Cloud Tenders

Batangas State University Tender

Telecommunication Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Ict Equipment, Supplies And Perepherals For The Three Storey Vip Corals Building At Batstateu-lobo" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Ict Equipment, Supplies And Perepherals For The Three Storey Vip Corals Building At Batstateu-lobo" With An Approved Budget For The Contract (abc) Two Hundred Sixty Thousand Seven Hundred Sixty-eight Pesos Only (php 260,768.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 2 Unit 16 Port Smart Switch Standards And Protocols Ieee 802.3i, Ieee 802.3u, Ieee 802.3ab, Ieee 802.3az, Ieee802.3z, Ieee 802.3ad, Ieee 802.3x, Ieee 802.1d, Ieee 802.1s, Ieee 802.1w, Ieee 802.1q, Ieee 802.1p, Ieee 802.1x Interface 16 10/100/1000mbps Rj45 Ports (auto Negotiation/auto Mdi/mdix) 2 Gigabit Sfp Slots Network Media 10base-t: Utp Category 3, 4, 5 Cable (maximum 100m) 100base-tx/1000base-t: Utp Category 5, 5e Or Above Cable (maximum 100m) 1000base-x: Mmf, Smf Mounting Rack Mountable L2 And L2+ Features Static Routing Dhcp Relay Igmp Snooping V1/v2/v3 802.3ad Lacp (up To 8 Aggregation Groups, Containing 8 Ports Per Group) Spanning Tree Stp/rstp/mstp Bpdu Filtering/guard Tc/root Protect Loopback Detection 802.3x Flow Control Lldp, Lldp-med 18,000.00 2 1 Unit 24 Port Manage Switch Interface • 24× 2.5 Gbps Rj45 Ports • 4× 10g Sfp+ Slots • 1× Rj45 Console Port • 1× Micro-usb Console Port Mounting: Rack Mountable L3 Features • 32 Ipv4/ipv6 Interfaces • Static Routing - 48 Static Routes • Static Arp - 128 Static Entries • Proxy Arp • Gratuitous Arp • Dhcp Server • Dhcp Relay - Dhcp Interface Relay - Dhcp Vlan Relay • Dhcp L2 Relay 30,000.00 L2 And L2+ Features • Link Aggregation - Static Link Aggregation - 802.3ad Lacp - Up To 8 Aggregation Groups, Containing 8 Ports Per Group • Spanning Tree Protocol - 802.1d Stp - 802.1w Rstp - 802.1s Mstp - Stp Security: Tc Protect, Bpdu Filter, Root Protect • Loopback Detection - Port Based - Vlan Based • Flow Control - 802.3x Flow Control - Hol Blocking Prevention • Mirroring - Port Mirroring - Cpu Mirroring - One-to-one - Many-to-one - Tx/rx/both Omada App Yes. Requiring The Use Of Oc300, Oc200, Omada Cloud-based Controller, Or Omada Software Controller. 3 1 Set 24 Port Smart Switch Standards And Protocols Ieee 802.3i, Ieee 802.3u, Ieee 802.3ab, Ieee802.3z, Ieee 802.3ad, Ieee 802.3x, Ieee 802.1d, Ieee 802.1s, Ieee 802.1w, Ieee 802.1q, Ieee 802.1p, Ieee 802.1x Interface 24 10/100/1000mbps Rj45 Ports (auto Negotiation/auto Mdi/mdix) 4 Gigabit Sfp Slots Network Media 10base-t: Utp Category 3, 4, 5 Cable (maximum 100m) 100base-tx/1000base-t: Utp Category 5, 5e Or Above Cable (maximum 100m) 1000base-x: Mmf, Smf Mounting Rack Mountable L2 And L2+ Features Static Routing Dhcp Relay* Igmp Snooping V1/v2/v3 802.3ad Lacp (up To 14 Aggregation Groups, Containing 8 Ports Per Group) Spanning Tree Stp/rstp/mstp Bpdu Filtering/guard Tc/root Protect Loopback Detection 802.3x Flow Control Lldp, Lldp-med* 12,000.00 4 1 Piece Cctv Camera Hwi-d140h 4.0 Mp Ir Network Dome Camera 1/3" Progressive Scan Cmos 2560 × 1440@20fps 2.8 Mm/4 Mm Fixed Lens H.265+, H.265, H.264+, H.264 Dual Stream 120 Db Wdr (wide Dynamic Range) 3d Dnr (digital Noise Reduction) 3,600.00 Up To 30 M Ir Range Poe (power Over Ethernet) Ip67, Ik10 5 3 Unit Communication Terminal Cabinet 6u Wall Mount Rack • Securely Mount Network And Telecom Equipment To The Wall With This Lockable 6u Wall Mount Cabinet • Compatible With 19 Inch Wide Rack Mountable Equipment • Versatile Installation Options For Side Or Vertical Mounting Equipment • To Ensure Optimum Security And Prevent Tampering With The Enclosed Equipment, The Cabinet/rack Features A Lockable, Smoked Acrylic Front Door That Can Be Removed Entirely Or Installed To Open To The Left Or Right As Needed. • With 8" Fan • Width 60.32 Cm • Height 36.83 Cm • Depth 45 Cm • Coating Powder Coated • Material Cold Rolled Steel • Color Black 19,500.00 6 1 Unit Desktop Computer The Desktop Computer Shall Be Branded That Is Available In Philippine Market. The Equipment Shall Be Brand New And Free From Defects Software: Proprietary Productivity Tools Pro (licensed) Operating System: Proprietary Software (licensed) Processor: 64 Bits, 16 Cores, 24 Threads (30mb Cache, Up To 5.20 Ghz) Or Higher Motherboard: Compatible To Processor, Memory And Storage Video Card: 4 Gb Gddr5 128-bit (or Higher) Memory: 16gb Ddr4 3200mhz (or Higher) Storage: 500gb Nv2 Pcie Nvme M.2 + 1tb Sata 3.5-inch Hard Drive Casing/psu: Casing With 650w True Rated Power Supply (or Higher) Display: 27" Fhd With Hdmi Port Input Devices: Usb Combo Keyboard Mouse Avr: 220v/110v 88,300.00 7 1 Piece Hard Drive Capacity: 8tb Interface: Sata 6 Gb/s Recording Technology: Cmr Drive Design: Air Form Factor 3.5inch Internal 13,500.00 8 1 Unit Nvr Connectable To The Third-party Network Cameras Up To 16 Ip Cameras Can Be Connected Recording At Up To 8 Mp Resolution Supports Live View, Storage, And Playback Of The Connected Camera At Up To 8 Mp Resolution Hdmi And Vga Simultaneous Outputs Hdmi Video Output At Up To 4k (3840 × 2160) Resolution 2 Sata Interfaces Connectable For Recording And Backup H.265+ Compression Effectively Reduces The Storage Space And Costs By Up To 75% 1 Self-adaptive 10/100/1000 Mbps Network Interface Hik-connect For Easy Network Management 12,700.00 16 Independent Poe Network Interfaces Are Provided 9 21 Set Telephone/internet Outlets (1-gang) With Plate And Cover 8,568.00 10 6 Unit Wireless Access Point 802.11 A/b/g/n/ac; 100/100/1000 Ethernet Ports; Passive Poe; We, Wpa-psk, Wpa-enterprise (wpa/wpa2, Tkip/aes) 54,600.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of May 02, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik Leviste Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date2 May 2025
