Cloud Tenders

DEPT OF THE NAVY USA Tender

Publishing and Printing
United States
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2021-05 Effective 10 Mar, 2021 (updated With Class Deviation 2018-o0018 – Micro-purchase Threshold, Simplified Acquisition Threshold, And Special Emergency Procurement Authority) the Associated North American Industrial Classification System (naics) Code For This Procurement Is 532420 With A Small Business Size Standard Of Small. the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is J074. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase . all Interested Companies Shall Provide Quotations For The Following: lease Service For Xerox Multiprinter see The Attached supplies: Items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. **fob Destination Is The Preferred Method** estimated Delivery Time: ____12:00 Pm__________ for Fob Orgin, Please Provide The Following Information: fob Shipping Point: _______________________ estimated Shipping Charge: _________________ dimensions Of Package(s): ____________________ shipping Weight: __________________________ the Following Provisions And Clauses Are Hereby Incorporated. Any Provisions And Clauses Not Applicable By Their Terms Shall Be Self-deleting. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At http://acquisition.gov/comp/far/index.html. The Full Text Of Dfars Provisions Or Clauses May Be Accessed Electronically At Http://farsite.hill.af.mil/vfdfara.htm. the Following Solicitation Provisions Apply To This Acquisition: interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13 instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Offer. far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It "does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument" In Paragraph (c)(1) In The Provision At52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v)(2)(i) Of The Provision At52.212-3, Offeror Representations And Certifications-commercial Items. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It "does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services" In Paragraph (c)(2) Of The Provision At52.204-26, Or In Paragraph (v)(2)(ii) Of The Provision At52.212-3. (a)definitions.as Used In This Provision— backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Componenthave The Meanings Provided In The Clause52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2)section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c)procedures.the Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For "covered Telecommunications Equipment Or Services". (d)representation.the Offeror Represents That— (1)it□will,□will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds "will" In Paragraph (d)(1) Of This Section; And (2)after Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— it□does,□does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section. (e)disclosures. (1)disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded "will" In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2)disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 1. Far 52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions (sep 2007) 2. Far 52.204-7, System For Award Management (oct 2018) 52.212-1 -- Instructions To Offerors -- Commercial Items. 3. Far 52.212-1, "instructions To Offerors-commercial Items" (jun 2020) a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions: • This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem) Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured. 4. Far 52.212-3, "offeror Representations And Certifications-commercial Items" (jan 2021) 5. Far 52.225-18, Place Of Manufacture (aug 2018) 6. Far 52.233-2, Service Of Protest (sep 2006) the Contracting Officer's Address Is: us Naval Research Laboratory 4555 Overlook Avenue, S.w. code 1350 washington, Dc 20375 A. Nrl Also Includes The Following Provisions That Must Be Completed By The Offeror: 1. Far 52.209-5, Certification Regarding Responsibility Matters (aug 2020) 2. Far 52.222-22, Previous Contracts And Compliance Reports (feb 1999) 3. Far 52.222-25, Affirmative Action Compliance (apr 1984) 4. Far 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act Certificate Alternate Iii (jan 2021) offerors Must Complete Annual Representations And Certifications On-line At Http://orca.bpn.gov In Accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: 1. Far 52.212-4, "contract Terms And Conditions-commercial Items" (oct 2018) a. The Following Clauses Are Included As Addenda To Far 52.212-4: far 52.202-1, Definitions (jun 2020) far 52.203-3, Gratuities (apr 1984) far 52.203-6, - Restrictions On Subcontractor Sales To The Government (jun 2020) alt I (oct 1995) far 52.203-12, Limitation Of Payments To Influence Certain Federal Transactions (jun 2020) far 52.203-17, Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) far 52.204-4, Printed Or Copied Double-sided On Recycled Paper (may 2011) far 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) far 52.223-2, Affirmative Procurement Of Biobased Products Under Service And Construction Contracts (sep 2013) far 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) far 52.223-12, Refrigeration Equipment And Air Conditioners (jun 2016) far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) far 52.223-20, Aerosols (jun 2016) far 52.223-21, Foams (jun 2016) far 52.225-14, Inconsistency Between English Version And Translation Of Contract (feb 2000) far 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013) far 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (dec 2013) far 52.245-1, Government Property (jan 2017) far 52.245-2, Government Property Installation Operation Services (apr 2012) far 52.245-9, Use And Charges (apr 2012) far 52.247-34, F.o.b Destination (nov 1991) far 52.252-2, Clauses Incorporated By Reference (feb 1998) 2. Far 52.212-5, "contract Terms And Conditions Required To Implement Statutes Or Executive Orders" (jan 2021) the Following Subparagraphs Of Far 52.212-5 Are Applicable: • Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56) 3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Items (revised December 21, 2018): dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7003, Agency Office Of The Inspector General (aug 2019) dfars 252.203-7005, Representation Relating To Compensation Of Former Dod Officials (nov 2011) dfars 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (oct 2016) dfars 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016) dfars 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019) dfars 252.204-7013, Reserved. dfars 252.204-7014, Limitations On The Use Or Disclosure Of Information By Litigation Support Contractors (may 2016) dfars 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support (may 2016) dfars 252.211-7003, Item Unique Identification And Valuation (mar 2016) dfars 252.211-7006, Passive Radio Frequency Identification (dec 2019) dfars 252.211-7007, Reporting Of Government-furnished Property (aug 2012) dfars 252.211-7008, Use Of Government-assigned Serial Numbers (sep 2010) dfars 252.213-7000, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations (sep 2019) dfars 252.215-7007, Notice Of Intent To Resolicit (jun 2012) dfars 252.215-7008, Only One Offer (jul 2019) dfars 252.219-7000, Advancing Small Business Growth (sep 2016) dfars 252.223-7004 Drug-free Work Force (sep 1988) dfars 252.223-7008, Prohibition Of Hexavalent Chromium (jun 2013) dfars 252.225-7000, Buy American Act - Balance Of Payments Program Certificate – Basic (nov 2014) alternate I (nov 2014) dfars 252.225-7001, Buy American Act And Balance Of Payments Program – Basic (dec 2017) dfars 252.225-7006, Acquisition Of The American Flag (aug 2015) dfars 252.225-7008, Restriction On Acquisition Of Specialty Metals (mar 2013) dfars 252.225-7013, Duty-free Entry (apr 2020) dfars 252.225-7016, Restriction On Acquisition Of Ball And Roller Bearings (jun 2011) dfars 252.225-7036, Buy American Act-free Trade Agreements-balance Of Payments Program – Basic (dec 2017) Exceeding $25,000, But Is Less Than $191,000 dfars 252.225-7037, Evaluation Of Offers For Air Circuit Breakers (dec 2018) dfars 252.225-7038, Restriction On Acquisition Of Air Circuit Breakers (dec 2018) dfars 252.225-7049, Prohibition On Acquisition Of Commercial Satellite Services From Certain Foreign Entities—representations (dec 2018) dfars 252.227-7013, Rights In Technical Data - Noncommercial Items (feb 2014) alternate I (jun 1995) dfars 252.227-7015, Technical Data - Commercial Items (feb 2014) dfars 252.227-7037, Validation Of Restrictive Markings On Technical Data (sep 2016) dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006, Wide Area Workflow Payment Instructions (dec 2018) dfars 252.232-7010, Levies On Contract Payments (dec 2006) dfars 252.232-7011, Payments In Support Of Emergencies And Contingency Operations (may 2013) dfars 252.237-7010, Prohibition On Interrogation Of Detainees By Contractor Personnel (jun 2013) dfars 252.237-7019, Training For Contractor Personnel Interacting With Detainees (jun 2013) dfars 252.239-7009, Representation Of Use Of Cloud Computing (sep 2015) dfars 252.239-7010, Cloud Computing Services (oct 2016) dfars 252.239-7017, Notice Of Supply Chain Risk (feb 2019) dfars 252.239-7018, Supply Chain Risk (feb 2019) dfars 252.244-7000, Subcontracts For Commercial Items (oct 2020) dfars 252.246-7003, Notification Of Potential Safety Issues (jun 2013) dfars 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations (oct 2010) submission Instructions: all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. Include Your Company Duns Number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. buyer Name: Elizabeth Harley, Email: Elizabeth.c.harley.civ@us.navy.mil phone: (202)923-1549 please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. sam Registration: Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factor Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable – factor 1 – Price. Quotes Will Be Evaluated To Determine If The Price Is Fair, And Reasonable In Accordance With Far 12.209. Quotations Shall Include A Price For Each Contract Line Item Number (clin). factor 2 – Technical. The Government Will Evaluate The Quoter’s Capabilities To Provide Supplies/services In Accordance With The Solicitation. offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s) table A-1. Technical Acceptable/unacceptable Ratings rating description acceptable quote Meets All The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications. unacceptable quote Does Not Clearly Meet The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications. options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). 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:" quoter Shall List Exception(s) And Rationale For The Exception(s). submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail.
