100 Pcs Multipurpose Nylon Cable Tie Self-locking Cable Strap Industrial-grade Cable Ties, 6-8", Thick -10- Lot 2--first Quarter It Equipment And Peripherals For The Different Units (pr #2025-03-11-094) Use Of Income--abc: ₱ 3,190,414.80 1. Unit 512 Gb Internal Sata At Least 2.5" Ssd -2- 2. Unit Ups, At Least 1000va/ At Least 600watts -6- 3. Set Wireless Keyboard With Numeric Keypad And Mouse Combo -2- 4. Unit Printer, Multifunction, Wide Format A3 +ink Printer (print/copy/scan) With Adf And Wifi, Ink Tank System -2- 5. Unit Printer Multifunction (print/copy/scan) With Adf And Wifi, Ink Tank System -15- 6. Unit Printer, 3 In 1 Monochrome Laser Multi-function Centre With Automatic 2-sided Printing And Wireless Networking (black And White Only) -1- 7. Unit Laptop Processor: At Least 14 Cores, At Least 20 Threads, At Least 18mb Cache Frequency: At Least 3.5 Ghz At Least 4gb Graphics, At Least 512 Gb Nvme Ssd, At Least 15.6” Display With Ips Technology, At Least Full Hd 1920 X1080 144 Hz, Latest Licensed Operating System And Software. With Laptop Bag/backpack -7- 8. Unit Laptop Processor: At Least 12 Cores, At Least 16 Threads, 18mb Cache Frequency: At Least 3.3 Ghz At Least 8gb Ddr5, At Least 512gb Nvme Ssd, At Least 15.6” Fhd (1920 X 1080) Ips 144hz, At Least 4gb Gddr6, Latest Licensed Operating System And Software. With Laptop Bag/backpack -1- 9 Unit Laptop Processor: At Least 8 Cores, At Least 12 Threads, 12mb Cache Frequency: At Least 3.30 Ghz At Least 8gb Ddr5, At Least 512gb Nvme Ssd, At Least 15.6” Fhd (1920 X 1080) Ips 144hz, At Least 4gb Gddr6, Latest Licensed Operating System And Software. With Laptop Bag/ Backpack -4- 10. Unit Desktop Processor: At Least 4 Cores, At Least 8 Threads Frequency: At Least 3.30ghz Cache: At Least 6mb Cache No Of Cores: 4 Cores Memory: At Least 8gb Ddr5, Upgradable To 32 Gb 2 X Me Slots Storage/hard Disk: At Least 1tb Sata3 7200 Rpm Display Screen: At Least 19.5" Graphics/video Processor: At Least 2gb Integrated/shared Graphics Network Interface: Dual Band Wireless Adapter Wireless Lan 802.11 Ac + Bluetooth At Least 5.0 Os: Latest Licensed Os -1- 11. Unit Desktop Processor: At Least 6 Cores, At Least 12 Threads Frequency: At Least 3.2ghz Cache: At Least 12mb Cache Memory: At Least 16gb Ddr5, Upgradable To 32 Gb 2 X Memory Slots Storage/ Hard Disk: At Least 256 M.2 Ssd + 1tb Satаз 7200rpm Display Screen: Led Monitor At Least 21.5", Graphics/video Processor: At Least 4gb Dedicated Graphics Resolution: At Least 1920 X 1080 Pixel Network Interface: Dual Band Ac Wireless Adapter Wireless Lan 802.11 Ac + Bluetooth At Least 5.0 Os: Latest Licensed Os -3- 12. Unit Desktop Computer Processor: At Least 6 Cores, At Least 12 Threads, At Least 24mb Cache Frequency: At Least 4.40 Ghz Motherboard: Compatible With The Specs Of The Processor Memory: At Least 16gb Ddr5 Storage: At Least 500gb M.2 Ssd + 1tb Hdd Graphics: At Least 4gb Gddr5 Or Higher Casing: Tower Type Casing With 650w Power Supply Type 1xusb 3.0, 1 Auxiliary Fan Keyboard & Mouse: Usb Wired Optical Keyboard & Mouse Monitor: At Least 24” Fhd Led Monitor At Least 75hz With D-sub/hdmi Port Ups: 650va With Automatic Voltage Regulator, 4 Universal Outlet Vga Hdmi Cable Network: Dual Band Ac Wireless Adapter Os: Latest Licensed Os -1- 13. Unit Desktop Computer Processor: At Least 6 Cores, At Least 12 Threads, At Least 12mb Cache Frequency: At Least 4.40 Ghz Motherboard: Compatible With The Specs Of The Processor Graphics Card: At Least 6gb Gddr6 Memory: At Least 16gb Ddr5 Casing: Tower Type With Usb 3 With Auxiliary Fan Psu: 650watts Power Supply Storage: At Least 240gb Nvme Ssd | 1tb Hdd 64mb Cache Sata 6.0gb/s 3.5 Monitor: At Least 24 Inches Fhd Monitor At Least 75hz With Hdmi Vga Port Keyboard Usb Wired Optical Keyboard & Mouse Ups: 1000va, Avr, Universal Outlet, 230v Os: Latest Licensed Os -1- 14. Unit Desktop All In One At Least 23.8 Inch Fhd, At Least 12 Cores, At Least 12 Threads, At Least 12 Mb Cache At Least 3.4 Ghz, 8gb Memory, At Least 256gb Ssd, 1tb Hdd, Wifi, Lan, Built-in Speaker, Built-in Camera, Usb Wired Keyboard & Mouse, Ups 1000va 600watts, Latest Licensed Os -12- 15. Unit Projector, At Least 3,800 Lumens Of Color And White Brightness 4:3 Performance Long Lamp Life Up To 12,000 Hours Advanced Network Connectivity Anlaog Input: Hdmi Audio Input: 2 Rca: 1 -2- 16. Unit Smart Tv, 70" 4k Resolution, Mobile To Tv - Mirroring, Dlna, Wifi Direct, Lan, With Tv Stand And Wall Mount -7-
Closing Date3 Jun 2025
Tender AmountPHP 5.1 Million (USD 92 K)

Zamboanga City Water District - ZCWD Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Lot No. 2025-01 (pr No. 25-0004), Lot No. 2025-02 (pr No. 25-0008), Lot No. 2025-03 (pr No. 25-0006) & Lot No. 2025-04 (pr No. 25-0010) Republic Of The Philippines Zamboanga City Water District Pilar Street, Zamboanga City Invitation To Bid For Professional Services & Lease Of Venue Including Meals For 51st Zcwd Anniversary & Annual Christmas Party 1. The Zamboanga City Water District, Through The Corporate Budget For The Contract Approved By The Board For Year 2025 Intends To Apply The Sum Of Eight Hundred Ninety-five Thousand Five Hundred Pesos (p 895,500.00) Being The Abc To Payments Under The Contract For The Four (4) Lots For The Procurement Of Professional Services & Lease Of Venue Including Meals For 51st Zcwd Anniversary & Annual Christmas Party. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot No. 2025-01 (pr No. 25-0004) - Professional Services (led Wall, Sounds & Lights For 51st Zwd Anniversary) Approved Budget For The Contract: Forty-five Thousand Pesos (p 45,000.00) Lot No. 2025-02 (pr No. 24-0008) - Professional Services (led Wall, Sounds & Lights For Zcwd Annual Christmas Party) Approved Budget For The Contract: Forty-five Thousand Pesos (p 45,000.00) Lot No. 2025-03 (pr No. 25-0006) - Lease Of Venue With Meals – 800 Pax For 51st Zwd Anniversary Approved Budget For The Contract: Four Hundred Thousand Pesos (p 400,000.00) Lot No. 2025-04 (pr No. 25-0010) - Lease Of Venue With Meals – 811 Pax For Zcwd Annual Christmas Party Approved Budget For The Contract: Four Hundred Five Thousand Five Hundred Pesos (p 405,500.00) 2. The Zamboanga City Water District Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By: Lot Nos. 2025-01 & 2025-03 – Zcwd Anniversary On April 1, 2025 (setup Must Be Done At 9:00am); Lot Nos. 2025-02 & 2025-04 – Zcwd Annual Christmas Party On December 19, 2025 (setup Must Be Done At 10:00am). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Zamboanga City Water District And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 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 As Prescribed In The Table Below Inclusive Of Franchise/withholding Tax Of 2% Of The Bid Document Fee. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. Payment For The Applicable Fee For The Bidding Documents May Be Deposited In Our Zcwd Bid Documents Payment Account: Bank: Landbank Of The Philippines (lbp) Account Name: Zamboanga City Water District Account Number: 0191-3826-84 Account Type: Savings Bank Branch: Lbp Main Branch, Landbank Building F. Marcos Cor. Valderosa Sts., Pettit Barracks, Zamboanga City Thereafter, Send A Screenshot Or Scanned Copy Of The Deposit/confirmation Slip To Our Email Address, Bac@zcwd.gov.ph, On Or Before The Deadline For The Submission Of Bids. A Complete Set Of Bid Documents Is Downloadable, Free Of Charge, From The Following Websites: Www.philgeps.gov.ph And Www.zcwd.gov.ph; However, A Participating Bidder Is Required To Pay The Bid Documents Fee In The Following Amounts: Lot No. Document Fee Lot No. 2025-01 (pr No. 25-0004) P 510 .00 Lot No. 2025-02 (pr No. 24-0008) P 510 .00 Lot No. 2025-03 (pr No. 25-0006) P 510 .00 Lot No. 2025-04 (pr No. 25-0010) P 510 .00 Lot No. 2025-01 (pr No. 25-0004) P 510 .00 6. The Zamboanga City Water District Will Hold A Pre-bid Conference1 On February 20, 2025 At 2pm At The Office Of The Bids And Awards Committee (bac), 3rd Floor, Zcwd Bldg., Pilar St., Zamboanga City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. Please Refer To The Link Below For The Scheduled Meeting: Pre-bid Conference For Pr Nos. 25-0004, 25-0008, 25-0006 & 25-0010 Thursday, February 20 · 2:00 – 4:30pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/iwg-zaom-okr 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 2:00 Pm On March 4, 2025, 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 March 4, 2025 At 2pm At The Given Address Below At The Office Of The Bids And Awards Committee (bac), 3rd Floor, Zcwd Bldg., Pilar St., Zamboanga City And/or Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Please Refer To The Link Below For The Scheduled Meeting: Public Bid Opening For Pr Nos. 25-0004, 25-0008, 25-0006 & 25-0010 Tuesday, March 4 · 2:00 – 4:30pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/fbr-zjrz-eiq 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 Zamboanga City Water District 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: Atty. Vincent F. Fernandez Chairperson, Bids & Awards Committee Zamboanga City Water District Zcwd Bldg., Pilar St., Zamboanga City, 7000 Zcwdbacsec.jen@zcwd.gov.ph/ Zcwdbacsec.jeanette@zcwd.gov.ph Telefax No. (062) 991-6185 Www.zcwd.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.zcwd.gov.ph; Www.philgeps.gov.ph [if Applicable] For Online Bid Submission: [indicate Website] _________(signed)_________ Atty. Vincent F. Fernandez Chairperson Bids & Awards Committee Note: You Can Download The Philippine Bidding Documents And Omnibus Sworn Statement Revised (as Of July 3, 2023) In The Associated Components.
Closing Date4 Mar 2025
Tender AmountPHP 895.5 K (USD 15.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0049 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0052+500 – K0055+000 Location Of The Contract : Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0050 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0063+000 – K0065+500 Location Of The Contract : Burgos, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0049 & 25nf0050 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 188 & 188 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 13, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 20, 2025 To March 13, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On February 27, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 13, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 13, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 13, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, 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] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 18, 2025 Date Of Issue Demilyn M. Castrence Bac Vice-chairperson Date Of Publication: February 20-26, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date13 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Details: The Defense Logistics Agency (dla) Is Conducting A Commercial Solutions Opening (cso) Authorized By 10 U.s.c. § 3458 And Defense Federal Acquisition Regulation Supplement, Subpart 212.70, defense Commercial Solutions Opening.  Dla Intends To Solicit Solution Briefs In Response To The Addendum Areas Of Interest (aois), Which Dla May Change, Amend, Open, And Close From Time To Time At Dla’s Sole Discretion.  Interested Offerors Are Encouraged To Frequently Check This Cso From New Or Revised Aois.  Dla Intends To Keep This Cso Sp4701-25-s-c004 Open Until April 10, 2025, 11:59 Pm Edt; However, Dla Reserves The Right To Close This Cso At Any Time. In Accordance With 10 U.s.c. § 3458(c)(2), Any Contract Or Agreement Dla May Award Under Pursuant To This Cso Shall Be Fixed-price.  Dla Intends To Award Commercial Contracts In Accordance With Dfars 212.7002(b); However, Dla May, At Dla’s Discretion, To Award An Other Transaction Agreement In Accordance With 10 U.s.c. § 4022.  if You Have Any Questions Or Concerns, Please Contact: mr. Thomas Walsh  agreements And Contracting Officer dla Dcso-p5 thomas.walsh@dla.mil mrs. Lauren Runowski agreements And Contracting Specialist dla Dcso-p5 lauren.runowski@dla.mil solutions Briefs Are Due No Later Than April 10, 2025, 11:59 Pm Edt. Please Submit The Solution Briefs Via Email To Thomas Walsh Thomas.walsh@dla.mil And Lauren Runowski Lauren.runowski@dla.mil 1.0 Problem Statement the Defense Logistics Agency (dla) Seeks Innovative Solutions Leveraging Artificial Intelligence (ai) To Enhance The Efficiency And Accuracy Of Its Financial Reporting And Audit Processes. As One Of The Largest Government Agencies, Dla Undergoes Annual Financial Statement And Control-based Audits. These Audits Are Time-consuming And Resource-intensive, Often Requiring Manual Review And Analysis Of Large Volumes Of Data To Support Complex Assertions Such As The Completeness And Accuracy Of Inventory Balances. Dla Is Pursuing Transformative, High-impact Solutions To Streamline These Processes, Resolve Existing Material Weaknesses, Improve Audit Quality, And Reduce The Burden On Its Personnel. 2.0 Background dla Manages The End-to-end Global Defense Supply Chain – From Raw Material To End User Disposition – For The Five Military Services, 11 Combatant Commands, Other Federal, State And Local Agencies, And Partner And Allied Nations. Dla’s Mission Is To “deliver Readiness And Lethality To The Warfighter Always And Support Our Nation Through Quality, Proactive Global Logistics.” the Purpose Of This Call To Industry Is To Attract And Identify Best-of-breed Solutions To Address The Problem Set And Meet Operational Capabilities.  