Tender AmountPHP 260.7 K (USD 4.6 K)

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+2Construction Material, Pipe Line Project
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Procurement Of Materials For Repair & Maintenance Of Transmission Distribution Mains & Service Lines Of Lwd (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capex Intends To Apply The Sum Of One Million Ninety-seven Thousand Fifty-five Pesos (php 1,097,055.00) Being The Abc To Payments Under The Contract Procurement Of Materials For Repair & Maintenance Of Transmission Distribution Mains & Service Lines Of Lwd Ib # 2025-01-010 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 February 4, 2025 To February 24, 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 February 12, 2025 On 9:00 O;clock A.m At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On February 24, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 24, 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: February 4, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-01-010 Name Of Project: Procurement Of Materials For The Repair & Maintenance Of Transmission Distribution Mains And Service Lines Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 1,097,055.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Brass Ball Valve With Lock Wing 1/2"-ø Piece(s) 100 2 Brass Ball Valve With Lock Wing 3/4"-ø Piece(s) 10 3 Brass Ball Valve With Lock Wing 1"-ø Piece(s) 5 4 Brass Male Adaptor (straight Coupling) 1/2"-ø Piece(s) 200 5 Brass Tail Piece 1/2"-ø Pair(s) 50 6 D.i. Mechanical Gate Valve (2"-ø) Piece(s) 3 7 D.i. Mechanical Gate Valve (3"-ø) Piece(s) 2 8 D.i. Mechanical Gate Valve (4"-ø) Piece(s) 2 9 D.i. Mechanical Gate Valve (6"-ø) Piece(s) 3 10 D.i. Mechanical Gate Valve (8"-ø) Piece(s) 2 11 D.i. Saddle Clamp 8" X 1" Set 3 12 D.i. Saddle Clamp 6" X 2" Set 3 13 D.i. Saddle Clamp 6" X 3/4" Set 10 14 D.i. Saddle Clamp 2" X 3/4" Set 15 15 D.i. Tee Mechanical Type With Grip Ring (6"-ø, Equal) Piece(s) 2 16 D.i. Tee Mechanical Type With Grip Ring (8"-ø, Equal) Piece(s) 1 17 Full Threaded Bar 3/8 Length(s) 1 18 Full Threaded Bar 5/8 Length(s) 1 19 G.i Bushing Reducer 2" X 1" Piece(s) 5 20 G.i Pipe 1/2", S-40 Length(s) 5 21 G.i End Cap/ Plug Cap 1/2"-ø Piece(s) 250 22 G.i Plug Bolt 1"-ø Piece(s) 5 23 G.i Plug Bolt 3/4"-ø Piece(s) 200 24 G.i Plug Bolt 1/2"-ø Piece(s) 100 25 G.i. Coupling 1/2" Piece(s) 200 26 G.i. Coupling 1" Piece(s) 15 27 G.i. Elbow 90⁰ 1/2" Piece(s) 500 28 G.i. Elbow Reducer 90⁰ 3/4"x 1/2" Piece(s) 6 29 G.i Union 1/2'' Piece(s) 50 30 G.i Union 3/4'' Piece(s) 25 31 Mechanical Gasket (2"-ø) Piece(s) 10 32 Nut 3/8" Piece(s) 20 33 Nut 5/8" Piece(s) 20 34 P.e. Coupling 1" Piece(s) 150 35 P.e. Coupling 1/2" Piece(s) 1000 36 P.e. Coupling 2" Piece(s) 15 37 P.e. Coupling 3/4" Length(s) 50 38 P.e. Coupling Reducer 3/4'' X 1/2" Piece(s) 25 39 P.e. Coupling Reducer 2'' X 1'' Piece(s) 5 40 P.e. Tee 1/2'' Piece(s) 10 41 P.e. Tee 3/4'' Piece(s) 10 42 Hdpe Pipe 2", Sdr 11 (60m-roll) Roll(s) 3 43 Hdpe Pipe 3/4", Sdr 11 (150m-roll) Roll(s) 5 44 Upvc Pipe (2"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 45 Upvc Pipe (3"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 46 Upvc Pipe (6"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 10 47 Upvc Pipe (8"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 48 Upvc O-ring (10"-ø) Piece(s) 3 49 Sleeve-type Coupling (2"-ø; Ductile Iron; Long Body) Piece(s) 5 50 Sleeve-type Coupling (3"-ø; Ductile Iron; Long Body) Piece(s) 4 51 Sleeve-type Coupling (10"-ø; Ductile Iron; Long Body) Piece(s) 3 52 Sealtape (tombo) 3/4" Piece(s) 50 53 Washer 3/8" Piece(s) 50 54 Washer 5/8" Piece(s) 15 55 Water Meter 1/2" With Brass Tail Piece Piece(s) 140 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date24 Feb 2025
Tender AmountPHP 1 Million (USD 18.9 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 : 25nf0045 Contract Name : Preventive Maintenance – Tertiary Roads Dapa-union-gen. Luna Road (s00365sg) – K0003+200 – K0005+925 Location Of The Contract: Gen Luna, 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 : 151 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0046 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd (s00009sg) – K0060+500 – K0063+000 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 3. Contract Id : 25nf0047 Contract Name : Preventive Maintenance – Tertiary Roads – Dapa-union-gen Luna Road (s00365sg) – K0001+(-1000) – K0003+200 Location Of The Contract: Gen Luna, 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 : 151 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0048 Contract Name : Preventive Maintenance – Tertiary Roads Jct Cancohoy-pilar Rd Phase 2 (s000022sg) – K0019+(-133) – K0019+030, K0022+993 – K0023+447, K0024+763 – K0002+074 Location Of The Contract: San Isidro, 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, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0045, 25nf0046, 25nf0047 & 25nf0048 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 151, 188, 151 & 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 14, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00, Php 50,000.00, 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 21, 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 6, 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 14, 2025 To March 6, 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 21, 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 6, 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 6, 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 6, 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 13, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 14-20, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date6 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