Closing Date11 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Publishing and Printing
United States
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular(fac) 2021-05effective 10 Mar, 2021(updated With Class Deviation 2018-o0018 – Micro-purchase Threshold, Simplified Acquisition Threshold, And Special Emergency Procurement Authority) the Associated North American Industrial Classification System (naics) Code For This Procurement Is532420with A Small Business Size Standard Ofsmall. the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Isj074. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase . all Interested Companies Shall Provide Quotations For The Following: lease Service For Xerox Multiprinter see The Attached supplies:items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. **fob Destination Is The Preferred Method** estimated Delivery Time:____12:00 Pm__________ for Fob Orgin, Please Provide The Following Information: fob Shipping Point: _______________________ estimated Shipping Charge: _________________ dimensions Of Package(s): ____________________ shipping Weight: __________________________ the Following Provisions And Clauses Are Hereby Incorporated. Any Provisions And Clauses Not Applicable By Their Terms Shall Be Self-deleting. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At http://acquisition.gov/comp/far/index.html. The Full Text Of Dfars Provisions Or Clauses May Be Accessed Electronically At Http://farsite.hill.af.mil/vfdfara.htm. the Following Solicitation Provisions Apply To This Acquisition: interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13 instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Offer. far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It "does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument" In Paragraph (c)(1) In The Provision At52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v)(2)(i) Of The Provision At52.212-3, Offeror Representations And Certifications-commercial Items. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It "does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services" In Paragraph (c)(2) Of The Provision At52.204-26, Or In Paragraph (v)(2)(ii) Of The Provision At52.212-3. (a)definitions.as Used In This Provision— backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Componenthave The Meanings Provided In The Clause52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2)section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c)procedures.the Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For "covered Telecommunications Equipment Or Services". (d)representation.the Offeror Represents That— (1)it□will,□will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds "will" In Paragraph (d)(1) Of This Section; And (2)after Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— it□does,□does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section. (e)disclosures. (1)disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded "will" In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2)disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 1. Far 52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions (sep 2007) 2. Far 52.204-7, System For Award Management (oct 2018) 52.212-1 -- Instructions To Offerors -- Commercial Items. 3. Far 52.212-1, "instructions To Offerors-commercial Items" (jun 2020) a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions: • This Procurement Is Fornew Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem) Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured. 4. Far 52.212-3, "offeror Representations And Certifications-commercial Items" (jan 2021) 5. Far 52.225-18, Place Of Manufacture (aug 2018) 6. Far 52.233-2, Service Of Protest (sep 2006) the Contracting Officer's Address Is: us Naval Research Laboratory 4555 Overlook Avenue, S.w. code 1350 washington, Dc 20375 A. Nrl Also Includes The Following Provisions That Must Be Completed By The Offeror: 1. Far 52.209-5, Certification Regarding Responsibility Matters (aug 2020) 2. Far 52.222-22, Previous Contracts And Compliance Reports (feb 1999) 3. Far 52.222-25, Affirmative Action Compliance (apr 1984) 4. Far 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act Certificate Alternate Iii (jan 2021) offerors Must Complete Annual Representations And Certifications On-line At Http://orca.bpn.gov In Accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: 1. Far 52.212-4, "contract Terms And Conditions-commercial Items" (oct 2018) a. The Following Clauses Are Included As Addenda To Far 52.212-4: far 52.202-1, Definitions (jun 2020) far 52.203-3, Gratuities (apr 1984) far 52.203-6, - Restrictions On Subcontractor Sales To The Government (jun 2020) alt I (oct 1995) far 52.203-12, Limitation Of Payments To Influence Certain Federal Transactions (jun 2020) far 52.203-17, Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) far 52.204-4, Printed Or Copied Double-sided On Recycled Paper (may 2011) far 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) far 52.223-2, Affirmative Procurement Of Biobased Products Under Service And Construction Contracts (sep 2013) far 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) far 52.223-12, Refrigeration Equipment And Air Conditioners (jun 2016) far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) far 52.223-20, Aerosols (jun 2016) far 52.223-21, Foams (jun 2016) far 52.225-14, Inconsistency Between English Version And Translation Of Contract (feb 2000) far 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013) far 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (dec 2013) far 52.245-1, Government Property (jan 2017) far 52.245-2, Government Property Installation Operation Services (apr 2012) far 52.245-9, Use And Charges (apr 2012) far 52.247-34, F.o.b Destination (nov 1991) far 52.252-2, Clauses Incorporated By Reference (feb 1998) 2. Far 52.212-5, "contract Terms And Conditions Required To Implement Statutes Or Executive Orders" (jan 2021) the Following Subparagraphs Of Far 52.212-5 Are Applicable: • Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56) 3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Items (revised December 21, 2018): dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7003, Agency Office Of The Inspector General (aug 2019) dfars 252.203-7005, Representation Relating To Compensation Of Former Dod Officials (nov 2011) dfars 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (oct 2016) dfars 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016) dfars 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019) dfars 252.204-7013,reserved. dfars 252.204-7014, Limitations On The Use Or Disclosure Of Information By Litigation Support Contractors (may 2016) dfars 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support (may 2016) dfars 252.211-7003, Item Unique Identification And Valuation (mar 2016) dfars 252.211-7006, Passive Radio Frequency Identification (dec 2019) dfars 252.211-7007, Reporting Of Government-furnished Property (aug 2012) dfars 252.211-7008, Use Of Government-assigned Serial Numbers (sep 2010) dfars 252.213-7000, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations (sep 2019) dfars 252.215-7007, Notice Of Intent To Resolicit (jun 2012) dfars 252.215-7008, Only One Offer (jul 2019) dfars 252.219-7000, Advancing Small Business Growth (sep 2016) dfars 252.223-7004 Drug-free Work Force (sep 1988) dfars 252.223-7008, Prohibition Of Hexavalent Chromium (jun 2013) dfars 252.225-7000, Buy American Act - Balance Of Payments Program Certificate – Basic (nov 2014) alternate I (nov 2014) dfars 252.225-7001, Buy American Act And Balance Of Payments Program – Basic (dec 2017) dfars 252.225-7006, Acquisition Of The American Flag (aug 2015) dfars 252.225-7008, Restriction On Acquisition Of Specialty Metals (mar 2013) dfars 252.225-7013, Duty-free Entry (apr 2020) dfars 252.225-7016, Restriction On Acquisition Of Ball And Roller Bearings (jun 2011) dfars 252.225-7036, Buy American Act-free Trade Agreements-balance Of Payments Program – Basic (dec 2017) Exceeding $25,000, But Is Less Than $191,000 dfars 252.225-7037, Evaluation Of Offers For Air Circuit Breakers (dec 2018) dfars 252.225-7038, Restriction On Acquisition Of Air Circuit Breakers (dec 2018) dfars 252.225-7049, Prohibition On Acquisition Of Commercial Satellite Services From Certain Foreign Entities—representations (dec 2018) dfars 252.227-7013, Rights In Technical Data - Noncommercial Items (feb 2014) alternate I(jun 1995) dfars 252.227-7015, Technical Data - Commercial Items (feb 2014) dfars 252.227-7037, Validation Of Restrictive Markings On Technical Data (sep 2016) dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006, Wide Area Workflow Payment Instructions (dec 2018) dfars 252.232-7010, Levies On Contract Payments (dec 2006) dfars 252.232-7011, Payments In Support Of Emergencies And Contingency Operations (may 2013) dfars 252.237-7010, Prohibition On Interrogation Of Detainees By Contractor Personnel (jun 2013) dfars 252.237-7019, Training For Contractor Personnel Interacting With Detainees (jun 2013) dfars 252.239-7009, Representation Of Use Of Cloud Computing (sep 2015) dfars 252.239-7010, Cloud Computing Services (oct 2016) dfars 252.239-7017, Notice Of Supply Chain Risk (feb 2019) dfars 252.239-7018, Supply Chain Risk (feb 2019) dfars 252.244-7000, Subcontracts For Commercial Items (oct 2020) dfars 252.246-7003, Notification Of Potential Safety Issues (jun 2013) dfars 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations (oct 2010) submission Instructions: all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. Include Your Company Duns Number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. buyer Name:elizabeth Harley, Email: Elizabeth.c.harley.civ@us.navy.mil phone: (202)923-1549 please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. sam Registration: Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factor Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable– factor 1 – Price. Quotes Will Be Evaluated To Determine If The Price Is Fair, And Reasonable In Accordance With Far 12.209. Quotations Shall Include A Price For Each Contract Line Item Number (clin). factor 2 – Technical. The Government Will Evaluate The Quoter’s Capabilities To Provide Supplies/services In Accordance With The Solicitation. offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s) table A-1. Technical Acceptable/unacceptable Ratings rating description acceptable quote Meets All The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications. unacceptable quote Does Not Clearly Meet The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications. options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). 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:" quoter Shall List Exception(s) And Rationale For The Exception(s). submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail.