This Aligns With The Objectives Set Forth In Sec. 1007 Of The Fiscal Year 2025 National Defense Authorization Act, Which Underscores The Importance Of Ai Technology In Auditing Financial Statements Within The Dod. With The Increasing Complexity Of Financial Reporting Requirements And The Massive Amount Of Data To Be Managed, Dla Is Looking To Incorporate Artificial Intelligence (ai) Into Its Financial Reporting Processes. Dla Is Committed To Leveraging Cutting-edge Technology To Optimize Its Operations And Ensure The Highest Level Of Transparency And Accountability In Its Financial Reporting, Enhance Its Decision-making Abilities, Identify Potential Cost-saving Opportunities, And Improve The Overall Effectiveness Of Its Financial Management. 3.0 Desired Solution Features 3.1 Phased Approach To Demonstrate The Potential Of Ai, Focused On Financial Reporting And Audit Processes Prioritizing Features, That Offers The Greatest Potential For Impact While Minimizing Initial Development Complexity. 3.2 Develop And Demonstrate A Prototype Solution That Resolves Potential Pain Points, Addresses Operational Capabilities, Or Presents A New Approach: pain Points: time-consuming And Resource-intensive Processes manual Review And Analysis Of Large Volumes Of Data potential For Human Error In Identifying Anomalies And Discrepancies difficulty In Identifying And Addressing Potential Errors And Accuracy 3.3 Establish A Feedback Loop Within The Prototype To Enable Continuous Improvement Of The Proposed Solution. 3.4 Vendors Must Have Solutions That Are At The Il4 Level And Be Fedramp Moderate Certified With 90 Days Of Award. However, It Is Expected That An Offeror Can Achieve Il 5 Level And Fedramp High Certification. 4.0 Project Expectations  4.1 In 12-16 Weeks, Iteratively Demonstrate Phased Approach To How Solution Will Address Operational Capabilities Below, Or Another Critical Capability, Demonstrate Potential For Scalability And Adaptation To Other Financial Processes Or Components In Future Phases. 4.2 Demonstrate The Envisioned Ai Capabilities That Should Lead To Addressing Operational Capabilities Listed Below, A Significant Reduction In Manual Processing Errors, Substantially Faster Reporting Times, And/or More Insightful Analytics Capable Of Detecting Irregularities. 4.3 Hosting - Initial Prototypes Could Leverage Vendor Hosted Environments. This Is Dependent On Technical Details Of The Hosting Environment And Cybersecurity Controls In Place. Note: Any Long-term Hosting In A Vendor Environment (i.e. Software As A Service Saas) Would Require Fedramp Authorization. Additionally, Dla Operates Private Cloud Environments Leveraging Major Providers (azure, Aws, Etc.) That Can Host Vendor Solutions Once Appropriately Vetted. Offerors Are Encouraged To Submit Solution Briefs That Outline How Their Solution Is Currently Hosted And Describe The Level Of Effort To Meet Dod Cybersecurity Standards. 4.4 Solution Providers Should Expect To Participate In A Shared Development Space With Other Vendors And Government Developers To Rapidly Deploy, Monitor And Iterate Upon Solutions. Solution Providers May Be Asked To Collaborate And/or Participate In Cross-functional Efforts And/or In A Teaming Arrangement. The Government Intends To Identify One Or More Integrators As A Solution Provider, But Vendors Are Also Welcome To Team With Integrators Prior To Submission. 5.0 Operational Capabilities here Are Some Major Categories That Are Currently Impacting The Dod Audit Results. Please Note That This List Is Not Exhaustive. Feel Free To Select A Category From This List, But If There Are Other Areas That May Be Advantageous For Dod In Achieving A Clean Audit, Consider Those As Well. 5.1 Unresolved Accounting Issues And Material Weaknesses In Internal Controls That Cause Dod To Be Unable To Provide Sufficient Evidential Support For Complete And Accurate Financial Statements On A Timely Basis. Incorporate Natural Language Processing (nlp) Capabilities To Allow For Efficient Data Entry And Report Generation. Refer To The Report On Independent Auditor’s Link. (https://comptroller.defense.gov/portals/45/documents/afr/fy2024/4-financial_section.pdf). 5.2 Modernize Policies, Procedures And Internal Controls Surrounding Documentation Of Procurements, Shipments, And Other Movements, Tracking Of Inventory By Owner, Validating The Perpetual Inventory Systems By Performing Periodic Physical Counts, Accumulating Cost Of Inventory And Supporting Inventory Balances And Transactions. 5.3 Reconcile The Activity That Impact The Fund Balance With Treasury (fbwt) Between The General Ledger And The Us Treasury. 5.4        Update Financial Systems To Substantially Comply With The Federal Financial Management Improvement Act Of 1996 (ffmia). 5.5 Design And Implement Internal Controls Related To The Following Six Areas. 1) Access Controls 2) Configuration Management 3) Segregation Of Duties 4) Security Management 5) Information Technology Operations 6) Interfaces. 5.6       Support The Valuation, Existence And Completeness Of General Property Plant Equipment (pp&e). 5.7 Implement Processes To Comply With The Statement Of Federal Financial Accounting Standards 54 (leases). 5.8 Account For, Manage, Or Report Joint Strike Fighter Program Government Property, Which Is Composed Of Global Spares Pool Assets, Or Accurately Record This Property In An Accountable Property System Of Record. 5.9 Support The Completeness And Accuracy Of Environmental Liabilities Recorded In The Financial Statements. 5.10 Establish Balances And Implement A Dod-wide Procedure To Monitor, Report, And Ensure Dod Components Have Complete And Accurate Beginning Balances. 5.11 Develop A Method To Research And Correct The Underlying Problems That Result In Unsupported Journal Vouchers. 5.12     Obtain From Accounting Systems The Support Necessary To Reconcile Trading Partner Differences In Accounting (revenue And Expenses, Accounts Payable, Accounts Receivable, Etc.) 5.13 Eliminate Excessive Manual Preparation Of The Annual Financial Report (to Include Note Disclosures And Background Information). 5.14 Aggregate All Dla Inventory Data Into A Single System And Reconcile The Data To All Feeder Systems Real-time, Thereby Supporting The Assertions Of Accurate And Complete Perpetual Inventory Which Can Be Queried Dod-wide With Mil-service Partners. refer To Attachments For Directions To Submit A Solution Brief And Additional Information Regarding The Area Of Interest And Requirements