Department Of Education Region Iv a calabarzon Tender

Education And Training Services
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “laptop And Office Equipment For The Incentive-based Activity For Learners To Improve Learning Outcomes On March 12, 2025 To April 10, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Nine Hundred Fifty Thousand Nine Hundred Eighty-eight Pesos (php950,988.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than March 17, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson 1. Laptop Php49,999.00/unit 12 Units Laptop Specifications: Display: 16 Inches Max Camera: 2mp Or Higher Resolution: 1920 X 1200 Or Higher Processor: Intel Core Ultra 5 Processor 125h 18m Cache, Up To 4.50 Ghz (14 Cores/18/threads Or Equivalent Or Higher Graphics: Integrated Intel Arc Graphics Supports Ray Tracing Or Equivalent System Memory: 16 Gb Ddr5-5200 Sodimm Memory Or Higher Storage: 500gb Gen 3 Nvme M.2 Ssd Or Higher Network: Integrated 1-/100/1000mb Base-tx Ethernet Lan Wifi: Wifi 6 Or Higher Bluetooth: 5.3 Or Higher Operating System: Windows 11 Or Higher Speaker: Integrated Sound Blaster Connectivity: Power = Ac/dc Hmdi Port Usb Port Lan Port Headset/microphone Audio Combo Jack Weight: 2.6 Kilograms Max 2. Powerbank Php1,500.00/unit 74 Units  20,000 Mah  Built-in Cables For Convenience: Comes With Three Built-in Cables For Iphone, Type-c, And Micro Usb Devices.  Can Charge Up To Four Devices At Once, Ensuring All Your Gadgets Stay Powered. Super Fast Charging 3. External Drive Php2,000.00/unit 20 Units  Capacity: 1tb  Interface: Usb 3.0 (backward Compatible With Usb 2.0)  Interface Transfer Rate 2: Up To 5 Gbit/s (usb 3.0)  Up To 480 Mbit/s (usb 2.0)  Color: Matte Black  Available Usb 2.0 Or Usb 3.0 Ports  Simple Settings  Drag And Drop File Storage 4. Printer Php20,000.00/unit 10 Units Printer Type: Print, Scan, Copy, Fax With Adf  Printing Technology: Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration:180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution:5760 X 1440 Dpi Automatic 2-sided Printing: No  Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1:approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour):up To 33 Ppm / 15 Ppm*2 Iso 24734, A4 Simplex (black / Colour):up To 10 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour):approx. 10 Sec / 16 Sec*2  Copying: Maximum Copies From Standalone:99 Copies Reduction / Enlargement:25 – 400 % Maximum Copy Resolution:600 X 600 Dpi Maximum Copy Size:legal Iso 29183, A4 Simplex Flatbed (black / Colour):up To 7.7 Ipm / 3.8 Ipm  Scanning: 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 Outputscanner Bit Depth (grayscale):16-bit Input, 8-bit Output Scanner Bit Depth (black & White):16-bit Input, 1-bit Output  Scan Speed: Scan Speed (flatbed / Adf (simplex)): 200dpi, Black: 12 Sec / Up To 4.5 Ipm 200dpi, Colour: 29 Sec / Up To 4.5 Ipm  Adf Specifications: Support Paper Thickness:64 – 95 G/m2 Paper Capacity:30 Pages (a4), 10 Pages (legal)  Fax Function: Type Of Fax:walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory:1.1 Mb, Page Memory Up To 100 Pages Error Correction Mode:itu-t T.30 Fax Speed (data Transfer Rate):up To 33.6 Kbps, Approx. 3 Sec/pagefax Resolution:up To 200 X 200 Dpi Transmission Paper Size (flatbed): Letter, A4 Transmission Paper Size (adf): A4, Letter, 8.5 X 13'', Legal, Oficio 9, Mexico-oficio, Indian-legal Receiving Paper Size:a4, Letter, Legal Speed Dial / Group Dial:up To 100 Numbers, 99 Groups Fax Features:pc Fax (transmission / Receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception  Paper Handling: Number Of Paper Trays:1standard Paper Input Capacity:up To 100 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity:up To 30 Sheets Of Plain Paper (80 G/m2) Up To 20 Sheets Premium Glossy Photo Paper Paper Size:legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Maximum Paper Size:215.9 X 1200 Mm Print Margin:0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver  Mobile And Cloud Solutions  Supported Os And Applications: Operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Only Printing Functions Are Supported For Windows Server Os Mac Os X 10.6.8 Or Later  Noise Level: Pc Printing/ Premium Glossy Photo Paper Best Photo:sound Power (black / Colour) 5.1 / 5.1 B(a), Sound Pressure (black / Colour) 38 Db(a) / 38 Db(a) Pc Printing / Plain Paper Default*4:sound Power (black / Colour) 6.3 B(a) / 6.2 B(a), Sound Pressure (black / Colour) 51 Db(a) / 48 Db(a)  Dimensions And Weight: Dimensions (w X D X H):375 X 347 X 237 Mm Weight:5.0 Kg  Electrical Specifications: Rated Voltage:ac 220 – 240 V Rated Frequency:50 – 60 Hz Operating:12 W Sleep:0.7 W Power Off:0.2 W Standby:4.5 W  Interface: Usb:usb 2.0 Network:ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Network Protocol:tcp/ipv4, Tcp/ipv6 Network Management Protocols:snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Slp, Wsd, Lltd Printer Software  Control Panel: Lcd Screen:1.44" Colour Lcd
Closing Date17 Mar 2025