Closing Date15 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2021-05 Effective 10 Mar, 2021 (updated With Class Deviation 2018-o0018 – Micro-purchase Threshold, Simplified Acquisition Threshold, And Special Emergency Procurement Authority) the Associated North American Industrial Classification System (naics) Code For This Procurement Is 334516 With A Small Business Size Standard Of Small. the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is J066. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase . all Interested Companies Shall Provide Quotations For The Following: purchase Of Laser Repair Service At The Naval Research Laboratory see The Attached supplies: Items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. **fob Destination Is The Preferred Method** estimated Delivery Time: ____12:00 Pm__________ for Fob Orgin, Please Provide The Following Information: fob Shipping Point: _______________________ estimated Shipping Charge: _________________ dimensions Of Package(s): ____________________ shipping Weight: __________________________ the Following Provisions And Clauses Are Hereby Incorporated. Any Provisions And Clauses Not Applicable By Their Terms Shall Be Self-deleting. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At http://acquisition.gov/comp/far/index.html. The Full Text Of Dfars Provisions Or Clauses May Be Accessed Electronically At Http://farsite.hill.af.mil/vfdfara.htm. the Following Solicitation Provisions Apply To This Acquisition: interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13 instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Offer. far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It "does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument" In Paragraph (c)(1) In The Provision At52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v)(2)(i) Of The Provision At52.212-3, Offeror Representations And Certifications-commercial Items. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It "does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services" In Paragraph (c)(2) Of The Provision At52.204-26, Or In Paragraph (v)(2)(ii) Of The Provision At52.212-3. (a)definitions.as Used In This Provision— backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Componenthave The Meanings Provided In The Clause52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2)section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i)prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii)cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c)procedures.the Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For "covered Telecommunications Equipment Or Services". (d)representation.the Offeror Represents That— (1)it□will,□will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds "will" In Paragraph (d)(1) Of This Section; And (2)after Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— it□does,□does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds "does" In Paragraph (d)(2) Of This Section. (e)disclosures. (1)disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded "will" In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2)disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded "does" In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i)for Covered Equipment— (a)the Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b)a Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c)explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii)for Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b)if Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 1. Far 52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions (sep 2007) 2. Far 52.204-7, System For Award Management (oct 2018) 52.212-1 -- Instructions To Offerors -- Commercial Items. 3. Far 52.212-1, "instructions To Offerors-commercial Items" (jun 2020) a. Far 52.212-1 Has Been Tailored To Include The Following Additional Instructions: • This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem) Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured. 4. Far 52.212-3, "offeror Representations And Certifications-commercial Items" (jan 2021) 5. Far 52.225-18, Place Of Manufacture (aug 2018) 6. Far 52.233-2, Service Of Protest (sep 2006) the Contracting Officer's Address Is: us Naval Research Laboratory 4555 Overlook Avenue, S.w. code 1350 washington, Dc 20375 A. Nrl Also Includes The Following Provisions That Must Be Completed By The Offeror: 1. Far 52.209-5, Certification Regarding Responsibility Matters (aug 2020) 2. Far 52.222-22, Previous Contracts And Compliance Reports (feb 1999) 3. Far 52.222-25, Affirmative Action Compliance (apr 1984) 4. Far 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act Certificate Alternate Iii (jan 2021) offerors Must Complete Annual Representations And Certifications On-line At Http://orca.bpn.gov In Accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: 1. Far 52.212-4, "contract Terms And Conditions-commercial Items" (oct 2018) a. The Following Clauses Are Included As Addenda To Far 52.212-4: far 52.202-1, Definitions (jun 2020) far 52.203-3, Gratuities (apr 1984) far 52.203-6, - Restrictions On Subcontractor Sales To The Government (jun 2020) alt I (oct 1995) far 52.203-12, Limitation Of Payments To Influence Certain Federal Transactions (jun 2020) far 52.203-17, Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) far 52.204-4, Printed Or Copied Double-sided On Recycled Paper (may 2011) far 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) far 52.223-2, Affirmative Procurement Of Biobased Products Under Service And Construction Contracts (sep 2013) far 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) far 52.223-12, Refrigeration Equipment And Air Conditioners (jun 2016) far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) far 52.223-20, Aerosols (jun 2016) far 52.223-21, Foams (jun 2016) far 52.225-14, Inconsistency Between English Version And Translation Of Contract (feb 2000) far 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013) far 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (dec 2013) far 52.245-1, Government Property (jan 2017) far 52.245-2, Government Property Installation Operation Services (apr 2012) far 52.245-9, Use And Charges (apr 2012) far 52.247-34, F.o.b Destination (nov 1991) far 52.252-2, Clauses Incorporated By Reference (feb 1998) 2. Far 52.212-5, "contract Terms And Conditions Required To Implement Statutes Or Executive Orders" (jan 2021) the Following Subparagraphs Of Far 52.212-5 Are Applicable: • Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56) 3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Items (revised December 21, 2018): dfars 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7003, Agency Office Of The Inspector General (aug 2019) dfars 252.203-7005, Representation Relating To Compensation Of Former Dod Officials (nov 2011) dfars 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (oct 2016) dfars 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016) dfars 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019) dfars 252.204-7013, Reserved. dfars 252.204-7014, Limitations On The Use Or Disclosure Of Information By Litigation Support Contractors (may 2016) dfars 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support (may 2016) dfars 252.211-7003, Item Unique Identification And Valuation (mar 2016) dfars 252.211-7006, Passive Radio Frequency Identification (dec 2019) dfars 252.211-7007, Reporting Of Government-furnished Property (aug 2012) dfars 252.211-7008, Use Of Government-assigned Serial Numbers (sep 2010) dfars 252.213-7000, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations (sep 2019) dfars 252.215-7007, Notice Of Intent To Resolicit (jun 2012) dfars 252.215-7008, Only One Offer (jul 2019) dfars 252.219-7000, Advancing Small Business Growth (sep 2016) dfars 252.223-7004 Drug-free Work Force (sep 1988) dfars 252.223-7008, Prohibition Of Hexavalent Chromium (jun 2013) dfars 252.225-7000, Buy American Act - Balance Of Payments Program Certificate – Basic (nov 2014) alternate I (nov 2014) dfars 252.225-7001, Buy American Act And Balance Of Payments Program – Basic (dec 2017) dfars 252.225-7006, Acquisition Of The American Flag (aug 2015) dfars 252.225-7008, Restriction On Acquisition Of Specialty Metals (mar 2013) dfars 252.225-7013, Duty-free Entry (apr 2020) dfars 252.225-7016, Restriction On Acquisition Of Ball And Roller Bearings (jun 2011) dfars 252.225-7036, Buy American Act-free Trade Agreements-balance Of Payments Program – Basic (dec 2017) Exceeding $25,000, But Is Less Than $191,000 dfars 252.225-7037, Evaluation Of Offers For Air Circuit Breakers (dec 2018) dfars 252.225-7038, Restriction On Acquisition Of Air Circuit Breakers (dec 2018) dfars 252.225-7049, Prohibition On Acquisition Of Commercial Satellite Services From Certain Foreign Entities—representations (dec 2018) dfars 252.227-7013, Rights In Technical Data - Noncommercial Items (feb 2014) alternate I (jun 1995) dfars 252.227-7015, Technical Data - Commercial Items (feb 2014) dfars 252.227-7037, Validation Of Restrictive Markings On Technical Data (sep 2016) dfars 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006, Wide Area Workflow Payment Instructions (dec 2018) dfars 252.232-7010, Levies On Contract Payments (dec 2006) dfars 252.232-7011, Payments In Support Of Emergencies And Contingency Operations (may 2013) dfars 252.237-7010, Prohibition On Interrogation Of Detainees By Contractor Personnel (jun 2013) dfars 252.237-7019, Training For Contractor Personnel Interacting With Detainees (jun 2013) dfars 252.239-7009, Representation Of Use Of Cloud Computing (sep 2015) dfars 252.239-7010, Cloud Computing Services (oct 2016) dfars 252.239-7017, Notice Of Supply Chain Risk (feb 2019) dfars 252.239-7018, Supply Chain Risk (feb 2019) dfars 252.244-7000, Subcontracts For Commercial Items (oct 2020) dfars 252.246-7003, Notification Of Potential Safety Issues (jun 2013) dfars 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations (oct 2010) submission Instructions: all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. Include Your Company Duns Number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. buyer Name: Dwyane Mcqueen, Email: Dwyane.mcqueen@nrl.navy.mil. please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. sam Registration: Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factor Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable – factor 1 – Price. Quotes Will Be Evaluated To Determine If The Price Is Fair, And Reasonable In Accordance With Far 12.209. Quotations Shall Include A Price For Each Contract Line Item Number (clin). factor 2 – Technical. The Government Will Evaluate The Quoter’s Capabilities To Provide Supplies/services In Accordance With The Solicitation. offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s) table A-1. Technical Acceptable/unacceptable Ratings rating description acceptable quote Meets All The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications. unacceptable quote Does Not Clearly Meet The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications. options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). 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:" quoter Shall List Exception(s) And Rationale For The Exception(s). submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail.
