Cloud Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Civil Works Others, Machinery and Tools
Philippines
Details: Description Pg-2025-0009: Request For Quotation - Supply And Delivery Of One (1) Unit Desktop Computer For Application Use, For Use In The Finance Section, Dpwh-la Union 1st District Engineering Office, Lingsat, City Of San Fernando, La Union Republic Of The Philippines Department Of Public Works And Highways La Union 1st District Engineering Office Lingsat, City Of San Fernando, La Union, Region I Name Of The Procuring Entity: Dpwh-la Union First Engineering District Request For Quotation No.:___________________________ Revised On: ______________________________ Date:______________________________________________ Standard Form/ Title: Request For Quotation Office/end-user: Construction Section Company Name: ____________________________________________________________________________ Address: __________________________________________________________________________________ Tel No./fax No.: _______________________ Tin No.__________________________ Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10 A.m. Of _____________________________________ ,manually Thru Sealed Envelope, To The Bac Secretariat For Goods, Dpwh La Union First District Engineering Office, Lingsat, City Of San Fernando, La Union. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years For It Equipment From Date Of Acceptance By The End-user. Maria Lucia N. Runes 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. Bac, Chairman 5. G-eps Registration Certificate/mayor's Permit Shall Be Attach Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product, If Applicable. 7. Please Indicate The Brand For Each Items Being Offered. 8. Attach Omnibus Sworn Statement For Abcs Above P50k 9. Attach Income/business Tax Return For Abcs Above P500k 10. The Approved Budget Ceiling For This Procurement Is Php 116,180.00 Item No. Items & Description Qty Unit Unit Price Total Price 1 Desktop Computer For Application Use Unit 1 Specification: Computer Processor And Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Ips Display (same Brand As Cpu); Integrated Graphics Memory Audio: Intergated Sound Card With Internal/external Speaker Expansion Slot: 4-slot On-board, At Least 1 Pci Express Slot Cooling System: Air Cooling System I/o Ports: Minimum Of 6 Usb Slots (at Most 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Intergrated Gigabit Ethernet Casing: Two (2) External Drive Bays Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media.it Must Be Properly Labeled And Virus-free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable It Must Be Lecensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov.ph The Supplies Must Presnt A Certificate As A Certified Direct Partner In The Philippines Total Amount In Figures: Total Amount In Words: Purpose:supply And Delivery Of One (1) Unit Desktop Computer For Application Use, For Use In The Finance Section, Dpwh-la Union 1st District Engineering Office, Lingsat, City Of San Fernando, La Union Brand And Model: ______________________________ Warranty: Delivery Period: ______________________________ Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Noted Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Printed Name / Signature / Date Telephone #: (072)7002938 C/o Bac Secretariat Tel No. / Cellphone No. / E-mail Address Page 1 Of 3 Republic Of The Philippines Department Of Public Works And Highways La Union 1st District Engineering Office Lingsat, City Of San Fernando, La Union, Region I Name Of The Procuring Entity: Dpwh-la Union First Engineering District Request For Quotation No.:___________________________ Revised On: ______________________________ Date:______________________________________________ Standard Form/ Title: Request For Quotation Office/end-user: Construction Section Company Name: ____________________________________________________________________________ Address: __________________________________________________________________________________ Tel No./fax No.: _______________________ Tin No.__________________________ Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10 A.m. Of _____________________________________ ,manually Thru Sealed Envelope, To The Bac Secretariat For Goods, Dpwh La Union First District Engineering Office, Lingsat, City Of San Fernando, La Union. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years For It Equipment From Date Of Acceptance By The End-user. Maria Lucia N. Runes 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. Bac, Chairman 5. G-eps Registration Certificate/mayor's Permit Shall Be Attach Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product, If Applicable. 7. Please Indicate The Brand For Each Items Being Offered. 8. Attach Omnibus Sworn Statement For Abcs Above P50k 9. Attach Income/business Tax Return For Abcs Above P500k 10. The Approved Budget Ceiling For This Procurement Is Php 116,180.00 Item No. Items & Description Qty Unit Unit Price Total Price Accessories Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connection: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) Other Requirements: Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Marketed In Then Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life .the Manufacturer's Certificate Is Required. All Components Must Be Same Brand As The Computer (except For The Webcam, And Headset) And Manufacturer Installed. The Supplier Is Not Allowed To Change Of Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Desktop Computers That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As The Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Is Required To Provide A 1-year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). Total Amount In Figures: Total Amount In Words: Purpose:supply And Delivery Of One (1) Unit Desktop Computer For Application Use, For Use In The Finance Section, Dpwh-la Union 1st District Engineering Office, Lingsat, City Of San Fernando, La Union Brand And Model: ______________________________ Warranty: Delivery Period: ______________________________ Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Noted Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Printed Name / Signature / Date Telephone #: (072)7002938 C/o Bac Secretariat Tel No. / Cellphone No. / E-mail Address Page 2 Of 3 Republic Of The Philippines Department Of Public Works And Highways La Union 1st District Engineering Office Lingsat, City Of San Fernando, La Union, Region I Name Of The Procuring Entity: Dpwh-la Union First Engineering District Request For Quotation No.:___________________________ Revised On: ______________________________ Date:______________________________________________ Standard Form/ Title: Request For Quotation Office/end-user: Construction Section Company Name: ____________________________________________________________________________ Address: __________________________________________________________________________________ Tel No./fax No.: _______________________ Tin No.