Tender AmountPHP 950.9 K (USD 16.5 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 : 25nf0045 Contract Name : Preventive Maintenance – Tertiary Roads Dapa-union-gen. Luna Road (s00365sg) – K0003+200 – K0005+925 Location Of The Contract: Gen Luna, 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 : 151 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0046 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd (s00009sg) – K0060+500 – K0063+000 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 3. Contract Id : 25nf0047 Contract Name : Preventive Maintenance – Tertiary Roads – Dapa-union-gen Luna Road (s00365sg) – K0001+(-1000) – K0003+200 Location Of The Contract: Gen Luna, 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 : 151 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0048 Contract Name : Preventive Maintenance – Tertiary Roads Jct Cancohoy-pilar Rd Phase 2 (s000022sg) – K0019+(-133) – K0019+030, K0022+993 – K0023+447, K0024+763 – K0002+074 Location Of The Contract: San Isidro, 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, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0045, 25nf0046, 25nf0047 & 25nf0048 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 151, 188, 151 & 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 14, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00, Php 50,000.00, 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 21, 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 6, 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 14, 2025 To March 6, 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 21, 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 6, 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 6, 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 6, 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 13, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 14-20, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date6 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

OFFICE OF THE COMPTROLLER OF THE CURRENCY USA Tender

Software and IT Solutions
United States
Details: This Is A Request For Information Only. this Request For Information (rfi) Does Not Constitute An Invitation For Bids (ifb), Request For Proposals (rfp), Or Request For Quotation (rfq) And Is Issued Solely For Information And Planning Purposes. It Does Not Commit The Office Of The Comptroller Of The Currency (occ) To Issue A Solicitation (rfp/rfq) Or Award A Contract For Any Supply Or Service Whatsoever. The Occ Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Respondents’ Expense. Those Who Respond To This Rfi Should Not Anticipate Feedback Concerning Its Submission Other Than Acknowledgement Of Receipt If The Submitter Requests Acknowledgement. The Occ Requests That You Submit Any Questions Regarding This Rfi And Draft Performance Work Statement (pws) By March 7, 2025. If It Is Determined That In Doing So Would Benefit The Agency, Response To The Questions Will Be Provided By March 14, 2025. synopsis the Occ Is Seeking Information On It Operations And Modernization (itom) Support Services To Assist In An On-going Effort To Modernizing It Services And Solutions Utilizing Modern Technology Products, Services And Techniques. The Purpose Of This Notice Is To Obtain Information From Industry Contractors Regarding Their Interest, Capabilities, And Recommendations For Itom Support Service. The North American Industry Classification System (naics) Code For This Request Is 541512 Computer Systems Design Services. The Small Business Size Is $34.0 Million. Small Businesses Are Encouraged To Respond. Include Whether You Are A Small Business; 8(a) Small Business; Hub Zone Small Business; Service-disabled Veteran-owned Or Veteran-owned Small Businesses; Women-owned Or Economically Disadvantaged Women-owned Small Business; Or Small Disadvantaged Business In Order To Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. Lastly, If You Have Any Governmentwide Acquisition Contracts (gwac) Or U.s. General Services Administration (gsa) Federal Supply Schedules, Please Provide Those Contract Numbers. background the Occ Is An Independent Bureau Of The U.s. Department Of The Treasury. Its Primary Mission Is To Charter, Regulate, And Supervise All National Banks And Federal Savings Associations. The Occ’s Goal In Supervising Banks And Federal Savings Associations Is To Ensure That These Entities Operate In A Safe And Sound Manner And In Compliance With Laws Requiring Fair Treatment And Access To Credit And Financial Products. occ’s Information Technology Services (its) Works To Enable The Mission Of Occ Through Technology Solutions And Services. Its Has An Effort Underway To Modernize It Services And Solutions Utilizing More Modern Technology Products, Services, And Techniques. Activities Are Supported Through Focus Areas That Include Supervision Platform Services, Cyber Security, End User Services, Infrastructure And Shared Services, And Customer Experience And Relationship Management. The Current Solutions Encompass Of Microsoft Backend Database, Windows Servers, Low Code Platform (i.e. Appian, Servicenow), Commercial Off-the-shelf (cots) As Well As Cloud Services (aws, Azure Snowflake). The Current It Environment Is Made Up Of A Mix Of Current And Legacy Services, Which Are Supported By A Variety Of Contract Vehicles. The Current Contracting Approach Creates Service Gaps And Coordination Issues Across The Various Support Areas. requirements Description: please Refer To The Attached Document Titled “itom Draft Pws.” rfi Submission Responses: interested Parties Are Requested To Respond To This Rfi Electronically, With The Information Below. company Background– Provide Summary Information Including Company Name, The System For Award Management (sam) Unique Entity Identification Number, Commercial And Government Entity (cage) Code, Government-wide Acquisition Contracts (e.g., Gsa Multiple Award Schedules, Nih National Institutes Of Health Information Technology Acquisition And Assessment Center), Schedule Holder Number(s) (if Applicable), And Designated Point Of Contact's Name, Title, Email Address And Phone Number. company Classifications– Relevant Asserted Naics Code(s), And Product Service Code(s) (pscs) (as Applicable), Business Size, Socioeconomic Status. provide Recommended Naics Code(s) provide Recommended