Closing Date21 Mar 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Supply & Delivery With Installation Of Office Equipment Quotation No. Niar9-cob-068 (svp) Company Name Pr No.: 2025-02-0069 Philgeps Ref. No.: Address Purpose: For The Use Nia-regional Office Location: Balintawak, Pagadian City Date Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Together With Your Eligibility/legal Documents To Procurement Section, Regional Center, Balintawak, Pagadian City Not Later Than The Bid Submission Deadline On March 10, 2025 @ 9:00 Am. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. Rex L. Armentia Bac Chairperson Supervising Engr. A Total Approved Budget For The Contract: Php 130,000.00 No. Qty Unit Agency's Specification Bidder's Specification Unit Price Total Bid Price 1 1 Unit Face Recognition Temperature Measuring Terminal Camera Resolution: 2 Million Pixels Type: Binocular Wide Dynamic Camera Aperture: F2.4 Focusing Distance: 50-150cm White Balance: Auto Photo Flood Light: Led And Ir Dual Photo Flood Light Screen Size: 8.0 Inch Ips Lcd Screen Resolution: 800×1280 Processor Cpu: Rk3288 Quad-core (optional Rk3399 Six-core, Msm8953 Eight-core) Storage: Emmc 8g Interface Network Module: Ethernet And Wireless (wifi) Audio: 2.5w / 4r Speakers Usb: 1 Usb Otg, 1 Usb Host Standard A Port Serial Communication: 1 Rs232 Serial Port Relay Output: 1 Door Open Signal Output Wiegand: One Wiegand 26/34 Output, One Wiegand 26/34 Input Upgrade Button: Support Uboot Upgrade Button Wired Network: 1 Rj45 Ethernet Socket Function Face Detection: Supports Detection And Tracking Of Multiple People At The Same Time Face Library: Up To 30,000 1: N Face Recognition: Support 1: 1 Face Comparison: Support Stranger Detection: Support Identify Distance Configuration: Support Ui Interface Configuration: Support Upgrade Remotely: Support Interface: Interfaces Include Device Management, Personnel/ Photo Management, Record Query, Etc. Deployment Method: Support Public Cloud Deployment, Privatized Deployment, Lan Use, Stand-alone Use Infrared Thermal Imaging Module Temperature Detection: Support Temperature Detection Distance: 1 Meter (optimal Distance 0.5 Meter) Temperature Measurement Accuracy: ≤ ±0.5℃ Temperature Measurement Range: 10℃~42℃ Thermal Field Of View: 32 X 32℃ Visitors' Temperature Is Normal And Released Directly: Support Abnormal Temperature Alarm: Support (temperature Alarm Value Can Be Set) General Parameters Power: Dc12v(±10%) Operating Temperature: 0℃~60℃ Storage Temperature: -20℃~60℃ Power Consumption: 13.5w(max) Installation Method: Screwed By Wall Mount Bracket Size: Standard :274.24*128*21.48(mm) Ic Card / Id Card :296.18*132.88*25(mm) Packing List: Machine * 1, Power Adapter * 1, Manual * 1, Certificate Of Conformity * 1 2 1 Unit Portable Speaker Transducers: 2 X 6.5 Inch (165mm) Woofers, 2 X 1 Inch (25mm) Dome Tweeters Output Power: 240w Rms (iec60268) Power Input: 100 - 240v ̴ 50/60 Hz Frequency Response: 40hz - 20khz (-6db) Signal-to-noise Ratio: > 80db Battery Type: Battery400, Li-ion 68wh (equivalent To 7.2v/ 9444mah) Battery Charge Time: 3 Hours (speaker Off Mode) Music Play Time: Up To 18 Hours Cable Type: Ac Power Cable (type Varies By Regions) Cable Length: 2.0m / 6.6 Ft Usb Charge Out: 5v / 2.1 A (max) (speaker Off Mode) Usb Format: Fat16, Fat32 Bluetooth Version: 5.4 Bluetooth Profile: A2dp V1.4, Avrcp V1.6 Bluetooth Transmitter Frequency Range: 2.4 Ghz - 2.4835 Ghz Bluetooth Transmitter Power: ≤ 18 Dbm (eirp) Bluetooth® Transmitter Modulation: Gfsk, Π/4 Dqpsk, 8dpsk Supported Formats: .mp3, .wav, .wma, .flac Input Sensitivity: Aux-in: 250 Mv Rms (3.5mm Connector) Mic-in: 20 Mv Rms Guitar-in: 100 Mv Rms Bluetooth/usb Input: -12dbfs Dimensions (w X H X D): 335 Mm X 669 Mm X 385 Mm / 13.19” X 26.34” X 15.16” Net Weight: 16.5 Kg / 36.38 Lbs 3 1 Set Wireless Microphone (2 Units) Carrier Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100dba @ 1khz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms Microphone Head: 16mm Ecm Dimensions (w X H X D): 45.5 X 224.5 X 42.5mm / 1.79'' X 8.84'' X 1.67'' Microphone Weight: 270 G / 0.6 Lb Dongle Dimension (w X H X D): 42 X 96.5 X 18mm / 1.65'' X 3.8'' X 0.71'' Dongle Weight: 43 G /0.095 Lb Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode What’s In The Box: 2 X Wireless Mic, 1 X Dongle, 1 X Quick-start Guide, 1 X Safety Instruction And Warranty Card, 1 X Usb-c Cable Xxxxx Nothing Follows Xxxxx Total Amount: Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 After Having Carefully Read And Accepted The Attached General Conditions, I/we Quote You On The Items At The Prices Noted Above. Company Name Printed Name/signature/date Accomplished Contact/telephone Number Terms And Conditions 1 All Entries Must Be Printed Or Typed Written Using The Nia Prescribed Form (rfq). Any Modification In The Terms Of The Rfq Shall Constitute To Disqualification. 2 The Total Approved Budget For The Contract (abc) Is Php 130,000.00. All Bids In Excess Of The Abc Shall Be Automatically Rejected. 3 Delivery Period Is Within 30 Calendar Day(s) From Receipt Of Purchase Order (po). 4 Price Validity Shall Be For A Period Of 90 Calendar Day(s) From The Date Of Bid Opening. 5 For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot. That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6 Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Inspection & Acceptance Report (iar) By The Authorized National Irrigation Administration's Representative If Applicable. Bidders Shall Submit Only One (1) Copy Of Bid/request For Quotation (rfq) Together With The Following Licenses And Legal Documents Also In One (1) Copy Placed In One (1) Sealed. Mayor's Business Permit Professional License / Curriculum Vitae (consulting Services) Printed Copy Of Philgeps Registration Number Pcab License (infra) Income / Business Tax Return (for Abcs Above P500k) Omnibus Sworn Statement (for Abcs Above P50k) 7 If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) With In The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Order Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Item(s) From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1 Bid Quotations May Be Submitted To The Procurement Section, Regional Center, Balintawak, Pagadian City, Zamboanga Del Sur, Or Email At Niaregion9bac@gmail.com. 2 Please Make Certain To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3 Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected.