__________________________ Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10 A.m. Of _____________________________________ ,manually Thru Sealed Envelope, To The Bac Secretariat For Goods, Dpwh La Union First District Engineering Office, Lingsat, City Of San Fernando, La Union. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years For It Equipment From Date Of Acceptance By The End-user. Maria Lucia N. Runes 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. Bac, Chairman 5. G-eps Registration Certificate/mayor's Permit Shall Be Attach Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product, If Applicable. 7. Please Indicate The Brand For Each Items Being Offered. 8. Attach Omnibus Sworn Statement For Abcs Above P50k 9. Attach Income/business Tax Return For Abcs Above P500k 10. The Approved Budget Ceiling For This Procurement Is Php 116,180.00 Item No. Items & Description Qty Unit Unit Price Total Price Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). Technical Support: The Local Technical Support Shall Include Telephone And Email. 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Days. Additional Notes: The Ups (1500va) Shall Be Issued In Bundle With The Desktop Computer For Application Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. X-x-x-x-x Total Amount In Figures: Total Amount In Words: Purpose:supply And Delivery Of One (1) Unit Desktop Computer For Application Use, For Use In The Finance Section, Dpwh-la Union 1st District Engineering Office, Lingsat, City Of San Fernando, La Union Brand And Model: ______________________________ Warranty: Delivery Period: ______________________________ Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Noted Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Printed Name / Signature / Date Telephone #: (072)7002938 C/o Bac Secretariat Tel No. / Cellphone No. / E-mail Address Page 3 Of 3
Closing Date6 Mar 2025
Tender AmountPHP 116.1 K (USD 2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Request For Information Rfi 36c10d25q0058
1.0 Introduction
this Is Not A Solicitation. The Department Of Veterans Affairs (va) Veterans Benefits Administration (vba) Is Issuing This Request For Information (rfi) For Fraud Prevention Services (fps). This Rfi Is Issued Solely For Information And Planning Purposes Only. There Is No Obligation For The Government To Acquire Any Products Or Services Described In This Rfi. In Accordance With The Federal Acquisition Regulations (far) Subpart 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By Vba In Developing Its Acquisition Strategy And Informing, Refining, And Finalizing A Performance Work Statement (pws). Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. Only Electronic Responses To This Rfi Will Be Accepted. The Government Will Not Pay For Any Time Expended Or Information Submitted In Response To This Rfi. Eligibility In Participating In A Future Acquisition Does Not Depend Upon A Response To This Rfi.
2.0 Background
through Its Three (3) Administrations, National Cemetery Administration (nca), Veterans Benefits Administration (vba), And Veterans Health Administration (vha), Veterans Affairs (va) Administers Vital Services To America's Veterans. Va Provides Health Care Services, Benefits Programs, And Access To National Cemeteries For Former Military Personnel And Their Dependents.
the Fundamental Mission Of Vba Is To Provide Veterans, Transitioning Service Members, And Their Families With Benefits And Services Including Education Benefits, Home Loans, Life Insurance, And Disability Compensation Or Pension Benefits. Award Of These Benefits Often Requires Information Gathering From A Multitude Of Third Parties, Government Agencies And Digital Repositories As Well As The Application Of Complex Rules.
within Vba, The Office Of Financial Management (ofm) Provides Strategic Planning, Oversight, And Service Delivery To Proactively Safeguard Veteran Benefits And Promote Fiscal Stewardship. In 2018, The Benefits Delivery Protection & Remediation (bdp&r) Directorate Was Established Under The Ofm Within Vba To Support The Vba Enterprise In Its Efforts To Reduce The Impacts Of Fraud, Waste, And Abuse (fwa) On The Delivery Of Veteran Benefits. Through The Bdp&r Directorate, Vba Has Established A Permanent And Dedicated Resource For Counter-fwa And Risk Management Support To Vba, Including The Lines Of Business (lob) And Staff Offices (so) Responsible For The Delivery Of Benefits And Services Delivered Under The Vba Mission: Compensation Service; Education Service; Insurance Service; Loan Guaranty Service; Medical Disability Examination Office; Office Of Administrative Review; Outreach, Transition And Economic Development; Pension And Fiduciary Service; Strategic Program Management Office; And Veteran Readiness And Employment. Vba Has Embraced A Novel Approach To Risk Management By Investing Resources In Bdp&r To Provide An Extra Layer Of Support To The Lobs And Sos In Developing And Maintaining Internal Controls Over Programs, Operations, And Benefits Delivery. Bdp&r Proactively Partners With The Business Owners To Perform Risk Assessments, Followed By Deep-dive Analyses To Determine Fbonotice Causes Of Risks, And The Development Of New, Or Enhancement Of Existing Internal Controls To Effectively Manage Risks. Bdp&r Does Not Operate From An Oversight And Compliance Position Of Authority; It Is Strictly Collaborative. This Approach Aims To Improve The Vba Ability To Detect, Prevent, And Mitigate Fwa. As Part Of These Duties, Ofm, Bdp&r Contracts For Specific Services To Engage Industry Expertise In Advanced Analytics And Operations.
over The Last Decade, There Have Been Ongoing Efforts To Increase Veteran Self-service Access For Benefits Delivery. As Ease Of Access Is Delivered, It Must Be Balanced With Security Measures To Prevent Fraud Against Veterans, Fraud Against The Va, And To Ensure Sound Fiscal Stewardship Over Taxpayer Dollars. Modern Technology, Including Artificial Intelligence (ai), Will Advance The Vba S Ability To Deliver Services And Benefits To Veterans, And Also Enable The Va To Respond To Bad Actor Fraud More Aggressively. It Is Estimated Agencies Lose An Average Of Between 3 And 7 Percent Of Obligated Funds Annually To Bad Actor Fraud. Additional Losses Are Derived Through Waste, Improper Payments, And Abuse. Bdp&r Seeks Innovative Solutions To Identify, Mitigate, And Eliminate Fwa.