Closing Date11 Apr 2025
Tender AmountRefer Documents 

OFFICES, BOARDS AND DIVISIONS USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Disclaimer: This Notice Is For Informational Purposes Only. This Is Not A Request For Proposal Or Quote. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government Or A Guarantee That One Will Be Issued In The Future. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents Is Strictly Voluntary. 04/11/2025 Update: The Response Date For This Rfi Is Being Extended By 10 Days. The Updated Due Date Is 25 April 2025. Thank You. introduction: the Department Of Justice (department Or Doj) Is Issuing This Request For Information (rfi) As Part Of Our Comprehensive Market Research To Further Identify And Evaluate Viable, Enterprise-wide Alternatives To Microsoft Technologies, Including The Microsoft M3 (microsoft 365 E3) And M5 (microsoft 365 E5) License Bundles. Responses To This Rfi Will Directly Inform Doj’s Future Acquisition Strategy. the Doj Is Reviewing The Marketplace To Proactively Examine All Available Options To Ensure That The Department’s Technology Investments Deliver Maximum Value, Flexibility, And Innovation Today, And Into The Future. This Effort Represents An Active Exploration Of Alternative Solutions That Can Meet Or Exceed Current Requirements While Considering A Shift Away From Long-standing Single-vendor Dependencies. respondents Are Encouraged To Submit Detailed, Comprehensive Responses Showcasing Competitive Solutions, Enterprise-scale Capability, And Readiness To Support Doj’s Evolving Needs. All Information Submitted Will Become Government Property And Will Not Be Returned. Interested Parties Should Appropriately Mark Proprietary, Restricted, Or Competition-sensitive Information. primary Objectives: the Doj’s Primary Objective In Issuing This Rfi Is To Identify And Evaluate Alternatives To The Microsoft M3 (microsoft 365 E3) And M5 (microsoft 365 E5) License Bundles, As Well As Advanced Artificial Intelligence (ai) Powered Productivity Solutions Comparable To Microsoft Co-pilot. These License Bundles Represent Tightly Integrated Ecosystems, And The Doj Seeks To Better Understand Whether Industry-leading Alternatives Can Deliver Comparable Or Superior Enterprise Functionality While Offering Greater Flexibility, Innovation, And Cost Efficiency. sample Overview Of Microsoft License Bundles In Use: doj License Environment: Estimated 160,000+ Licensed Users. user License Mix: Estimated 68% On M3 And 32% On M5. sample Microsoft 365 M3 (e3) License Bundle Features: office 365 Apps (word, Excel, Powerpoint, Outlook, Onenote, Publisher) exchange Online (email And Calendaring) microsoft Teams (chat, Meetings, Collaboration) onedrive For Business (file Storage And Sharing) sharepoint Online microsoft Stream (video Sharing) basic Threat Protection And Security Features (defender For Office 365 Plan 1) intune (device Management And Mobile Device Management) azure Active Directory Premium Plan 1 limited Power Platform Access (powerapps, Power Automate, Power Bi Pro As Optional Add-ons) sample Microsoft 365 M5 (e5) License Bundle Features: all Features Of M3/e3, Plus: advanced Threat Protection (defender For Office 365 Plan 2) microsoft Defender For Endpoint microsoft Defender For Identity microsoft Defender For Cloud Apps advanced Compliance (insider Risk Management, Communication Compliance, And Advanced Audit) microsoft Purview Information Protection And Data Loss Prevention (dlp) advanced Analytics With Power Bi Pro Included microsoft 365 Defender And Microsoft Sentinel (siem/soar Integration) azure Active Directory Premium Plan 2 (identity Protection And Privileged Identity Management) sample Microsoft Co-pilot License Bundle Features: content Creation data Analysis & Insights email & Communication Assistance meeting Summarization contextual Recommendations integration With Other Applications task Automation doj Evaluation Approach For M3 And M5 Alternatives: the Doj Does Not Expect A One-for-one Match With The Features Listed Above. Instead, The Doj Is Interested In: understanding What Each Proposed Solution Or Combination Of Solutions Can Do. identifying Potential Gaps Compared To Our Sample License Bundles. exploring The Possibility Of Leveraging Multiple Technologies To Deliver Comparable Capabilities Through Best-of-breed Approaches. exploring The Availability And Benefits Of Ai Capabilities As Part Of A Unified Offering. receiving Recommendations On How To Integrate And Operationalize Alternative Solutions At Scale. vendor Response Request For M3 And M5 Alternatives (15 Pages Or Less): for Each Feature Area Listed Above, Please: indicate Whether Your Solution Or Combination Of Solutions Offers Comparable Functionality. if There Is No Direct Match, Describe How Your Offering Addresses The Underlying Business Requirement Or Mitigates The Gap Through Alternative Tools Or Services. highlight Innovative Features Or Differentiated Value, Including Integrated Ai, That Your Solution Provides Beyond The Sample License Bundle Ecosystem Noted Above. if Integration Across Multiple Products Is Required, Outline How Seamless The Integration Would Be, And Provide Examples Of Large-scale Enterprise Deployments. the Doj Is Highly Interested In Creative, Flexible, And Enterprise-ready Alternatives, Including Modular Or Hybrid Approaches That May Outperform The Sample License Bundle Model In Key Areas Such As Security, Cost-effectiveness, End-user Experience, And Innovation. transition Strategy And Flexibility Requirements (15 Pages Or Less): the Doj Recognizes That Transitioning From A Long-standing Single-vendor Enterprise Environment To An Alternative Solution Requires Careful Planning, Thorough Testing, And Phased Implementation To Ensure Operational Continuity And Minimal Disruption. respondents Are Requested To Provide A Detailed Transition Plan That Includes The Following: proposed Transition Strategy: approach For Transitioning From Microsoft M3/m5 Licenses To The Proposed Alternative Solution. recommendations For Pilot Programs, Phased Rollouts, And Parallel Operations To Support Testing And Validation Prior To Full Deployment. strategies For Mitigating End-user Disruption And Ensuring Sustained Productivity. flexibility And Collaboration: description Of How Your Company Will Work With The Doj To Adjust Timing, Scope, And Milestones Based On Evolving Agency Needs And Operational Readiness. willingness To Collaborate On An Extended Transition Timeline, If Necessary, To Accommodate Comprehensive Testing, Security Validation, And Stakeholder Feedback. cost Flexibility: options For Flexible Pricing