Closing Date10 Mar 2025
Tender AmountPHP 130 K (USD 2.2 K)

Department Of Agriculture Tender

Food Products
Philippines
Details: Description Section I. Invitation To Bid Da8-services-2025-45 (id No. Bt-25-services-corn-57193-0028) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Corn – 2025 Current Fund Intends To Apply The Sum Of One Million Ninety-nine Thousand Six Hundred Pesos Only (p1,099,600.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “catering For 364 Pax During The Conduct Of Planning Workshop And Assessment Of The Corn Program Cum Mas, Cas, And Pas Consultation Meeting”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Per Schedule. 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. Item Description Qty Estimated Unit Cost Estimated Total Cost Catering For 364 Pax During The Conduct Of Planning Workshop And Assessment Of The Corn Program Cum Mas, Cas, And Pas Consultation Meeting Scope Of Work: Lot 1: 549,800.00 Naval, Biliran – March 27-28, 2025 259,900.00 Day 1: Breakfast: Rice, Boiled Egg, Corned Beef Guisado, Danggit, Mixed Vegatbles, Pineapple , Bottled Water, 3 In 1 Coffee And Milo 85 250 21,250.00 Am Snack: Cheesy Empanada And Canned Juice 86 125 10,750.00 Lunch: Rice,bistek, Fish Sinigang, Mixed Vegetables, Bottled Water And Mango Float 86 425 36,550.00 Pm Snack: Clubhouse Sandwich With Chips And Calamansi Juice 86 125 10,750.00 Dinner: Rice,pork Sisig, Native Chicken Tinola, Pakbet, Bottled Water And Mango Float 86 425 36,550.00 Accommodation 86 875 75,250.00 Day 2: Breakfast: Rice,sunny Side Up, Corned Beef Guisado, Danggit, Mixed Vegetables, Banana,bottled Water, 3 In 1 Coffee And Milo 86 250 21,500.00 Am Snack: Spaghetti With Garlic Bread And Canned Juice 86 125 10,750.00 Lunch: Rice, Chicken Curry, Fish Sinugba, Mixed Veggies, Bottled Water And Buko Salad 86 425 36,550.00 Catbalogan City, Samar – March 25-26, 2025 289,900.00 Day 1: Breakfast: Rice, Sunny Side Up, Skinless Longganisa, Daing Na Bangus, Mixed Vegetables, Bottled Water, 3 In 1 Coffee And Milo 94 250 23,500.00 Am Snack: Bam.e With Garlic Bread And Canned Juice 96 125 12,000.00 Lunch: Rice, Fish Sweet And Sour, Pork Shanghai, Chopsuey, Bottled Water And Mixed Fruits 96 425 40,800.00 Pm Snack: Cheesy Ensaymada And Canned Juice 96 125 12,000.00 Dinner: Rice, Fried Chicken, Beef Steak, Buttered Mixed Veggies, Bottled Water And Buko Salad 96 425 40,800.00 Accommodation 96 875 84,000.00 Day 2: Breakfast Rice,sunny Side Up, Longganisa, Danggit, Vegetable Lumpia, Banana, Bottled Water, 3 In 1 Coffee And Milo 96 250 24,000.00 Am Snack: Clubhouse Sandwich With Chips And Canned Juice 96 125 12,000.00 Lunch: Rice, Pork Humba, Fish Tinola, Chopsuey, Buko Pandan And Bottled Water 96 425 40,800.00 Lot 2: 549,800.00 Maasin City, Southern, Leyte – September 2-3, 2025 259,900.00 Day 1: Breakfast: Rice, Boiled Egg, Corned Beef Guisado, Danggit, Mixed Vegatbles, Pineapple, Bottled Water, 3 In 1 Coffee And Milo 85 250 21,250.00 Am Snack: Siopao And Canned Juice 86 125 10,750.00 Lunch: Rice,bistek, Fish Sweet & Sour,steamed Veggies With Bagoong, Bottled Water And Mixed Fruits 86 425 36,550.00 Pm Snack: Cheese Pimiento,lemonade And Cloud 9 86 125 10,750.00 Dinner: Rice,pork Sisig, Native Chicken Tinola, Pakbet, Bottled Water And Mango Bango 86 425 36,550.00 Accommodation 86 875 75,250.00 Day 2: Breakfast: Rice,sunny Side Up, Luncheon Meat, Danggit, Tortang Talong, Banana,bottled Water, 3 In 1 Coffee And Milo 86 250 21,500.00 Am Snack: Carbonara With Toasted Bread And Canned Juice 86 125 10,750.00 Lunch: Rice, Fried Chicken, Fish Sinugba, Mixed Veggies, Bottled Water And Mixed Fruits In Season 86 425 36,550.00 Borongan City, Eastern Samar – September 4-5, 2025 289,900.00 Day 1: Breakfast: Rice,sunny Side Up, Corned Beef Guisado, Danggit, Mixed Vegetables, Banana,bottled Water, 3 In 1 Coffee And Milo 94 250 23,500.00 Am Snack: Chocolate Cake And Canned Juice 96 125 12,000.00 Lunch: Rice, Fish Sinigang, Fried Pork Ribs , Chopsuey , Bottled Water And Leche Flan 96 425 40,800.00 Pm Snack: Siopao And Canned Juice 96 125 12,000.00 Dinner: Rice,fish Sinugba, Chicken Teriyaki, Pinakbet, Bottled Water And Black Sambo 96 425 40,800.00 Accommodation 96 875 84,000.00 Day 2: Breakfast: Rice, Boiled Egg, Corned Beef Guisado, Danggit, Mixed Vegatbles, Pineapple , Bottled Water, 3 In 1 Coffee And Milo 96 250 24,000.00 Am Snack: Turon With Chips And Canned Juice 96 125 12,000.00 Lunch: Rice, Pork Sinigang, Fish Fillet With Dip, Mixed Veggies, Bottled Water And Mango Float 96 425 40,800.00 Terms And Conditions: 1. Provide Complete Buffet Set Up With Complete Utensils And Drinks; 2. Winning Bidder Must Coordinate With Corn Program Staff (ms. Melba B. Agosto # 0977-792-6685) At Least 7 Days Before The Conduct Of Meetings; 3. Prepare Food In The Venue On Time; 4. Registered Owner Of The Catering Services Must Ensure The Safety Of The Food Served, Failure To Do So Shall Be Deemed Liable Subject To Existing Laws; 5. Winning Bidder Shall Submit A Snapshot Of The Lbp Savings Account To Effect Payment; 6. Payment Shall Be Made Right After The Submission And Approval Of All Documentary Requirements. 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) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 To March 18, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Lot/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On March 05, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 18, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 18, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 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. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Eduardo Romano M. De Veyra, Jd Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Closing Date18 Mar 2025