this Request For Information (rfi) Describes Bdp&r Requirements For Contractor Support Related To Fwa Awareness, Prevention, And Remediation Services. In Addition, The Purpose Of The Rfi Is To Engage Industry Vendors With Expert Knowledge And Extensive Experience As Well As With Credibility In Addressing And Mitigating Fwa Risks. The Government Seeks Innovative Solutions From Industry To Protect Veteran Benefits From Fwa.
the Va/vba Plans To Hold A Virtual Rfi Industry Day In Support Of This Rfi And Will Provide An Overview Presentation. The Virtual Industry Day Will Be Held On Tuesday June 3, 2025, Between 2:00 Pm 3:00 Pm Eastern Time. Please View The Following Information For Attending The Event:
register Link: Https://veteransaffairs.webex.com/weblink/register/rd8e7f85704d7eb23a7a6be75092df2cf
join Link:
https://veteransaffairs.webex.com/veteransaffairs/j.php?mtid=m34afd0738b822e3ed884385469420f4d
webinar Number: 2829 039 3119
webinar Password: M8utxqzp?67 (68889797 When Dialing From A Phone Or Video System)
join By Phone: 14043971596 Usa Toll Number
access Code: 2829 039 3119
3.0 Information Sought
the Government Is Seeking The Following Information To Be Provided By The Vendors When Responding To The Rfi:
company Information
capability Statement
answers To Questions
draft Statement Of Objective (soo) Comments
3.1 Company Information
rfi Respondents Shall Provide The Following Information:
company Name
company Address
company Point Of Contact (name, Address, Telephone Number, Email Address)
unique Entity Identifier (uei)
naics Codes And Business Size For Naics Code 541611 - Identify If Your Company Has Any Of The Following Business Concern Statuses (include All That Apply): Small Business (sb); Certified Small Business Administration (sba) 8(a) Firm; Small Disadvantaged Business (sdb); Service-disabled, Veteran-owned Small Business (sdvosb); Veteran-owned Small Business (vosb); Economically Disadvantaged Women-owned Small Business (edwosb); Woman-owned Small Business (wosb); Historically Underutilized Business Zone (hubzone) Small Business; Large Business
existing Multiple Award Contract (mac) Vehicles Currently Held By Your Company (examples May Include General Service Administrations (gsa) Schedules, Government-wide Acquisition Contracts (gwacs), Indefinite Delivery Contracts (idcs), Blanket Purchase Agreements (bpas)) Available For Government Use. For Each Mac Vehicle Provide:
vehicle Name
vehicle Number
date Of Award
expiration Date
3.2 Capability Statement
rfi Respondents Shall Provide A Capability Statement With An Overview Of The Company S Capabilities To Fulfill The Requirements Of The Attached Soo. Overview Should Include But Not Be Limited To:
details Regarding Proposed Joint Ventures, Teaming Arrangements, Strategic Alliances, Or Other Business Arrangements To Satisfy Requirements Of The Entire Soo.
description Of The Company S Resources Available And Capable Of Completing The Work Under The Soo.
explanation Of What Experience Providing Services Similar In Size, Scope, And Complexity Of The Fps Soo The Company Has.
list Of Specific Contracts In The Government Or Industry Where The Vendor Provided Similar Services On The Same Scale And Provide Agency / Company Name, Contract Number, Contract Period Of Performance And Contract Dollar Value.
3.3 Answers To Questions
rfi Respondents Shall Provide Answers To The Questions Provided In Section 5.0 Of This Rfi. Rfi Respondents Are Requested To Address Each Question. Questions That Do Not Apply To Rfi Respondents Or Rfi Respondents Cannot Provide Answers To Shall Be Addressed By Marking These Questions With N/a .
3.4 Draft Soo Comments/questions
rfi Respondents Shall Provide Comments/questions On The Soo In The Following Table Format:
comment #
soo Page #
soo Section #
comment
the Comments/questions May Include Recommended Changes, Noted Errors, Inconsistencies, Ambiguities, Areas Requiring Further Clarifications Or Higher Level Of Detail, Etc. Where Possible, The Vba Will Address These Questions During The Virtual Industry Day Webinar Referenced Above.
4.0 Submission Instructions
response Submissions To This Rfi Are Due No Later Than May 19, 2025, 3:00 Pm Eastern Time And Shall Be Submitted To Gregory.stevens@va.gov The Email Subject Line Must Contain The Following: Response To Rfi 36c10d25q0058. Vba Reserves The Right To Not Reply To Any Emails, Responses, Questions, And Materials Submitted In Response To The Rfi. Mark Your Response As Proprietary Information If The Information Included Is Considered To Be Business Sensitive And/or Includes Trade Secrets. Rfi Responses Shall Not Exceed 30 Pages Total. Responses Shall Be Prepared In Microsoft Word With Standard 8.5 X 11-inch Page Format (charts May Be Landscaped But Must Be On 8.5 X 11-inch Page Format) And Shall Be In Times New Roman, Font Size (12), With 1 Margins. All Page Format Of The Response Shall Be Appropriately Numbered And Identified With The Rfi Number. The Email File Size Limitation Shall Be No More Than 40mb.