Models Or Cost Structures That Support Staggered Deployment And Extended Transition Activities, As Well As Minimizing Duplication Of Costs During A Transition. cost Considerations For Pilot Phases, Early Testing Environments, And Scaling Strategies. training And Change Management: approach For End-user Training, Knowledge Transfer Strategies, And Support Mechanisms During And After Transition. terms And Conditions: sample Terms And Conditions That Speak To Available Pricing Structures, Payment Schedules, Increase/decrease License Flexibilities, And Ordering Structure Of Available Contract Vehicles. case Studies (1 – 2 Examples Not To Exceed 2 Pages Each): respondents Are Requested To Provide, As An Attachment, Examples Of Successful Large-scale Transitions From Microsoft Enterprise Agreements To Alternative Solutions, Including Challenges Encountered And How They Were Addressed. vendor Information (2 Pages Or Less): contractor Legal/dba Name: address And Website: duns Number: cage Code: facility Clearance (if Applicable): applicable Naics Codes: company Business Size (as Applicable): number Of Years In Business points Of Contact(s) (please Include Name, Email, And Phone Number) list Of Existing Government Ordering Vehicle(s). (example: Gsa Schedule And Gwacs): response Guidelines And Deadline: there Will Be No Question-and-answer Period. Information Provided In Response To This Rfi Shall Be Submitted In Accordance With The Following Instructions: portable Document Format (pdf) Or Microsoft Word calibri 12-point-font Size, 8½ X 11-inch Pages responses Shall Be Submitted Via Email. Emails Cannot Exceed 10mb subject Line Of The Email Shall Include “notice Jmdpss-250423 - (firm Name)”. if Your Response Contains Proprietary Information, Place A Notice Of Proprietary Information After The Notice Number And Mark Submissions As “proprietary Information” As Applicable. no Marketing Materials Are Allowed As Part Of This Notice. it Is The Respondent’s Responsibility To Verify That The Department Received And Can View The Email. responses Are Due No Later Than 15 April 2025 At 12 Pm Est Via Email To The Following:tracey.cross@usdoj.gov, Sakura.higa@usdoj.gov And Richard.melrose@usdoj.gov post-rfi Phase: based On The Results Of This Market Research, The Doj May Issue Future Rfis, Rfqs, Or Rfps Via Sam.gov. It Is The Responsibility Of Interested Parties To Monitor Sam.gov For Updates. No Hard Copies Will Be Provided. All Procurement Documentation Will Be Available Electronically If A Solicitation Is Issued. (end)
Closing Date25 Apr 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LANTAPAN Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase Of Various Drugs & Medicines For Mho Use (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Mho-regular Intends To Apply The Sum Of Seven Hundred Eighty-one Thousand Nine Hundred Ninety-five Pesos (php 781,995.00 ) Being The Abc To Payments Under The Contract Purchase Of Various Drugs & Medicines For Mho Use Ib # 2025-03-036 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 18, 2025 To March 26, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 1,000.00). 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 _______at_________ O’clock In The Afternoon 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 March 26, 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 March 26, 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: March 18, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-03-036 Name Of Project: Purchase Of Various Drugs & Medicines For Mho Use Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 781,995.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Amoxicilline 125mg/5ml Bot 200 2 Amoxicilline 125mg/5ml Bot 150 3 Amoxicilline 250mg/5ml Syrup Bot 150 4 Amoxicilline 500mg Cap Box 130 5 Amoxicilline 250mg Cap Box 100 6 Ascorbic Acid Syrup Bot 120 7 Ascorbic Acid Tab Box 40 8 Ascorbic Acid + Zinc Syrup Bot 300 9 Aluminum Magnesium Syrup 120ml. Bot 50 10 Aluminum Magnesium Tab. 500 Mg. Box 25 11 Albendazole 400mg Tablet Tabs 20000 12 Azithromycin 500mg. Box 30 13 Ambroxol 15mg/5ml Bot 60 14 Ambroxol 75mg Cap. Box 10 15 N-aceltycistine (flumocil) 600 Mg. Pcs 60 16 Bisacodyl 5mg Box 2 17 Calcium +vitamin D3 Box 50 18 Carbocistein 250mg/5ml Bot 100 19 Carbocistein 50mg/5ml Drop Bot 50 20 Ceterizine 5mg/ml Syrup Bot 100 21 Ceterizine Drops Bot 100 22 Ceterizine 10mg Tab Box 50 23 Cefalexin Drops 100 Mg/5ml Bot 150 24 Cefalexin 125mg/5ml Syrup Bot 150 25 Cefalexin 250mg/ml Syrup Bot 140 26 Cefalexin 500 Mg Cap Box 40 27 Cefalexin 250mg Cap Box 35 Item No. Particular Unit Of Issue Qty. Unit Price Amount 29 Cloxacillin 125 Mg/5ml Syrup Bot 100 30 Cloxacillin 250mg/5ml Syrup Bot 100 31 Co-amociclav 457/5ml Suspension Bot 50 32 Co-amoxiclav 625 Mg Cap Box 40 33 D5lr 1l Or Plain Lr 1ltr. Per Bottle Bot 15 34 Plain Nss 1 L Per Bottle Bot 10 35 Dicycloverine Syrup Bot 30 36 Erythromycin 500 Tab. Box 10 37 Erythromycine 200/5 Syrup Bot 80 38 Ferrous Sulfate+folic Acid Bot. (100 Pcs./bot) Bot 45 39 Hyoscine-n-butylbromide 10mg. Tab Box 13 40 Losartan 50mg Box 100 41 Losartan 100mg Box 90 42 Loperamide 2mg Tab Box 10 43 Metronidazole 125/5ml Syurp Bot 30 44 Metronidazole 500 Mg Cap Box 5 45 Metoclopramide Tab Box 10 46 Metroclopramide Syrup Bot 80 47 Meclizine Adult Tab Box 10 48 Multivitamins + Iron Syrup Bot 90 49 Multivitamins + Iron Cap Box 40 50 Mefenamic Acid 500 Mg. Box 80 51 Mefenamic Acid 250mg Cap Box 80 52 Montelukast Box 15 53 Omeprazole 20mg Cap Box 3 54 Omeprazole 40mg Cap Box 3 55 Oresol Sachet Pcs 99 56 Paracetamol Drops Bot 150 57 Paracetamol 125mg/5ml Bot 200 58 Paracetamol 250mg/5ml Syrup Bot 200 59 Paracetamol 500mg Tab Box 100 60 Phenylpropanolamine Syrup 60 Ml Bot 80 Item No. Particular Unit Of Issue Qty. Unit Price Amount 62 Prednisone 20mg Tab/cap Box 10 63 Ranitidine 150 Mg. Box 5 64 Salbutamol 2mg/5ml Syrup Bot 60 65 Salbutamol 2mg Tab Box 15 66 Salbutamol Nebule 30's/box Box 10 67 Tranexamic 500 Mg Cap Box 40 68 Vitamin B Complex Tab Box 20 Total Total Bid Price In Figure: ____________________________________________ Total Bid Price In Words: ____________________________________________ Prepared And Submitted By: __________________________________________
Closing Date26 Mar 2025
Tender AmountPHP 781.9 K (USD 13.6 K)

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+3Construction Material, Electrical and Electronics, Electrical Works