Tender AmountPHP 1 Million (USD 19.3 K)

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Details: Naval Information Warfare Systems Command (navwar) And Naval Information Warfare Centers (niwc) Atlantic And Pacific Announce The Information Warfare Research Project (iwrp) Consortium Quarterly Industry Day Hosted By Advanced Technology International (ati), The Iwrp Consortium Management Firm, On 13 March 2025, At 0800 Eastern Time. Based On Current Events The Industry Day Will No Longer Take Place At Trident Technical College, The Event Will Now Be Virtual, Please Reach Out To Ati For Additional Information. It Is Anticipated That The Topics May Be The Basis Of Upcoming Requests For Prototype Projects (rpps) To Iwrp Consortium Members. This Is Not An Rpp And Is Intended For Planning Purposes Only. A Project Will Not Be Awarded From This Announcement. In Addition To Rpps, The Government May Present Pre-solicitation Collaborations (pscs) And Technical Collaboration Exchanges (tces). Rpps And Pscs Will Include A Short Brief And One-on-one Breakout Sessions. Tces Consist Of A Short Brief And Round Table Discussions. In Order To Obtain More Information Regarding The Below Projects, You Must Be A Member Of The Iwrp Consortium. For More Information On Becoming An Iwrp Consortium Member, Please Visit Https://www.theiwrp.org. The Purpose Of This Announcement Is To Provide Members Of The Iwrp Consortium, And Industry In General, Advanced Notification Of Government Intent.1.25-pac-3-2694 Attritable Cost Effective Lagrangian Ocean Observation Platform (aceloop) Psc1:description: The Government Anticipates Requiring A Persistent, Wide-area, Multi-modal, Asymmetric, Near-real Time Maritime Situational Awareness Consisting Of Environmental Observations, Contact Reports, And Ocean Activity Characterizations. Conops For Aceloop Is As A Distributed, Adaptable Sensing Network Of Low To Medium Fidelity Sensors On Easily Deployable ~basketball-sized Devices Deployed Primarily Via Ship Capable Of Reporting For ~1 Year. The Objective Is To Monitor Areas In Between Expensive Sensors (e.g. Navy Ships, Expensive Hydrophone Arrays) With Spatiotemporal Coverage Superior To Satellite Sensing, Or Modalities Unsuitable For Remote Sensing. The Primary Functionality Is As A Cost-effective Edge Computing Device Capable Of Processing Mb Or Gb Of Raw Sensor Data Into Contact Reports/summaries/time Series/anomalies That Are Transmitted To A Centralized Location (not Peer-to-peer).2.lant- Simulation-enhanced Visualization Ew Training For Congested, Contested And Denied Environments Tce1:description: The Government Seeks Tools That Enable Warfighters To Understand The Electromagnetic Environment In Which They Operate. The Product Should Include Situational Awareness And Visualization Tools For Realistic And Immersive Training In Congested, Contested, And Denied Electromagnetic Environments. Tools Should Lead To Warfighters’ Increased Knowledge And Skill In Understanding, Protecting, And Employing Ew And Non-kinetic Capabilities. 3.lant- Synthetic Inject To Live Simulations Tce2:description: The Government Seeks To Demonstrate Synthetic Inject-to-live (sitl) Operational Systems. More Specifically, Industry Should Provide Simulations To Stimulate The Training Audience For Enhanced And Realistic Ew Training. A Simulated Contested Environment Should Incorporate All Domains (i.e., Air, Surface, Space, Cyber). Simulations Must Be Designed To Seamlessly Integrate With Live, Virtual, Constructive (lvc) Entities. The Goal Is Multidomain Operations (mdo) Training Across All Warfighter Functions.4.lant- Ew Battlefield Realism Tce3:description: The Government Seeks Low-cost Threat Emitters And Operational-like Systems (e.g., Uas) To Create A Realistic Ew Battlefield For Training. Industry Should Provide Components That Will Enhance Training Environments By Incorporating The Spectrum Clutter Known To Exist On A Contested Multidomain Battlefield. Components To Be Demonstrated May Include Blue / Red Force Signals, Radar Systems, Unattended Ground Sensors (ugs) And Unmanned Ground Vehicles (ugv), And Civilian Communications System (e.g., Cellular Networks, Radio Towers, Tv) Additionally, Demonstrate The Capability To Decoy Or Spoof Signals To Confuse Collection And Physical Targeting Of Collection Systems. 5.lant- Linc Tce4:description: Pmw-200 Is Seeking An Edge Platform As A Service For Hosting Pmw-200 Developed Containerized Applications As Part Of Navy Modernization Objectives. The Edge Platform Will Deploy Ashore As A Connected Small Form Factor Variant And Afloat As A Virtual Variant; Exposing Core Services To Hosted Applications, Able To Connect To Navy/marine Networks And Operate Under Disrupted, Degraded, Intermittent And Low-bandwidth (ddil) Conditions.6.lant- Data Standardization Tce5:description: Pmw 200 Logistics Information Technology (log It) Under The Infrastructure And Interface (i&i) Pillar Is Seeking An Opportunity To Assess Commercial Off The Shelf Products That Address Data Standardization Between Multiple Authoritative Databases, With A Combination Of Logical And Manually Generated Data, Missing Data, And Mis-identified Information.7.lant- Data Interoperability Tce6:description: Pmw 200 Logistics Information Technology (log It) Under The Infrastructure And Interface (i&i) Pillar Is Seeking An Opportunity To Assess Commercial Off The Shelf Products That Address Data Interoperability Between Authoritative Databases From A Verity Of Product Suppliers, Legacy Government Developed Systems, And Commercially Available Off Of The Shelf Products. Data Interoperability Includes Translation Of Data Fields, Overcoming Data Interface Translation