Psc(s) solution And Service Overview– Please Provide Your Understanding And Technical Proficiency In Delivering The Services Outlined In This Rfi And Draft Pws. Include Your Approach To Accessing Relevant Data, Technology, And Tools Necessary For Successful Delivery, As Well As Any Anticipated Challenges And How They Will Be Addressed. detail Your Previous Experience In Successfully Performing The Services Outlined In The Pws Scope Section. Describe Your Capability To Provide The Services From A Staffing And Management Perspectives Including Any Assurance Process(es) And/or Control(s) Ensuring Qualified Staff Are Assigned. additionally, Describe Your Approaches To Project Planning, Execution, Monitoring, Evaluation, Performance Metrics And Service Level Agreements. Explain The Quality And Financial Management Strategies You Employ To Ensure Services Are Delivered On Time, Within Budget, And At A High Quality. published Catalogs And Pricing Structure– Provide Published Price Lists Or Catalog(s). If Applicable, Provided Information On Volume Discounts, And Favored Customer Discounts. Provide The Contract Line-item Number (clin) Structure Of A Previous It Operations And Modernization Support Services Effort Similar In Nature. Provide Previous And Recommended Clin Structures, Including A) Firm-fixed-price (ffp), B) Ffp, Level-of-effort (loe), C) Time And Materials (t&m), D) Labor-hour (lh), Or E) A Combined/hybrid Approach. Include The Breakdown Of Work Performed/deliverables Completed To Hours (i.e., Loe) Over The Course Of A 1-year Effort (1-month Increments). Identify Whether The Ffp, T&m, Lh, Or Combined Contract Types Remains Unchanged Throughout The Duration Of The Contract. requirements Capability– Respondents Should Address Details Of Its Capability And Corporate Experience To Meet The: A) Technical Requirements; B) Labor Categories (including Job Duties, Years Of Experience, Qualification, Certifications, And Education As Applicable); C) Section 508 Of The Rehabilitation Act Of 1973. Identify Any Assumptions, Constraints, Agreements, Terms, Conditions, And/or Exhibits The Government Would Need To Consider When Entering Into An Agreement (i.e., Contract) For Which A Company Cannot Meet The Capability Requirements, And A Waiver/exception Is Required. subcontracting Possibilities–respondents Should Identify Any Small Business (sb) Opportunities To Allow Sbs To Expand Its Offering(s) And Gain Experience(s) In Performing It Operations And Modernization Support Services. teaming Arrangements – Respondents Should Identify Any Potential Teaming Arrangements Including Gsa Multiple Award Schedule Contract Number, And Designated Point Of Contact's Name, Title, Email Address And Phone Number. contractor's Response Submission Should Also Include The Following: provide Feedback/comment On The Attached Pws Using The Attached “pws Q&a Worksheet.” provide Estimated Lead Time Required To Onboard Contractors In Any Of The Pws Task Area. provide Performance Metrics For Required Pws Task Areas. complete The Attached “rfi Response Spreadsheet” With Requested Information (there Are Two Tabs On This Worksheet To Complete). please Provide Your Corporate Experience Performing Requirements With A Similar Size And Scope To The Draft Itom Pws In The It Space Supporting Operations And Modernization Support Services. Provide Details Of Your Breadth And Depth Of Experience For Each Organization, Whether That Experience Was As A Prime Contractor Or Subcontractor, And A Summary Of The Scope Of Work For Each Of The Pws Task Areas Below: network Support communication Systems server Support storage Management directory Services identity Services corporate Platform Support it Security Platform Support devsecops Platform Engineering application Development web Content Management database Administration data Management/reporting business Analysis it Quality Assurance (qa) it Program Management it Project Management end User Support it Training Services strategic Communications it Product Management enterprise Resource Planning (erp) Support it Security enterprise Architecture rfi Submission Instructions: responses Shall Be In Single-spaced, Times New Roman Or Arial, No Less Than 12-point Font Format, With One-inch Margins All Around, Compatible With Ms Office Word Or Adobe Acrobat Sent Via Email As Courier Delivery Will Not Be Accepted. Responses To The Rfi Shall Not Exceed 30 Pages And Shall Be Printable On 8 ½” X 11” Paper. If A Respondent Elects To Complete The Questions And Answers Attachment, There Is No Page Limitation To The Template Provided, And Should Be Presented With The Submission. The Government Reserves The Right To Not Answer Those Questions Received. respondents Shall Avoid The Use Of Excessive Marketing Language, Submission Of Fancy Brochures, And Other Unnecessary Sales Literature. the Email Should Include The Following Subject Heading, “response Toocc’s It Operations And Modernization (itom) Support Service Rfi 2031jw25n00009.” as Noted Above, This Rfi Is Issued Solely For Information Purposes, And Therefore, Documents Received In Response To This Notice Will Not Be Returned, And Any Proprietary Information Contained Within Responses Shall Be Clearly Marked As ‘proprietary.’ All Submissions In Response To This Rfi Shall Become The Property Of The Government. Any Response Submitted To This Request Constitutes Consent For Its Submission To Be Reviewed By Occ And Its Employees. please Provide Any Questions You Have To The Attached Pws On The Attached Q&a Worksheet And Send To Christine.guy@occ.treas.gov And John.baumert@occ.treas.gov By 4:00 Pm Est March 7, 2025. rfi Responses Should Be Emailed To Christine.guy@occ.treas.gov And John.baumert@occ.treas.gov By 2:00pm Est, March 24, 2025.