5.0 List Of Questions
1) Please Describe Your Company S Strategy To Address The Full Scope Of Work, To Include Risk Management, Solution Management, Incident And Event Management, And Education And Outreach And Communication Support Services As Outlined In The Statement Of Objectives (soo). Please Describe Any Relevant Experience Within The Government Or Industry That Demonstrates Your Capabilities In Each Service Area. How Would You Address Any Gaps In Your Service Offerings?â â
2) Please Describe Innovations You Have Employed On Other Projects And How Those Innovations Differentiate Your Company From Others In Regard To The Types Of Services Outlined In The Soo.
3) Please Outline The Experience Your Company Has In Scaling, Making Recommendations, And Incorporating Continuous Improvement Principles To Enable Service Delivery And Achieving Objectives In The Soo.
4) Please Describe Your Company S Approach To Quality Assurance, Employing Performance Metrics, And Your Success In Meeting Quality Assurance Surveillance Plan (qasp) Performance Objectives On Similar Efforts.
â
5) Please Describe Your Company S Approach To Independently Conducting Research And Providing Periodic Assessments For Dynamic Threat Vectors, And How That Research Informs The Recommendations To The Government For Solutions That Address Benefits Fraud And Reducing Waste And Abuse.
6) Please Describe Your Approach To Curb Financial Crimes That Impact Veterans As Well As Your Engagement With Private Industry, Fraud Prevention Groups, And Stakeholders To Provide And Implement Preventive Solutions In Support Of The Government.
7) What Is Your Company S Approach For Proposing And Implementing Evolving Technologies Such As Machine Learning, Natural Language Processing, Robotic Processing ( Bots ) Or Full Artificial Intelligence To Drive Automation For Solutions?â â how Do You Ensure These Technologies Remain Current And Effective? Can You Provide Any Examples Of Successful Integrations In Similar Projects?
8) What Specialized Qualifications Does Your Company Recommend Enabling Service Delivery In The Areas Of Data Science, Predictive Analytics, And Forensic Analyses To Include The Areas Of Risk Management And Stakeholder Communications For Fraud, Waste, And Abuse?
â â
9) Please Describe Your Company S Experience With Protecting Personally Identifiable Information (pii) And Protected Health Information (phi) When Utilizing Large Databases And Processing Transactional Activities Associated With Tracking Source Materials Locally And Remotely In A Secure Environment. How Do You Stay Current With Evolving Data Protection Regulations And Threats? Include Details On Your Disaster Recovery And Business Continuity Plans.â
10) The Government Will Be Migrating From A Manual Capability To A Federal Risk And Authorization Management Program (fedramp) Compliant Cloud Computing Environment. Contractors Will Be Required To Analyze Large Volumes Of Data Residing In Systems Maintained By The Veterans Benefits Administration (vba). Please Describe Your Company S Approach To Advising The Government In The Areas Of Sizing, Configuration, System Interfaces, Optimization, And Compliance Assurance, And In Obtaining Authorities To Operate (atos) In New Environments.
11) Please Describe Any Experiences With Electronic Business Process Reengineering And Integration Based On Complex Multi-level Processing Rules. Please Describe The Pricing Structures Used (e.g., Transaction-based; Quantity-based; Price-banding Based On Volume; Price-banding Based On Complexity; Etc.).â â how Do You Ensure Fairness And Transparency In These Pricing Structures?
12) What Recommendations Would Your Company Make Regarding Pricing Structures For These Types Of Services?â â how Do These Recommendations Align With Government Best Practices And Regulations While Allowing Flexibility In Service Delivery?
6.0 Attachments
attachment 1 - Draft Statement Of Objectives (veterans Affairs Fraud Prevention Services Soo)
Closing Date19 May 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0085 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay Songkoy, Socorro, Surigao Del Norte Location Of The Contract: Barangay Songkoy, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0086 Contract Name : Construction Of Multi-purpose Building Barangay Sta. Paz, San Isidro, Surigao Del Norte Location Of The Contract: Barangay Sta. Paz, San Isidro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 3. Contract Id : 25nf0087 Contract Name : Construction Of Road Slope Protection Structure Along Nrj Don Paulino-bingag-osmena Phase 2, Dapa, Surigao Del Norte Location Of The Contract: Dapa, Surigao Del Norte Brief Description : Roads: Construction - Slope Protection Using Structural Measures Approved Budget For The Contract (abc): Php 