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Supply & Delivery Of Electrical Materials For The Installation Of Electric Lines At P-5 Balila (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Ldf-sb # 1cy 2025 Intends To Apply The Sum Of Five Hundred Twenty-six Thousand Six Hundred Five Pesos (php 526,605.00) Being The Abc To Payments Under The Contract Supply & Delivery Of Electrical Materials For The Installation Of Electric Lines At P-5 Balila Ib # 2025-05-047 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 May 28, 2025 To June 4, 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 One Thousand Pesos (php 1,000.00). 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 __________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 June 4, 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 June 4, 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: May 28, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-05-047 Name Of Project: Supply & Delivery Of Electrical Materials For The Installation Of Electric Lines At P-5 Balila Location Of Delivery: Balila, Lantapan, Bukidnon Abc: Php 526,605.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Anchor, Expanding,8000 Pounds, 4 Way, Galv.steel Pcs 800 2 Aluminum Stirrup Clamp # 4-4/0 Acsr Range Pcs 2 3 Bolt, Double, Upset 5/8" X 10 Hot Dip Galv. Forged Pcs 6 4 Bolt, Oval Eye 5/8" X 8" Hot Dip Galv. Forged Pcs 26 5 Bolt, Thimble Eye 5/8" X 8" Angle Type Hdg Forged Pcs 15 6 Bolt,machine 5/8" X 8" Hot Dip Galvanized Pcs 42 7 Bolt, Machine 5/8" X 10" Hot Dip Galvanize Forged Pcs 4 8 Bolt, Single Upset 5/8" X 8" Hot Dip Galv.forged Pcs 7 9 Bracket, Insulated Type. Without Spool Pcs 13 10 Clamp, Hot Line # 2-4/0 Acsr Pcs 2 11 Clamp, Loop Dead-end #6 To #2/0 Acsr Pcs 22 12 Clamp, Dead End Strain, #4-#2/0 Acsr Pcs 6 13 Clamp, Suspension, Aluminum Alloy Clevis 2 Bolt #2/0 Acsr Pcs 3 14 Guy,dead-end Grip 3/8" Pcs 30 15 Clevis, Secondary, Swinging, With Out Spool, Hot Dip Pcs 17 16 Shackle, Anchor 5/8" Forged Steel Hot Dip Mtr 3 17 Conductor, Insulated,acsr # 1/0 Awg 6/1 (meter) Pcs 2683 18 Connector,compression Yho 150,run #3-#1/0 Tap #6-#2 Pcs 15 19 Connector,compression, Yho 300,run #1/0-#2/0 Tap#1/0-#2/0 Mtr 36 20 Copper Wire, Thw # 6, Insulated Pcs 6 21 Connector, Ground Rod Clamp, 5/8" Set 6 22 Fuse Cut-out & Arrester Combination 15kv,class100 Set 1 23 Fuse Cut-out 15 Kv Class 100 Pcs 1 24 Insulator, Pin Type,porcelain, Ansi, Class 55-3 Pcs 16 25 Insulator, Pin Type,porcelain, Ansi, Class 55-5 Pcs 8 26 Insulator, Spool, 1-3/4", Ansi, Class 53-2 Pcs 32 27 Insulator,spool 3", Ansi, Class 53-4 Pcs 11 28 Insulator, Suspension,6", Ansi, Class 52-1 Pc 18 29 Link, Fuse, Universal, Bottom Head, Type K 2a Pc 1 30 Link, Fuse, Universal, Bottom Head Type K 3a Sets 1 31 Bracket, Mounting, Transformer, Single Type Hot Dip Mtr 2 32 Copper Wire,thw # 2 Awg Stranded Wire Insulated Pcs 3 33 Pin, Pole Top Channel 1" Thread 20" Long Hot Dip Set 24 34 Bracket, Mounting For Fuse Cut Out & Arrester Pcs 1 35 Rod, Anchor, Thread, Single Eye 5/8" X 7 Hot Dip Sets 15 36 Rod, Armor, Preformed # 1/0 Acsr, Single Support Sets 11 37 Rod, Armor, Preformed # 1/0 Acsr, Double Support Pcs 8 38 Rod, Ground Steel, Galvanized 5/8" X 10' Hot Dip Pcs 6 39 Spacer, Pipe 3/4" X 1-1/2" Hot Dip Pcs 14 40 Transformer,pole Type Conventional,amorphous, Unit 1 15kva, Cu-cu Winding , Brand New 41 Washer, Square, Flat 2-1/4 X 2-1/4 X 3/16 Dia. Pcs 99 42 Wire, Tie Alluminum, Alloy # 4 Awg Ft 396 43 Wire, Guy Steelm 3/8" 7 Strand High Strength (feet) Ft 525 Total Total Bid Price In Words: ________________________________________ Prepared And Submitted By: _______________________________
Closing Date4 Jun 2025
Tender AmountPHP 526.6 K (USD 9.4 K)

Misamis Occidental Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Calamba Tel. No. (088) 271-3215 / 271-4730 _______________________________________________ Invitation To Bid For Purchase Of Materials For The Improvement Of Palawan Child Development Center 1. The Municipality Of Calamba, Misamis Occidental, Through The Assistance To Communities In Need Under The Assistance Crisis Situation Program Of Dswd X Intends To Apply The Sum Of One Hundred Eight Thousand Six Hundred Fifty Pesos (p108,650.00) Being The Abc To Payments Under The Contract For Purchase Of Materials For The Improvement Of Palawan Child Development Center, With The Project Identification Number Lgucal-pb-2025-06. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item # Description Quantity Unit 1 Portland Cement 40.00 Bags 2 Sand 5.00 Cu.m. 3 Chocker 3.00 Cu.m. 4 2" X 3" X 10' Coco Lumber 10.00 Sets 5 2" X 2" X 10' Coco Lumber 7.00 Sets 6 1/4" Ordinary Plywood 1.00 Pcs. 7 Assorted Nails 1.00 Pcs. 8 10 Mm Dia. Bars 19.00 Pcs. 9 Tie Wire # 16 3.00 Gal. 10 1.2mm X 50mm X 150mm Rectangular Tube 11.00 Pcs. 11 1.2 Mm X 50 Mm X 75 Mm C-purlins 11.00 Pcs. 12 3" Dia. G.i. Pipe S-40 4.00 Pcs. 13 Welding Rod 12.00 Kgs 14 0.4mm X 1.133m Hi-rib Type Roofing 39.40 Ln.m. 15 0.40mm X 2.40m Wall Flashing 4.00 Pcs. 16 Tex Screw 1.00 Box 17 Vulcaseal 1.00 Liter 18 4" Cutting Disc 7.00 Pcs. 19 Metal Primer 1.00 Gal 20 Enamel, Black 1.00 Gal 21 Paint Thinner 1.00 Bot. 22 2" Paint Brush 2.00 Pcs. 23 12mm Ø X 6 M Def. Bars 3.00 Pcs 24 4" Chb 164.00 Pcs. 25 Putty Knife 2.00 Pairs 26 1.35m X 1.80m Aluminum Walling With Stucco Finished With Installation 1.00 Unit 27 0.70m X 1.80m Aluminum Door With 0.20m X 1.80m Aluminum Walling With Stucco Finished With Installation 2.00 Unit 28 Pail Flush Type Toilet Bowl, Kids Size 2.00 Units 29 4" X 4" Pvc Stainless Floor Drain 1.00 Sets 30 4" X 3.0m Dia. Pvc Pipe , S.1000 2.00 Length 31 2" X 3.0m Dia. Pvc Pipe , S.1000 1.00 Length 32 3" X 3.0m Dia. Pvc Pipe , S.1000 1.00 Length 33 4" Dia. X 90 Deg Pvc Bend Elbow 4.00 Pcs 34 4" Dia. X 45 Deg Pvc Bend Elbow 1.00 Pcs 35 4" Dia.pvc Clean Out Plug 1.00 Pcs 36 3" Dia.pvc Clean Out Plug 1.00 Pcs 37 4" Dia.x 4" Dia. Pvc Wye 2.00 Pcs 38 4" Dia.x 2" Dia. Pvc Tee 1.00 Pcs 39 3" Dia.x 90 Deg Pvc Elbow 1.00 Pcs 40 Solvent Cement, 100 Cc. 2.00 Pint 41 1/2" Pe Pipe 10.00 Length 42 1/2" Pe Straight Coupler 1.00 Pcs 43 1/2" Pe Tee 1.00 Pcs 44 1/2" Pe Gate Valve 1.00 Pcs 45 1/2" X 4.0m Ppr Pipe 2.00 Length 46 1/2" X 90 Deg. Ppr Bend Elbow 5.00 Pcs 47 1/2" Female Ppr Threaded Adaptor 2.00 Pcs 48 1/2" Stainless Faucet 2.00 Pcs 49 Teflon Tape 1.00 Rolls 2. The Municipality Of Calamba, Misamis Occidental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Office Of Bac Secretariat, Local Government Unit, Calamba, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00-12:00 A.m., 1:00-5:00 P.m.) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22, 2025 To March 6, 2025, From 8:00 Am To 5:00 Pm (mondays To Fridays Only) From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before March 6, 2025, 2:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 6, 2025, 2:00 P.m. At The Bac Conference Room, Municipal Multi-purpose Hall, Calamba, Misamis Occidental. {[if Applicable, Insert] And/or Via [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. [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] 10. The Municipality Of Calamba, Misamis Occidental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jopson D. Baones Chairperson, Bids And Awards Committee Lgu-calamba, Misamis Occidental Tel. No. (088) 271-3215 Email Address-baclgucalambamisocc@gmail.com Fax No. (088) 271-3221 Website:www.calambamisocc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] February 21, 2025 [date Of Issue]