Closing Date24 Mar 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+2Construction Material, Pipe Line Project
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Procurement Of Materials For Repair & Maintenance Of Transmission Distribution Mains & Service Lines Of Lwd (2nd Bid) 1. The Local Government Unit Of Lantapan, Through The Capex Intends To Apply The Sum Of One Million Ninety-seven Thousand Fifty-five Pesos (php 1,097,055.00) Being The Abc To Payments Under The Contract Procurement Of Materials For Repair & Maintenance Of Transmission Distribution Mains & Service Lines Of Lwd Ib # 2025-03-027 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 March 6, 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 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 March 14, 2025 On 1:00 O’clock P.m At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On 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 6, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-03-027 Name Of Project: Procurement Of Materials For The Repair & Maintenance Of Transmission Distribution Mains And Service Lines Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 1,097,055.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Brass Ball Valve With Lock Wing 1/2"-ø Piece(s) 100 2 Brass Ball Valve With Lock Wing 3/4"-ø Piece(s) 10 3 Brass Ball Valve With Lock Wing 1"-ø Piece(s) 5 4 Brass Male Adaptor (straight Coupling) 1/2"-ø Piece(s) 200 5 Brass Tail Piece 1/2"-ø Pair(s) 50 6 D.i. Mechanical Gate Valve (2"-ø) Piece(s) 3 7 D.i. Mechanical Gate Valve (3"-ø) Piece(s) 2 8 D.i. Mechanical Gate Valve (4"-ø) Piece(s) 2 9 D.i. Mechanical Gate Valve (6"-ø) Piece(s) 3 10 D.i. Mechanical Gate Valve (8"-ø) Piece(s) 2 11 D.i. Saddle Clamp 8" X 1" Set 3 12 D.i. Saddle Clamp 6" X 2" Set 3 13 D.i. Saddle Clamp 6" X 3/4" Set 10 14 D.i. Saddle Clamp 2" X 3/4" Set 15 15 D.i. Tee Mechanical Type With Grip Ring (6"-ø, Equal) Piece(s) 2 16 D.i. Tee Mechanical Type With Grip Ring (8"-ø, Equal) Piece(s) 1 17 Full Threaded Bar 3/8 Length(s) 1 18 Full Threaded Bar 5/8 Length(s) 1 19 G.i Bushing Reducer 2" X 1" Piece(s) 5 20 G.i Pipe 1/2", S-40 Length(s) 5 21 G.i End Cap/ Plug Cap 1/2"-ø Piece(s) 250 22 G.i Plug Bolt 1"-ø Piece(s) 5 23 G.i Plug Bolt 3/4"-ø Piece(s) 200 24 G.i Plug Bolt 1/2"-ø Piece(s) 100 25 G.i. Coupling 1/2" Piece(s) 200 26 G.i. Coupling 1" Piece(s) 15 27 G.i. Elbow 90⁰ 1/2" Piece(s) 500 28 G.i. Elbow Reducer 90⁰ 3/4"x 1/2" Piece(s) 6 29 G.i Union 1/2'' Piece(s) 50 30 G.i Union 3/4'' Piece(s) 25 31 Mechanical Gasket (2"-ø) Piece(s) 10 32 Nut 3/8" Piece(s) 20 33 Nut 5/8" Piece(s) 20 34 P.e. Coupling 1" Piece(s) 150 35 P.e. Coupling 1/2" Piece(s) 1000 36 P.e. Coupling 2" Piece(s) 15 37 P.e. Coupling 3/4" Length(s) 50 38 P.e. Coupling Reducer 3/4'' X 1/2" Piece(s) 25 39 P.e. Coupling Reducer 2'' X 1'' Piece(s) 5 40 P.e. Tee 1/2'' Piece(s) 10 41 P.e. Tee 3/4'' Piece(s) 10 42 Hdpe Pipe 2", Sdr 11 (60m-roll) Roll(s) 3 43 Hdpe Pipe 3/4", Sdr 11 (150m-roll) Roll(s) 5 44 Upvc Pipe (2"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 45 Upvc Pipe (3"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 46 Upvc Pipe (6"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 10 47 Upvc Pipe (8"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 48 Upvc O-ring (10"-ø) Piece(s) 3 49 Sleeve-type Coupling (2"-ø; Ductile Iron; Long Body) Piece(s) 5 50 Sleeve-type Coupling (3"-ø; Ductile Iron; Long Body) Piece(s) 4 51 Sleeve-type Coupling (10"-ø; Ductile Iron; Long Body) Piece(s) 3 52 Sealtape (tombo) 3/4" Piece(s) 50 53 Washer 3/8" Piece(s) 50 54 Washer 5/8" Piece(s) 15 55 Water Meter 1/2" With Brass Tail Piece (1 Year Warranty) Piece(s) 140 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date26 Mar 2025
Tender AmountPHP 1 Million (USD 19.1 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
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 : 25nf0073 Contract Name : Construction Of Multi-purpose Building (covered Court), Barangay Sta. Fe, General Luna, Surigao Del Norte Location Of The Contract: Barangay Sta. Fe, General Luna, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0074 Contract Name : Cluster 2025 – 4 1. Construction Of Rainwater Collection System, (rwcs) Gen. Luna Nhs – Consuelo National High School – Annex Sub Abc = Php 521,100.00 2. Construction Of Rainwater Collection System, (rwcs) Lobogon Elementary School Sub Abc = Php 521,100.00 3. Construction Of Rainwater Collection System, (rwcs) Mabini Elementary School Sub Abc = Php 521,100.00 4. Construction Of Rainwater Collection System, (rwcs) Salvacion Elementary School Sub Abc = Php 521,100.00 5. Construction Of Rainwater Collection System, (rwcs) Tigasao Elementary School Sub Abc = Php 521,100.00 Location Of The Contract: Siargao Island, Surigao Del Norte Brief Description : Water Supply (level 1): Construction (rainwater Collectors) Approved Budget For The Contract (abc): Php 2,605,500.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 90 Calendar Days Bid Document Fee : Php 5,000.00 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 4,950,000.00 & Php 2,605,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0073 & 25nf0074 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 150 & 90 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 Small B; (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 March 25, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00 & Php 5,000.00. 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 April 2, 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 April 15, 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 March 25, 2025 To April 15, 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 April 2, 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 April 15, 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 April 15, 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 April 15, 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 March 24, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: March 25-31, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date15 Apr 2025