144,750,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0088 Contract Name : Construction Of Road Slope Protection Structure Along Nrj Don Paulino-bingag-osmena Phase 3, Dapa, Surigao Del Norte Location Of The Contract: Dapa, Surigao Del Norte Brief Description : Roads: Construction - Slope Protection Using Structural Measures Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 120 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0089 Contract Name : Cluster 2025 – 5 1. Repair/maintenance Of Asinan Bridge, Pilar, Surigao Del Norte Sub Abc = Php 22,950.00 2. Repair/rehabilitation/reblocking Along Jct. Del Carmen-sta. Monica-san Isidro Road (s00009sg) K00045-700-k00045+850 Sub Abc = Php 706,256.50 3. Installation Of Concrete Kilometer Post Along Jct. Del Carmen -sta. Monica – San Isidro Road (s00009sg) And Jct. Osmena-pilar Road (s00023sg) Sub Abc = Php 130,220.50 4. Repair/maintenance (reblocking) Along Jct. Osmena-pilar Road (s00023sg) K0019+700-k19+713.5(ll), K0019+749.5-k0019+781(ll), Along Jct. Nat’l Rd. -antipolo-tuburan-quezon-mabini Road (s00038sg), K0010+600-k0010+700(bl) Sub Abc = Php 382,487.50 5. Repair/maintenance Of Road Slip Slong Jct. Del Carmen – Sta. Monica – San Isidro Road (s00009sg) Sub Abc = Php 955,500.00 6. Repair/maintenance Of Roadslip Along Jct. Osmeña-pilar Road (s00023sg), K0019+800 – K0019+820 (ls) Sub Abc = Php 228,000.00 7. Repair/maintenance Of Road Slip Along Jct. Del Carmen – Sta. Monica – San Isidro Road (s00009sg), K0038+0.13.6 – K0038+034 (ls), K0038+0.81.9 – K0038+104 (ls), K0038+173 – K0038+180.6 (ls) Sub Abc = Php 661,125.00 8. Repainting Of Mabua Bridge, Burgos, Siargao Island, Surigao Del Norte Sub Abc = Php 15,300.00 Location Of The Contract: Siargao Island, Surigao Del Norte Brief Description : Roads: Maintenance Approved Budget For The Contract (abc): Php 3,101,839.50 Source Of Funds : Fy 2025 Contract Duration : 60 Calendar Days Bid Document Fee : Php 5,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00, Php 4,950,000.00, Php 144,750,000.00, Php 96,500,000.00 & Php 3,101,839.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0085, 25nf0086, 25nf0087, 25nf0088 & 25nf0089 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150, 150, 150, 120 & 60 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 June 11, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00, Php 5,000.00, Php 50,000.00, Php 50,000.00 & Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On June 18, 2025 At 1:30 Pm At Dpwh Building (training Hall), 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 July 1, 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 June 11, 2025 To July 1, 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 June 18, 2025 At 1:30 P.m. Dpwh Building (training Hall), 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 July 1, 2025 At 10:00 A.m. (a) Dpwh Building (training Hall), 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 July 1, 2025 At 10:01 A.m. Dpwh Building (training Hall), 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 July 1, 2025 At 10:01 Am At Dpwh Building (training Hall) 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 June 10, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: June 11-17, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date1 Jul 2025
Tender AmountPHP 144.7 Million (USD 2.5 Million)
City Of Tayabas Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-017 Supply And Delivery Of Drugs And Medicines (1st Quarter) - City Health Office 1.the City Government Of Tayabas, Through The General Fund 2025 Intends To Apply The Sum Two Million Three Hundred Sixteen Thousand Forty-two Pesos And 89/100 (php 2,316,042.89) Being The Abc To Payments Under The Contract For Project # 25-017 Supply And Delivery Of Drugs And Medicines (1st Quarter) - City Health Office. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Ten (10) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 (tuesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6.the City Government Of Tayabas Will Hold A Pre-bid Conference[] On January 28, 2025 (tuesday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 10, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On February 10, 2025 (monday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11.the City Government Of Tayabas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Procurement Of Drugs & Medicines Supplies 1st Quarter 2025 1. Boxes Aluminum Hydroxide + Magnesium Hydroxide 200 Mg + 100 Mg Table, 100/box 10 2. Boxes Amoxicillin 500 Mg Capsule, 100/box 98 3. Boxes Ascorbic Acid (vitamin C) 500 Mg Tablet, 100/box 119 4. Boxes Azithromycin 500mg Tablet 3's/pack 94 5. Boxes Calcium Carbonate 500 Mg Tablet 100's/box 420 6. Boxes Cefalexin 500 Mg Capsule 100's/box 93 7. Boxes Cefixime 200mg Tablet 100/box 