Closing Date6 Mar 2025
Tender AmountPHP 108.6 K (USD 1.8 K)

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Details: Section I: Protected Tactical Enterprise Service (ptes) Description & Background the Protected Tactical Enterprise Service (ptes) Is The Ground System Segment Of A System Designed To Provide An Anti-jam (aj) Wideband Satellite Communications (satcom) Capability. The Initial Use Of Ptes Is Intended For The Tactical Warfighter Using The Wideband Global Satcom (wgs) Satellites. Later Phases Of The Program Will Support Other Suitable Satellites That Can Be A Transponder For The Protected Tactical Waveform (ptw). Ptes Consists Of Components For The Joint Hub (jh), Mission Management System (mms), Key Management System (kms), Key Loading And Initialization Facility (klif), And Network Management System (nms). A Ptes Jh Functions In Conjunction With User Terminals To Support Ptw Operations On Its Forward Link (fl) And Return Link (rl). The Initial Jhs Are Being Developed And Deployed To Support Wgs Operations. A Joint Hub Variant (jhv) Will Be Developed Along With Mms Upgrades To Support Operations On Other Geosynchronous Earth Orbit (geo) Satcom Systems And Are Fielded At Commercial Geo Gateways. the Purpose Of This Rfi Is To Conduct Market Research On The Expected Cost, Schedule, And Required Effort Associated With Modifying The Wgs Jh Design For Applications At Commercial Geo Gateways. section Ii: Joint Hub Variant (jhv) Efforts For Protected Tactical Satcom- Global (pts-g) pts-g Is Part Of The United States Space Force (ussf) Space Warfighting Analysis Center’s (swac) Broadband Force Design That Is Proliferated At Geo But Intended For Lesser Contested Environments Than Pts-r. Pts-g Is Government Owned, Contractor Operated (goco) And Will Need Ptes To Extend Ptw Support To Commercial Geo Gateways. This Requires Additional Terrestrial Ptes Joint Hubs (jhs) With Modifications To Both The Jhs And The Mms. The Need For Jhs Supporting Commercial Geo Gateways Can Be Satisfied With Hardening Of Baseline Wgs Ptes Jhs For Receiving, Storing, And Operating With Keying Material (keymat). the U.s. Government (usg), Or Government, Will Provide Full As-built Design Information Regarding The Baseline Ptes Jh, Mms, And Kms Components To Offerors Chosen To Build And Deliver The New Jhv Capabilities And Mms Upgrades For The Pts-g Mission. This Shall Be Inclusive But Not Necessarily Limited To Interface Control Documents, Cloud Configuration, Existing Source Codes. this Rfi Specifically Requests Information Related To Development And Fielding Efforts As Outlined Within This Document. Responses To This Rfi Will Be Considered As Market Research In Accordance With Far Part 10 To Inform The Government’s Procurement Strategy. The Government May Or May Not Compete Or Award This Requirement. Additional Market Research May Or May Not Be Conducted. Responses From Small Businesses And Small Disadvantaged Businesses Are Highly Encouraged. The Anticipated Naics Code For This Acquisition Is 517810 And The Size Standard Is $40,000,000. section Iii: Information Request the Government Is Requesting Information On Your Company’s Ability To Perform And Deliver The Requirements As Identified In Enclosure A And The Other Enclosures Listed In Section Iv In Response To The Following Prospective Accomplishments: describe Your Company’s Experience Related To Projects Similar In Size, Complexity, And Scope Of This Rfi Effort. contractor Shall Design And Build Jhv Solutions For Commercial Geo Gateways Based On The Design Trades. contractor Shall Support Mms Software Upgrade To Accommodate The Pts-g Missions. contractor Shall Integrate, Install, Test, And Field A Ptw Teleport Capability At Usg Designated Locations, Both Commercial And Dod Operated For The Pts-g Mission. In Addition, Shall Provide Test Results To The Government. contractor Shall Perform System-level And End-to-end Testing For The Pts-g Mission Respectively. contractor Shall Provide And Configure A Test Environment For Independent Security Assessment (sa). This Includes Providing Subject Matter Experts (smes) As Needed During The Sa. contractor Shall Design, Build, And Test Jhvs Utilizing The Security Controls That Are Allocated To Other Ptes Jhs. contractor Shall Perform Maintenance To Fielded Hardware When Required For Upgrades Or Replacement Of Obsolete Or Broken Parts. contractor Shall Identify Potential Program Risks And Mitigations. include Company’s Technical Competency In Satcom Ground Systems Hardware And Software Development Principles And Approaches. discuss Your Company’s Ability To Satisfy The Ptw Over Pts-g Capability Requirements Listed Above As Well As To Be Compliant With Cybersecurity And Information Assurance Requirements. contractor Shall Deliver A Rough Order Of Magnitude (rom) Schedule For Build Of A Jhvs Solution For Pts-g At Commercial Geo Gateways Based On The Design Trades. contractor Shall Deliver A Rom Of Cost For Build Of A Jhvs Solution For Pts-g At Commercial Geo Gateways Based On The Design Trades. contractor Shall Deliver A List Of Technical Documents That Would Be Required To Adequately Respond To A Request For Proposal (rfp). contractor Shall Deliver A Schedule To Include Development, Build, Integration, And Test, Along With Any Associated Activities (e.g., Rmf Approval, Atos, Atcs, Etc.) In Enclosure 1. The Government Requires Delivery Of Pts-g Jhvs No Later Than (nlt) Dec 2026. Jhvs Need To Be Delivered To Oconus Pts-g Anchor Stations To Support Facility Standup, Developmental And Operational Testing. please Note: All Documents Listed Within Are Draft Pre-decisional, Notional, For Market Research And Not For Action. additionally, The Technical Documents Mentioned In “enclosures” Are Provided To Assist Your Company Gain An Understanding Of The Project Scope And Requirements. section Iv: Response Format, Submittal Instructions, And Questions response Format – Responses Shall Be Submitted As A White Paper In Pdf Or Microsoft Word For Office 2007 Or Later Compatible Format, Supplemented With Microsoft Word, Excel, Powerpoint, Pdf, Or