Tender AmountPHP 4.9 Million (USD 86.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: Effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04 (effective 04/22/2024). this Solicitation Is Unrestricted For Full And Open Competition. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 532420 - Office Machinery And Equipment Rental And Leasing, With A Small Business Size Standard Of $40.0m. The Fsc/psc Is W075 Lease Or Rental Of Equipment. Rental And Leasing. the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Visn 12, 115 South 84th St., Milwaukee, Wi. 53214, Is Seeking To Lease Mailroom Systems For The Va Illiana Health Care System, Main Danville, Il Campus And Cbocs. all Interested Companies Shall Provide Quotations For The Following: requirement the Va Illiana Health Care System, Danville, Il., Veterans Integrated Services Network (visn) 12, Is Seeking Sources For Metered Mail Lease Base + 4 Option Years, Pop: 5/1/2025 4/30/2030. To Be Deemed Technically Acceptable, Any Quoted Cloud-based Services Shall Have Fedramp Approval At The Time Of Quote Submission. requirements For 1 Mail System For Danville Main Campus: . Mixed Mail Feeder Base . At Least 10lb Weigh Platform For Mailing Module . At Least 70lb Weigh Platform W/display . Dynamic Scale . All-in-one Pc And Thermal Label Printer. . Conveyor Stacker . Multi-carrier Shipping, Accounting, Reporting And Tracking Capabilities. . Usps Meter With Automatic Rate Updates . Configuration Training . Must Have Installation And Training And Service Included . Must Have Available Service Rep Within An Hour Of Facility requirements For 1 Mail System For Peoria Cboc: . Mixed Mail Feeder Base . At Least 10lb Weigh Platform For Mailing Module . Dynamic Scale . Usps Meter With Automatic Rate Updates . Must Have Installation And Training And Service Included . Must Have Available Service Rep Within An Hour Of Facility requirements For 4 Mail System For Cbocs Springfield, Mattoon, Decatur, Bloomington: . Hand Feed . At Least 5lb Weigh Platform For Mailing Module . Usps Meter With Automatic Rate Updates . Sealer . Must Have Installation And Training And Service Included . Must Have Available Service Rep Within An Hour Of Facility the Contract Period Of Performance Is Base Plus Four (4) Option Years: base Year: 05/01/2025 - 04/30/2026 option Year 1: 05/01/2026 - 04/30/2027 option Year 2: 05/01/2027 - 04/30/2028 option Year 3: 05/01/2028 - 04/30/2029 option Year 4: 05/01/2029 - 04/30/2030 place Of Performance/place Of Delivery: va Illiana Health Care Systems Springfield Va Clinic 1900 E Main St. Bldg. 19 5850 South 6th Street, Suite A danville, Il 61832-5198 Springfield, Il 62703-5162 matoon Va Clinic Decatur Va Clinic 501 Lakeland Blvd. Suite D 792 N. Sunnyside Road matoon, Il 61938-5283 Decatur, Il 62522-1156 bloomington Va Clinic Peoria Vet Center 207 Hamilton Road 5015 American Prairie Drive bloomington, Il 61704-7527 Peoria, Il 61615 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) far 52.204-7, System For Award Management (nov 2024) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.214-21, Descriptive Literature (apr 2002) far 52.217-4, Evaluation Of Options Exercised At Time Of Contract Award (june 1988) far 52.217-5, Evaluation Of Options (jul 1990) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.217-8, Option To Extend Services (nov 1999) far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) vaar 852.203-70, Commercial Advertising (may 2018) vaar 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) vaar 852.212-71, Gray Market And Counterfeit Items (feb 2023) vaar 852.219-76, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.239-76, Information And Communication Technology Accessibility (feb 2023) vaar 852.242-71, Administrative Contracting Officer (oct 2020) vaar 852.246-71, Rejected Goods (oct 2018) vaar 852.247-71, Delivery Location (oct 2018) vaar 852.247-73, Packing For Domestic Shipment (oct 2018) the Following Subparagraphs Of Far 52.212-5 Are Applicable: far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024) refer To Attached Far 52.212-5 For Subparagraphs The Contractor Shall Comply With The Following Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services. all Quoters Shall Submit The Following: quotation In Accordance With Addendum To Far 52.212-1, Instructions To Offerors, Attachment 1: Tailored Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services completed Buy American Certificate Found At Far 52.225-2, Buy American Certificate. statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. to Be Considered Technically Acceptable, Submit, At A Minimum The Requirements Listed Above For Each Location. all Quotes Shall Be Sent To The Contracting Officer, Erica Grimslid At Erica.grimslid@va.gov. the Contracting Officer Will Evaluate Products Based On Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. Award Will Be Based Upon Lowest Priced Technically Acceptable Quote In Accordance With The Simplified Acquisition Procedures Of Far 13. The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. options Will Be Evaluated At Time Of Award. 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:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 09:00pm On April 15, 2025. Responses Should Be Sent To The Contracting Officer, Erica Grimslid At Erica.grimslid@va.gov. Hand Delivered Responses Will Not Be Accepted. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact erica Grimslid contracting Officer network Contracting Office 12 erica.grimslid@va.gov
Closing Date15 Apr 2025
Tender AmountRefer Documents 

Civil Service Commission Tender

Telecommunication Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq 2025-05-048 15 May 2024 The Civil Service Commission - National Capital Region (csc-ncr), Through Its Bids And Awards Committee (bac), Will Undertake A Small Value Procurement For The Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 In Accordance With Section 35.13 Of The Republic Act (ra) No. 12009 Otherwise Known As The New Government Procurement Act And Its Implementing Rules And Regulations, As Follows: Name Of Project: Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 Deadline For Submission: Quotations Must Be Submitted Not Later Than 10:00 Am Of 21 May 2025 Place Of Submission: For Manual Submission Of Quotation – Civil Service Commission National Capital Region No. 25 Kaliraya St., Barangay Doña Josefa Quezon City For Electronic/online Submission Of Quotation – Cscncrbac@gmail.com I. Specific Deliverables Quantity Unit Description Supplier’s Product Specifications Unit Bid Price Total Bid Amount Bidder’s Statement Of Compliance 5 Licenses Video Conferencing Application Subscription For Cy 2025 To 2026 (please See Technical Specifications And Terms And Conditions In This Request For Quotation) Instructions: 1. Interested Contractors Shall Agree To Conform To The Attached Technical Specifications And Terms And Conditions Indicated In This Request For Quotation And Must State Its Conformity Thereof By Placing “comply” Or Any Equivalent Term In The Column For Bidder’s Compliance. 2. Interested Contractor And/or Its Authorized Representatives Shall Sign Its Conformity At The Last Page Of This Request For Quotation. Delivery Period: The Subscription Of Licenses Shall Commence From June 2025 And Only After Receipt Of The Issuance Of The Notice To Proceed Issued By The Csc-ncr. Total Ii. Approved Budget For The Contract The Approved Budget For The Contract (abc) Is One Hundred Forty – Six Thousand Seven Hundred Twenty – Nine Pesos Only (php146,729.00). Iii. Technical Specifications A. Project Title Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 B. Objective To Provide A Platform For Meetings And Webinars That Can Handle 500 Participants That Can Empower Csc-ncr Officials And Employees To Organize Their Work, Collaborate, Plan, And Work Efficiently. C. Duration Of The Contract The Contract Duration For The Subscription Of Licenses For Video Conferencing Application Shall Be One (1) Year Reckoned From The Date Indicated In The Notice To Proceed (ntp) To Be Issued By The Csc-ncr. D. Scope Of Work And Services 1. The Contractor Shall Provide The Subscription Of Licenses For Video Conferencing Application And Support Services For The Five (5) Host Licenses For A Contract Duration Of One (1) Year Reckoned From The The Date Indicated In The Notice To Proceed (ntp). 