15 8. Boxes Cefuroxime 500 Mg Tablet (as Axetil) 100's/box 51 9. Boxes Celecoxib 200 Mg Capsule 100's/box 30 10. Boxes Cetirizine 10 Mg Tablet (as Dihydrochloride) 100's/box 59 11. Boxes Clindamycin 300mg Capsule 100/box 6 12. Boxes Clonidine 75 Mcg Tablet (as Hydrochloride) 100's/box 11 13. Boxes Clopidogrel 75 Mg Tablet 100's/box 51 14. Boxes Cloxacillin 500 Mg Capsule 100's/box 126 15. Boxes Co-amoxiclav (amoxicillin + Potassium Clavulanate) 500mg (as Trihydrate) + 125 Mg Tablet 100's/box 112 16. Boxes Erythromycin 500 Mg Tablet 100's/box 10 17. Boxes Ethinylestradiol Levonorgestrel 30mcg/125mcg Ferrous Fumarate 75mg 388 18. Boxes Ferrous Sulfate + Folic Acid 60 Mg Elimental Iron + 400 Mcg Folic Acid Tablet 100's/box 838 19. Boxes Folic Acid 5 Mg Tablet 100''s/box 53 20. Boxes Hyoscine 10 Mg Tablethyoscine 10 Mg Tablet 100's/box 11 21. Boxes Ibuprofen 200mg Tablet 100's/box 22 22. Boxes Ipratropium+salbutamol 500 Mcg (as Bromide Anhydrous) + 2.5 Mg(as Base) X 2.5 Ml (unit Dose) Respiratory Solution 30's/box 24 23. Boxes Isoxsuprine 10 Mg Tablet100's/box 9 24. Boxes Lagundi 600mg 100's/box 38 25. Boxes Loratidine 10 Mg Tablet 100's/box 18 26. Boxes Mefenamic Acid 500 Mg Capsule100's/box 110 27. Boxes Methyldopa 250 Mg Tablet 100's/box 18 28. Boxes Metronidazole 500 Mg Tablet 100's/box 13 29. Boxes Montelukast 4mg Chewable Tablet 100's/box 10 30. Boxes Montelukast 10mgtablet 100's/box 15 31. Boxes Multivitamins Tablet 100's/box 387 32. Boxes Naproxen Sodium 550mg Tablet 100's/box 8 33. Boxes Omeprazole 20mg Capsule 100's/box 32 34. Boxes Oral Rehydration Salts (ors 75 Replacement) 20.5g Sachet 25's/box 53 35. Boxes Oxytocin 10 Iu/ml 1 Ml Ampule 10's/box 13 36. Boxes Paracetamol 500 Mg Tablet 100's/box 49 37. Boxes Phytomenadione (phytonadione, Vitamin K1) 10 Mg/ml, 1 Ml Solution For Injection Ampule, 10/box 13 38. Boxes Salbutamol 2mg/ 2.5 Ml (unit Dose) Nebule (as Sulfate) 30's/box 24 39. Boxes Tranexamic Acid 500 Mg Tablet 100's/box 92 40. Boxes Vitamin B1 B6 B12 100mg+5mg+50mcg Tablet 100's/box 93 41. Boxes Vitamin A 100,000 Iu 100's/box 13 42. Boxes Vitamin A 200,000 Iu 100's/box 25 43. Boxes Omeprazole 20mg Capsule 100's/box 19 44. Bottles Aluminum Hydroxide + Magnesium 225mg + 200 Mg/5ml, 120ml Suspension 23 45. Bottles Amoxicillin 100 Mg/ml, 15 Ml Oral Drops 124 46. Bottles Amoxicillin 250 Mg/5 Ml, 60 Ml Oral Suspension 223 47. Bottles Cefalexin 250 Mg/5 Ml, 60 Ml Syrup Bottle 236 48. Bottles . Cloxacillin 250 Mg/5 Ml, 60 Ml Oral Solution Bottle 184 49. Bottles Co-amoxiclav (amoxicillin + Potassium Clavulanate) 400 Mg (as Trihydrate) + 57mg/5ml 70 Ml Suspension 134 50. Bottles Diphenhydramine 12.5mg/5ml - 60 Ml 6 51. Bottles Ferrous Salt (e Quiv. To 15 Mg Elemental Iron)/0.6 Ml, 15 Ml Oral Drops 13 52. Bottles Ferrous Salt (equiv. To 30 Mg Elemental Iron)/5 Ml, 60 Ml Syrup 13 53. Bottles Ibuprofen 100mg/5ml 60 Ml Syrup Suspension 27 54. Bottles Lagundi 300mg/5ml 120ml Syrup 127 55. Bottles Metronidazole 125 Mg/5 Ml, 60 Ml Oral Suspension Bottle 23 56. Bottles Multivitamins Per 1 Ml, 15 Ml Oral Drops Bottle 259 57. Bottles Multivitamins Per 5 Ml, 120 Ml Syrup Bottle 533 58. Bottles Paracetamol 100mg/ml, 15ml Drops 144 59. Bottles Paracetamol 250 Mg/5 Ml, 60 Ml Syrup Bottle 246 60. Bottles Salbutamol 2mg/5ml, 60 Ml Syrup (as Sulfate) 21 61. Bottles Sterile Water For Injection 100 Ml Bottle 8 62. Bottles Ascorbic Acid (vitamin C) 100mg/5ml, 60ml Syrup Bottle 6 63. Bottles Cefalexin 100 Mg/ml ,10ml Oral Drops Bottle 6 64. Bottles Cefuroxime 250mg/5ml, 50ml Oral Suspension Bottle 6 65. Bottles Cetirizine 5 Mg/5 Ml, 30ml Syrup Bottle 6 66. Bottles Loratidine Syrup 5mg/5ml, 30ml 6 67. Bottles Multivitamins Per 5ml, 60ml Syrup Bottle 6 68. Ampules Epinephrine (adrenaline) 1 Mg/ml, 1 Ml Solution For Injection Ampule 10 69. Carpules Lidocaine 2%, 1.8 Ml Carpule (with Epinephrine) 2502 70. Ampules Medroxyprogesterone 150 Mg/ml, 1 Ml Suspension For Injection Vial 275 71. Ampules Methylergometrine (methylergonovine) 200 Mcg/ml, 1 Ml Solution For Injection Ampule 10 72. Ampules Vaccine, Tetanus Toxoid 40 Iu (5 Lf)/0.5 Ml,0.5ml Suspension For Injection Ampule 1110 73. Tubes Clobetasol 0.05% 5g Cream Tube 8 74. Tubes Erythromycin Eye Ointment 0.5% 3.5g Tube 26 75. Tubes Fusidate Sodium/fusidic Acid Cream 2% 5g Tube 85 76. Tubes Hydrocortisone 1%, 5g Cream Tube 8 77. Tubes Ketoconazole 2% (20 Mg/g), 15 G Cream Tube 8 78. Tubes Mupirocin 2%, 5g Ointment Tube 9 79. Tubes Silver Sulfadiazine 1%, 15 G Cream Tube 34 80. Pcs Fluticasone + Salmeterol 250 Mcg + 25 Mcg, 120 Actuation Metered Dose Inhaler 17 81. Tablets Fixcom4: Rifampicin 150mg/isoniazid 75mg/pyrazinamide 400mg/ Ethambutolk 275mg 14000 82. Tablets Hr Duo: Rifampicin 150mg/ Isoniazid 75mg 14000 Please Provide The Following Upon Delivery For · Updated Certificate Of Product Registration (cpr) · Updated Product Analysis Result/report · Expiration Must Be 18 Months And Above · Updated License To Operate (lto) · Certificate Of Good Manufacturing Practices From Fda · Batch Release Certificate From Fda · If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product/item · License To Operate Form Fda With List Of Sources (whether It Is A Manufacturer, Importer, Seller Or Distributor) · Delivery Receipt/invoice Bearing Lot Nos. And Expiry Dates Of The Drugs And Medicines January 21, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date10 Feb 2025