Challenges And Dropped Packets.8.lant- Data Movement Tce7:description: Pmw 200 Logistics Information Technology (log It) Under The Infrastructure And Interface (i&i) Pillar Is Seeking An Opportunity To Assess Commercial Off The Shelf Products That Address Data Mobility Between Disparate Data Sources To And From The Cloud, Disconnected Environment, Latency, And Limited Bandwidth Environments. Data Mobility Initiatives Within The I&i Pillar Address Data Agility, Guaranteed Delivery, And Data Accuracy.9.hq/lant- Consolidated Afloat Networks And Enterprise Services (canes) Next Generation Prototype Tce8:description: Program Executive Office (peo) Command, Control, Communications, Computers And Intelligence (c4i) Program Management Warfare 160 (pmw160) Is Seeking Innovative Solutions For The Next Generation Of The Consolidated Afloat Networks & Enterprise Services (canes) System. The Mission Of Canes Is To Provide Highly Scalable Network, Computing, And Enterprise Services Infrastructure Across The Unclas, Secret, Coalition/sr, And Sci Security Classification Enclaves On Afloat Navy Force, Unit, Small, And Submarine Platforms. The Next Generation Of Canes Intends To Improve On Current Designs To Deliver (i) More Efficient And Effective Hardware And Software Installations And Updates, (ii) Increased Reliability, Resilience, And Stability, (iii) Improved Cybersecurity, And (iv) Increased Modularity And Scalability - All Within A Maintainable, Operable, And Sailor-friendly User Environment Which Can Be Installed In Operational Availabilities Of 10 Days Or Less. 10.hq- Satellite Terminal Transportable Non-geostationary (sttng) Submarine Satcom Modem Card Cage (ssmcc) Tce9:description: U.s. Navy Submarines Require A Survivable, Resilient Beyond Line Of Sight (blos) Communications Architecture Which Can Be Achieved By Accessing Multiple Geosynchronous And Non-geostationary Satellite Orbits (ngso) Through Commercial And Dod Architectures. To Meet This Requirement, Pmw/a 170 Is Seeking To Develop A Submarine Satcom Modem Card Cage (ssmcc) Which Will Host Modems And Other Essential Capabilities In The Navy’s Common Submarine Rario Room (csrr) For Blos Ngso And Geosynchronous Satcom. Ssmcc Will Not Include The Antenna Apertures Needed To Communicate Over The Satellite Systems, But Does Include The Necessary Modems, Switches, Routing, And Encryption To Complete The Satellite Terminal Transportable Non-geostationary (sttng) End-to-end Communications Paths. Prospective Vendors Must Consider And Accommodate For Proprietary Modem Hardware In A 3u Vpx Form Factor To Accommodate Constellations From Vendors Such As Starlink And Amazon Kuiper.11.25-lant-2654 Joint Medical Patient Sustainment (jmps) Tool Tce10:description: Due To Their Complexity, Patient Movement Vignettes In Maritime Environments Often Suffer From Inefficiencies In The Planning Stages That Then Trickle Down To Execution. Leveraging An Existing Gots Containerized Application Developed For Operational Logistics Planning Purposes, The Intent Is To Modify This Existing Application’s Capabilities To Suit Medical And Patient Movement Use Cases. This New Prototype Will Address The Inefficiencies And Problems In Planning Medical Transportation Resources, Supply Allocations, And More To Enhance The Warfighter’s Ability To Plan And Ultimately Execute These Vignettes. This Capability Is Needed Across Multiple Joint Branches, And Funding Could Come From Any Or All These Branches. 06 March 2025 Update: Please See The Below Brief Descriptions Of Four (4) Rpps That Will Be Presented At The Industry Day:1. 25-pac-2634 Hf Digital Staring Receiver & Demodulator (hf-dsrd) Rpp 1government Is Seeking A Solution That Will Shrink The Physical Footprint And Power Consumption Aboard Ships By 60% In The Radio Room And Offer 40% More Cyber Secure Data-rate Over Hf Than Ships Currently Use.2. 25-pac-2674 Strategic Information Transmitted Over Hf (sith) Kit Rpp 2in A Satcom Denied Environment, The Challenge Exists To Deliver Critical Data From Dismounted Ashore Warfighters To Supporting Unit Level Ships. The Us Navy Is Interested In Modernizing Shipboard Communication Systems To Support “more Users/more Data” Requirements Coming From Shore And Ensure Its Traverse Across Dod And Nato Networks. The Effort Will Focus On Prototyping Multi-user Hf Capabilities Into Quick-reaction Portable Kits That Can Be Manifested On And Off Unit Level Ships That Safely Inter-connects Into The Ship’s Antenna And Automated Digital Networking Systems For Ensuring Delivery Of Data From Shore.3. 25-pac-2714 Vlf/lf Rf Front-end Chassis And Digital Acquisition System Rpp 3 The Navy’s Very Low Frequency/low Frequency (vlf/lf) Receiver Is Quickly Becoming Obsolete And Much Of The Design Is Limited By Outdated Technology. To Replace The Legacy Receiver, The Navy Needs A New Vlf/lf Software-defined Radio (sdr) Receiver, Based On A Modular Open Systems Approach (mosa) And Using The Latest Commercial Off-the-shelf (cots) Technology. This Project Will Focus On Building And Testing A Prototype "front-end" Hardware That Receives And Digitizes The Entire Vlf/lf Frequency Range For Seamless Integration With A Representative Navy Signal Processing System.4. 25-pac-2734 Very Low Frequency Generation System (vlfgs) Rpp 4to Leverage The Power And Resilience Of Very Low Frequency (vlf) Communication, Particularly In Challenging Environments Where Satellite Communication (satcom) Is Unreliable, A New Effort Will Focus On Developing Compact Vlf Transmitters. By Using Innovative Non-linear Time-invariant (non-lti) Design Concepts, The Goal Is To Create Smaller Transmitters Capable Of Generating Vlf Signals And Explore The Boundaries Of Global Propagation.