Jpg Attachments As Necessary. Responses Shall Be Prepared So That When Printed, They Meet The Following Requirements: 8.5x11 Inch Paper, Single-spaced Typed Lines, 1-inch Margins, 12-point Times New Roman Font. Tables May Use 10-point Font. Graphics Or Pictures Are Not Allowed. Illustrations Such As Tables, Flowcharts, Organizational Charts, Process Charts, Or Other Similar Type Informational Charts May Be Used. Respondents Are Responsible For Ensuring The Legibility Of All Tables, Charts, Etc., And Should Assume That When Their Response Is Printed Or Copied, It Will Be Done In Black And White. The Government Will Not Accept Company Literature Or Marketing Materials In Response To This Notice. response Classification – All Material Provided In Response To This Notice Shall Be Unclassified, Non-confidential, And Non-proprietary To The Maximum Extent Practicable. Firms Providing Confidential/proprietary Information Shall Separately And Clearly Identify And Mark All Confidential/proprietary Information. The Government Will Take All Necessary Steps To Protect/safeguard Any Confidential/proprietary Information Not Clearly Marked. submittal Pocs – Responses Shall Be Submitted Electronically. Unclassified Submittals Shall Be Submitted To Scott Lucas, Contracting Officer, At Scott.lucas.1@spaceforce.mil. submittal Due Date – Responses Are Due By 12:00 Pm (pacific Time) On 21 April 2025. questions And Communications – All Questions And Communication Associated With This Rfi Shall Be Submitted In Writing To Scott Lucas, Contracting Officer, At Scott.lucas.1@spaceforce.mil. section V: Disclaimers this Is A Request For Information Only. This Notice Is Issued Solely For Information And Planning Purposes. It Does Not Constitute A Solicitation (request For Proposal Or Request For Quotations) Or A Promise To Issue A Solicitation In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Furthermore, The Government Is Not, At This Time, Seeking Proposals. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. The Government Will Not Assume Liability For Costs Incurred By Any Attendee For Travel Expenses Or Marketing Efforts. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. proprietary Information, If Any, Should Be Kept To A Minimum And Shall Be Clearly Marked. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. In Order To Review Rfi Response, Proprietary Information May Be Given To Federally Funded Research And Development Center (ffrdc) And/or Advisory And Assistance Services (a&as) Contractors Working For The Government. Non-government Support Contractors Listed Below May Be Involved In The Review Of Any Responses Submitted. These May Include But Are Not Limited To: The Aerospace Corporation (ffrdc), Mitre (ffrdc), Linquest Corporation (se&i), Booz Allen Hamilton (a&as), And Their Subcontractors. section Vi: Enclosures enclosure 1 – Joint Hub Variant Requirements enclosure 2 - Mil-std-188-164c (for Public Release) enclosure 3.a. – Dodi 8510.01 (for Public Release) enclosure 3.b. – Nist Sp 800-53 Rev 5 (for Public Release) enclosure 3.c. - Cnssi No 1253 (for Public Release)
Closing Date21 Apr 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LANTAPAN Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase Of Various Food Stuff Use For Various Activities For Araw Ng Lantapan 2025 Celebration (1st Bid) 1. The Local Government Unit Of Lantapan, Through The No-araw Ng Lantapan Celebration - Omoe Intends To Apply The Sum Of Five Hundred Seventy-three Thousand Pesos (php 573,000.00) Being The Abc To Payments Under The Contract Purchase Of Various Food Stuff Use For Various Activities For Araw Ng Lantapan 2025 Celebration Ib # 2025-05-052 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 7 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 May 28, 2025 To June 4, 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 One Thousand Pesos (php 1,000.00). 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 __________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 June 4, 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 June 4, 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: May 28, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-05-052 Name Of Project: Purchase Of Various Food Stuff Use For Various Activities Of Araw Ng Lantapan 2025 Celebration Location Of Delivery: Poblacion, Lantapan, Bukidnon Abc: Php 573,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount Food Stuff For Opening And Culmination 1 Rice (50 Kls/sack) Sack 2 2 Litson (pig) Kls 129 3 Bake Siopao Pcs 2000 4 Coke Swakto Bot 4000 5 Native Chicken Kls 40 6 Fresh Fish Kls 50 7 Dressed Chicken Kls 200 8 Shrimps Kls 30 9 Meat Beef Pcs 30 10 Suman Pcs 1000 11 Puto Pcs 1000 12 Styro Box Pcs 2000 13 Plastic Spoon Kls 2000 14 Bombay Kls 10 15 Ahos Kls 10 16 Oil Gal 1 17 Toyo Gal 1 18 Sotanghon Kls 28 Food Stuff For Annual Ritual 1 Pork Kl 100 2 Red Roaster Pc 10 3 Any Color Chicken Pc 11 4 Red Cloth Meter 7 5 White Cloth Meter 7 6 Black Cloth Meter 1 7 Rice (25kls) Sack 1 8 Red Fighter Wine Pc 7 9 White Mallorca Wine Pc 7 10 Tobacco Pk 1 11 Red Cigarette Pk 1 12 Whire Cigarette Pk 1 13 Egg Tray 2 14 Salt Kl 2 15 Blade Pk 1 16 Posporo Pc 1 17 Ginger Kl 1 18 Disposable Glass Pk 2 19 Disposable Spoon Pk 6 20 Disposable Plate Pk 3 21 Styro Cup Pk 10 22 Powdered Pure Coffee Kl 1 23 Coffeemate/creamer Pk 2 24 Sugar Kl 2 25 Bread Pcs 100 26 Onion Kl 1 27 Garlic Kl 1 28 Sibuyas Dahon Kl 0.5 29 Firewood Bundle 30 30 Magic Sarap Pk 2 31 Toyo Gal 0.5 32 Suka Gal 0.25 33 Paminta Liso Pk 1 34 Paminta Dahon Pk 1 35 1.5 Softdrinks Case 1 36 Oil Kl 1 37 Mafran Ketchup Pc 5 38 1 Peso Coin Pcs 200 39 25 Cents Pcs 100 40 Swakto Coke Cs 2 Food Stuff For Talaandig Day 1 Pork Kl 80 2 Culled Chicken Pc 14 3 Rice (25kls) Sack 5 4 Salt Kl 2 5 Blade Pk 1 6 Posporo Pc 1 7 Powdered Pure Coffee Kl 1 8 Coffeemate/creamer Pk 2 9 Sugar Kl 2 10 Bread Pcs 200 11 Onion Kl 1.5 12 Garlic Kl 1.5 13 Firewood Bundle 16 14 Magic Sarap Dz 1 15 Toyo Pc 28 16 Suka Pc 14 17 Oil Kl 1 18 Mafran Ketchup Pc 14 19 Juice Bx 28 20 Biscuit Pk 28 21 Coke Swakto Cs 17 22 Paminta Pk 1 Food Stuff For Off - Road Compettition Welcome Dinner 1 Litson (pig) Pc 1 2 Rice Kls 25 3 Native Chicken Kls 20 4 Fresh Fish Kls 15 5 Shrimps Kls 14.5 6 Beef Kls 14 7 Coke Mismo Bot 150 8 Mineral Water Bot 150 9 Puto Pcs 150 10 Suman Pcs 150 11 Watermelon Kls 15 12 Pineapple Kls 15 13 Mango Kls 10 Total Bid Price In Figure: _____________________________ Total Bid Price In Words: ___________________________________ Prepared And Submitted By: _______________________________
Closing Date4 Jun 2025
Tender AmountPHP 573 K (USD 10.3 K)
4951-4960 of 5209 archived Tenders