Tender AmountPHP 2.3 Million (USD 39.9 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
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 : 25nf0036 Contract Name : Construction Of Multi-purpose Building, Barangay Del Carmen, San Isidro, Surigao Del Norte Location Of The Contract: Barangay Del Carmen, San Isidro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0037 Contract Name : Construction Of Multi-purpose Building, Barangay Salog, Socorro, Surigao Del Norte Location Of The Contract: Barangay Salog, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 3. Contract Id : 25nf0038 Contract Name : Construction Of Multi-purpose Building, Barangay Poblacion 12, Dapa, Surigao Del Norte Location Of The Contract: Poblacion 12, Dapa, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 4. Contract Id : 25nf0039 Contract Name : Construction Of Multi-purpose Building (barangay Hall), Barangay Poblacion 2, General Luna, Surigao Del Norte Location Of The Contract: Barangay Poblacion 2, General Luna, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 5. Contract Id : 25nf0040 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium) Barangay Talisay, San Benito, Surigao Del Norte Location Of The Contract: Barangay Talisay, San Benito, 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 : 240 Calendar Days Bid Document Fee : Php 10,000.00 6. Contract Id : 25nf0041 Contract Name : Replacement Of Permanent Weak Bridge, Maasin Br. (b00012sg) Along Jct. Osmeña-pilar Rd. Location Of The Contract: Maasin, Pilar, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 20,903,400.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 242 Calendar Days Bid Document Fee : Php 25,000.00 7. Contract Id : 25nf0042 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay Sudlon, Socorro, Surigao Del Norte Location Of The Contract: Brgy. Sudlon, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 8. Contract Id : 25nf0043 Contract Name : Construction Of Multi-purpose Building (barangay Hall), Barangay Consuelo, General Luna, Surigao Del Norte Location Of The Contract: Barangay Consuelo, General Luna, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 9. Contract Id : 25nf0044 Contract Name : Preventive Maintenance – Tertiary Roads Dapa-union-gen. Luna Rd Phase 2 (s00366sg) – K0017+500 – K0020+420 Location Of The Contract: Gen Luna, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 151 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00, Php 4,950,000.00, Php 4,950,000.00, Php 4,950,000.00, Php 9,900,000.00, Php 20,903,400.00, Php 4,950,000.00, Php 4,950,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0036, 25nf0037, 25nf0038, 25nf0039, 25nf0040, 25nf0041, 25nf0042, 25nf0043 & 25nf0044 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150, 150, 150, 150, 240, 242, 150, 150 & 151 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 11, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00, Php 5,000.00, Php 5,000.00, Php 5,000.00, Php 10,000.00, Php 20,000.00, Php 5,000.00, Php 5,000.00 & 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 18, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 4, 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 11, 2025 To March 4, 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 18, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 4, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 4, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 4, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 10, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 11-17, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date4 Mar 2025
Tender AmountPHP 9.9 Million (USD 170.6 K)