2. The Contractor Shall Provide Licenses And Support Services For The Following Video Conferencing Application Features: A. Minimum Of 5 Licenses For The First Purchase B. Basic + Additional Features C. Can Cater To 500 Participants For Meetings D. With A Meeting Duration Of Up To Twenty Four (24) Hours E. Custom Personal Meeting Id F. Assign Scheduler G. Provision For Online And Local Customer Support H. Video And Web Conferencing Features I. Group Collaboration J. One (1) Tb Of Mp4/m4a Cloud Recording Storage K. With User Management And Admin Feature Controls L. With Breakout, Polling, And Reporting Features M. Translated Captions 3. The Contractor Shall Be Able To Provide Twenty-four (24) Hours A Day, Seven Days A Week (24x7) Technical Support Service. The Modalities For The Rendition Of Technical Support By The Contractor Can Be Through Telephone Call, Electronic Mail, Online And/or On-site Support Or Other Appropriate Means, Depending On The Needs Of The Csc-ncr. 4. The Contractor Shall Resolve Any Report For Technical Support And/or Request For Problem Resolution By The Csc Ncr On Any/all Video Conferencing Application License Components Within Four (4) Hours After Request By The Csc-ncr. E. Warranties And Undertaking Of The Contractor 1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Request For Quotation. 2. The Contractor Warrants, Represents And Undertakes Reliability Of The Services And That Their Manpower Complement Is Qualified And Dedicated To Do The Service Required To The Satisfaction Of The Csc-ncr. 3. The Contractor In The Performance Of Its Services Shall Secure And Maintain At Its Own Expense All Registration, Licenses Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And The National Government. 4. The Contractor Warrants That It Has Been Granted The Necessary Certification/authorization To Represent The Original Product Manufacturer/authorized Reseller Of The Video Conferencing Application. 5. The Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Under This Contract. 6. The Contractor Warrants That Its Quotation To Be Submitted To The Csc Ncr Shall Be Inclusive Of All Taxes Required To Be Paid By The Government Such As Final Withholding Value Added Tax (services) Of Five Percent (5%), And Expanded Withholding Tax Of Two Percent (2%), And Such Other Taxes As May Be Required By The Government. 7. The Contractor Warrants That The Price Indicated In Its Quotation/contract Shall Be Fixed And Is Not Subject To Any Price Escalation For The One (1) Year Duration Of The Contract. F. Terms Of Billing And Payment 1. The Contractor Shall Be Paid By The Csc Ncr Upon Provision Of The Licenses For This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%). 2. The Contractor Shall Send To The Csc Ncr Its Billing Statement On A Monthly Basis For The Duration Of This Contract 3. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules And Regulations: (i) Sales Invoice/billings; And (ii) Certificate Of Acceptance Issued By The Csc Ncr. 4. No Advance Payment Shall Be Allowed Pursuant To Section 88 Of Presidential Decree No. 1445 Which Prohibits Against Advance Payment On Government Contracts. G. Other Terms And Conditions: 1. The Contractor Shall Provide Correct And Accurate Information Required To Be Submitted In This Request For Quotation, As Well As Those Required Under Relevant Laws, Rules And Regulations. 2. The Price Quotation To Be Submitted By The Contractor Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission Thereof. 3. The Price Quotation To Be Submitted By The Contractor Shall Be Denominated In Philippine Peso And Is Understood To Include All Taxes, Duties, And/or Levies Payable, Or Other Fees As May Be Required By The Government. 4. The Quotations Submitted By The Contractor Exceeding The Abc Shall Be Rejected Disqualified. 5. The Award Of Contract Shall Be Made To The Contractor Who Submitted The Lowest Calculated And Responsive Quotation Which Complies With The Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Contractor Or Any Of Your Duly Authorized Representative/s. 7. The Subscription Of Licenses For The Video Conferencing Application Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Of The Contract. 8. The Csc-ncr Shall Have The Right To Inspect And/or Test The Services To Guarantee Its Conformity To The Technical Specifications And Other Terms And Conditions Of The Contract. 9. In Case Two Or More Contractors Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Csc-ncr Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Government Procurement Policy Board Circular (gppb) 06-2005. 10. The Implementation Of The Contract Shall Be In Accordance With The Provisions Of Ra No. 12009, Its Irr, And Other Related Issuances. Iv. Documentary Requirements All Interested Contractors Shall Submit The Following Documents Not Later Than 10:00am Of May 21, 2025: 1. Philgeps Registration Number; 2. 2025 Business/mayor’s Permit; 3. Income Or Business Tax Return (to Be Submitted Before Award Of Po/contract); 4. Notarized Omnibus Sworn Statement (sample Attached) (to Be Submitted Before Award Of Contract); 5. Certification From The Service Provider Of The Video Conferencing Application That The Contractor Is An Authorized Distributor/reseller Of The Video Conferencing Application 6. The Csc-ncr, After Notice, May Require The Contractor To Submit Completed Contracts For The Conduct Of The Post-qualification Procedure In Accordance With Ra No. 12009, Its Irr And Other Gppb Related Issuances. For Further Inquiries, You May Directly Coordinate With Ms. Maybelline N. Galang At Tel. No. 02-87416097. The Quotation May Be Submitted Through E-mail At Cscncrbac@gmail.com Or Deliver Sealed Quotation To The Address Below: Bids And Awards Committee No. 25 Kaliraya Street, Barangay Doña Josefa Quezon City The Csc-ncr Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein. To Annul The Bidding Process, At Any Time Prior To The Issuance Of The Purchase Order/contract, Without Thereby Incurring Any Liability To The Affected Supplier/bidder, And To Accept Only The Offer That Is Most Advantageous To The Government. The Csc-ncr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Suppliers/bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Atty. Vlademir E. Villacorta Chairperson, Bids And Awards Committee Contractor’s Conformity I Hereby Certify To Comply And Deliver The Services Stated In This Request For Quotation Subject To Its Technical Specifications And Other Terms And Conditions Thereof. _______________________ _____________________________ ________________ Name Of Company/bidder Signature Over Printed Name Of Date Representative
Closing Date21 May 2025
Tender AmountPHP 146.7 K (USD 2.6 K)
4971-4980 of 5197 archived Tenders