Closing Date14 Mar 2025
Tender AmountRefer Documents 

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 : 25nf0030 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay Poblacion 1, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 2. Contract Id : 25nf0031 Contract Name : Construction Of Multi-purpose Building (municipal Building-phase 2), Barangay Pilaring, Pilar, Surigao Del Norte Location Of The Contract: Barangay Pilaring, Pilar, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 3. Contract Id : 25nf0032 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay T. Arlan, Santa Monica, Surigao Del Norte Location Of The Contract: Barangay T. Arlan, Santa Monica, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 4. Contract Id : 25nf0033 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0058+500 – K0060+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 5. Contract Id : 25nf0034 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0041+500 – K0044+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 6. Contract Id : 25nf0035 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0039+500 – K0041+500 Location Of The Contract: San Benito, 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 9,900,000.00, Php 9,900,000.00, Php 9,900,000.00, 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 25nf0030, 25nf0031, 25nf0032, 25nf0033, 25nf0034 & 25nf0035 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 180, 180, 180, 188, 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 Small B & 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 3, 2025 From Given Address And Website/s Below, In The Amount Of Php 10,000.00, Php 10,000.00, Php 10,000.00, 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 11, 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 February 25, 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 3, 2025 To February 25, 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 11, 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 February 25, 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 February 25, 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 February 25, 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 January 31, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 3-9, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date25 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

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 : 25nf0030 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay Poblacion 1, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 2. Contract Id : 25nf0031 Contract Name : Construction Of Multi-purpose Building (municipal Building-phase 2), Barangay Pilaring, Pilar, Surigao Del Norte Location Of The Contract: Barangay Pilaring, Pilar, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 3. Contract Id : 25nf0032 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay T. Arlan, Santa Monica, Surigao Del Norte Location Of The Contract: Barangay T. Arlan, Santa Monica, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 4. Contract Id : 25nf0033 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0058+500 – K0060+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 5. Contract Id : 25nf0034 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0041+500 – K0044+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 6. Contract Id : 25nf0035 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0039+500 – K0041+500 Location Of The Contract: San Benito, 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 9,900,000.00, Php 9,900,000.00, Php 9,900,000.00, 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 25nf0030, 25nf0031, 25nf0032, 25nf0033, 25nf0034 & 25nf0035 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 180, 180, 180, 188, 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 Small B & 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 3, 2025 From Given Address And Website/s Below, In The Amount Of Php 10,000.00, Php 10,000.00, Php 10,000.00, 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 11, 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 February 25, 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 3, 2025 To February 25, 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 11, 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 February 25, 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 February 25, 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 February 25, 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 January 31, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 3-9, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date25 Feb 2025
Tender AmountPHP 9.9 Million (USD 174.2 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 : 25nf0030 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay Poblacion 1, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 2. Contract Id : 25nf0031 Contract Name : Construction Of Multi-purpose Building (municipal Building-phase 2), Barangay Pilaring, Pilar, Surigao Del Norte Location Of The Contract: Barangay Pilaring, Pilar, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 3. Contract Id : 25nf0032 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay T. Arlan, Santa Monica, Surigao Del Norte Location Of The Contract: Barangay T. Arlan, Santa Monica, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 4. Contract Id : 25nf0033 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0058+500 – K0060+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 5. Contract Id : 25nf0034 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0041+500 – K0044+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 6. Contract Id : 25nf0035 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0039+500 – K0041+500 Location Of The Contract: San Benito, 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 9,900,000.00, Php 9,900,000.00, Php 9,900,000.00, 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 25nf0030, 25nf0031, 25nf0032, 25nf0033, 25nf0034 & 25nf0035 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 180, 180, 180, 188, 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 Small B & 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 3, 2025 From Given Address And Website/s Below, In The Amount Of Php 10,000.00, Php 10,000.00, Php 10,000.00, 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 11, 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 February 25, 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 3, 2025 To February 25, 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 11, 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 February 25, 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 February 25, 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 February 25, 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 January 31, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 3-9, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date25 Feb 2025
Tender AmountPHP 9.9 Million (USD 174.2 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 : 25nf0030 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay Poblacion 1, Burgos, Surigao Del Norte Location Of The Contract: Burgos, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 2. Contract Id : 25nf0031 Contract Name : Construction Of Multi-purpose Building (municipal Building-phase 2), Barangay Pilaring, Pilar, Surigao Del Norte Location Of The Contract: Barangay Pilaring, Pilar, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 3. Contract Id : 25nf0032 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay T. Arlan, Santa Monica, Surigao Del Norte Location Of The Contract: Barangay T. Arlan, Santa Monica, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 4. Contract Id : 25nf0033 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0058+500 – K0060+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 5. Contract Id : 25nf0034 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0041+500 – K0044+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 6. Contract Id : 25nf0035 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen – Sta Monica – San Isidro Rd (s00009sg) – K0039+500 – K0041+500 Location Of The Contract: San Benito, 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 9,900,000.00, Php 9,900,000.00, Php 9,900,000.00, 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 25nf0030, 25nf0031, 25nf0032, 25nf0033, 25nf0034 & 25nf0035 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 180, 180, 180, 188, 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 Small B & 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 3, 2025 From Given Address And Website/s Below, In The Amount Of Php 10,000.00, Php 10,000.00, Php 10,000.00, 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 11, 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 February 25, 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 3, 2025 To February 25, 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 11, 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 February 25, 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 February 25, 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 February 25, 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 January 31, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 3-9, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date25 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
5001-5010 of 5212 archived Tenders