Philippine Coconut Authority Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description “annex A” Terms Of Reference Project: Supply And Delivery Of Various Ict Equipment And Peripherals Location: Pca Central Office R&d Bldg., Diliman, Quezon City I. Scope Of Work Supply And Delivery Of Various Ict Equipment And Peripherals: Lot 1 – One (1) Pc 3 In 1 Printer (49,9000.00) - Print Speed Of Up To 25.0 Ipm - Prints Up To A3+ (for Simplex) - Automatic Duplex Printing - Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) - Wi-fi, Wi-fi Direct, Ethernet - Epson Connect (epson Iprint, Epson Email Print And Remote Print Driver, Scan To Cloud) Lot 2 – Three (3) Pcs External Drive 1tb (15,000.00) Lot 3 – Two (2) Pcs Universal Outlet Extension Cord With Switch 7 Meters (1,400.00) Lot 4 – Five (5) Universal Socket Adapter (300.00) Lot 6 – One (1) Pc Laptop Unit (65,000.00) Processor - Intel® Core™ Ultra 7 Processor 155h 1.4 Ghz (24mb Cache, Up To 4.8 Ghz, 16 Cores, 22 Threads); Intel® Ai Boost Npu Up To 11tops - Intel® Core™ Ultra 5 Processor 125h 1.2 Ghz (18mb Cache, Up To 4.5 Ghz, 14 Cores, 18 Threads); Intel® Ai Boost Npu Up To 11tops - Intel® Arc™ Graphics - *intel® Arc™ Graphics Is Only Available In Models With Intel® Core™ Ultra 9-185h/ Ultra 7-155h/ Ultra 5-125h Processors And At Least 16 Gb Of Dual-channel Memory. Neural Processor - Intel® Ai Boost Npu Up To 11tops Display - 14.0-inch, 3k (2880 X 1800) Oled 16:10 Aspect Ratio, 0.2ms Response Time, 120hz Refresh Rate, 400nits, 600nits Hdr Peak Brightness, 100% Dci-p3 Color Gamut, 1,000,000:1, Vesa Certified Display Hdr True Black 600, 1.07 Billion Colors, Glossy Display, 70% Less Harmful Blue Light, Tüv Rheinland-certified, Sgs Eye Care Display, Non-touch Screen, (screen-to-body Ratio)87% Memory - 16gb Lpddr5x On Board - *supports Dual-channel Memory. Battery - 75whrs, 2s2p, 4-cell Li-ion Power Supply - Type-c, 65w Ac Adapter, Output: 20v Dc, 3.25a, 65w, Input: 100-240v Ac 50/60ghz Universal Physical Characteristics: - Dimension (wxdxh) 31.24 X 22.01 X 1.49 – 1.49 Cm (12.30” X 8.97”x0.59” – 059”) - Weight Around 1.20 Kg (2.65lbs) Lot 7 Three (3) Desktop (147,000.00) - Processor: At Least 8 Core (16 Gb) - Ram: 2x 8 (16gb) Ddr5 - Storage: 1tb M.2 Nvme Ssd - Psu: 600 Watts 80 Plus Gold - Gpu: At Least 6gb Gddr6 Memory - Motherboard: Bx60 (intel) Or Bx50 (amd) Chipset - Monitor: 1920x 1080p 24” Ips 60hz Display 5ms Response Time - Peripherals: Keyboard, Mouse, Avr Lot 8 Three (3) Monitor (45,000.00) - Specification: 1920 X 1080p 24” Ips 60hz Display 5ms Response Time Lot 9 Three (3) All In One Printer (27,000.00) - Print Method: - On-demand Inkjet (piezoelectric) - Printer Language: - Esc/p-r, Esc/p Raster - Nozzle Configuration: - 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) - Maximum Resolution: - 5760 X 1440 Dpi - Automatic 2-sided Printing: - Photo Default - 10 X 15 Cm / 4 X 6 " *1: - Approx. 69 Sec. Per Photo (border) / 90 Sec Per Photo (borderless)*2 - Draft, A4 (black / Colour): - Up To 33.0 Ppm / 15.0 Ppm*2 - Iso 24734, A4 Simplex (black / Colour): - Up To 10.0 Ipm / 5.0 Ipm*2 - First Page Out Time From Ready Mode (black / Colour): - Approx. 10 Sec / 16 Sec.* - Scanner Type: - Flatbed Colour Image Scanner - Sensor Type: - Cis - Optical Resolution: - 600 X 1200 Dpi - Maximum Scan Area: - 216 X 297 Mm - Scanner Bit Depth (colour): - 48-bit Input, 24-bit Output - Scanner Bit Depth (grayscale): - 16-bit Input, 8-bit Output - Scanner Bit Depth (black & White): - 16-bit Input, 1-bit Output - Maximum Copies From Standalone: - 20 Copies - Maximum Copy Resolution: - 600 X 600 Dpi - Maximum Copy Size: - A4, Letter - Iso 29183, A4 Simplex (black / Colour): - Up To 7.0 Ipm / 1.7 Ipm Lot 10 Two (2) Laptop (98,000.00) - Processor - Amd Ryzen 5 5500u (6c / 12t, 2.1 / 4.0ghz, 3mb L2 / 8mb L3) - Graphics - Integrated Amd Radeon Graphics - Chipset - Amd Soc Platform - Memory - 8gb Soldered Lpddr4x-4266 - Memory Slots - Memory Soldered To Systemboard, No Slots, Dual-channel - Max Memory - 8gb Soldered Memory, Not Upgradable - Storage - 512gb Ssd M.2 2242 Pcie 3.0x4 Nvme - Storage Support - One Drive, Up To 1tb M.2 2242 Ssd - Card Reader - Microsd Card Reader - Optical - None - Audio Chip - High Definition (hd) Audio, Realtek Alc3287 Codec - Speakers - Stereo Speakers, 2w X2, Optimized With Dolby Atmos - Camera - Fhd 1080p & Ir With Privacy Shutter - Microphone - 2x, Array - Battery - Integrated 59wh - Max Battery Life - Mobilemark 2018@200nits: 13.5 Hr Local Video (1080p) Playback@150nits: 17 Hr - Power Adapter - 45w Usb-c (3-pin) - Design - Display - 13.3" Wuxga (1920x1200) Ips 300nits Glossy, 100% Srgb, Dolby Vision, Touch - Touchscreen - 10-point Multi-touch - Keyboard - Backlit, English - Case Color - Dark Teal - Surface Treatment - Aluminium Stamping (anodized) - Case Material - Aluminium (top), Pc + Abs (bottom) - Pen - Lenovo Digital Pen - Dimensions (wxdxh) - 304 X 218 X 17.45 Mm (11.97 X 8.58 X 0.69 Inches) - Weight - Starting At 1.37 Kg (3.02 Lbs) - Software - Operating System Lot 11 One (1) 2-in-1 Laptop Computer (68,000.00) - Processor: Intel Core Ultra 7 155u (up To 4.8 Ghz With Intel Turbo Boost Technology, 12mb L3 Cache, 12 Cores, 14 Threads) - Chipset: Intel Integrated Soc - Memory: 16gb Lpddr5-6400 Mhz Ram (onboard) - Hard Drive: 1tb Pcle Gen4 Nvme? M.2 Ssd - Odd: N/a - Operating System: Window 11 - Battery: 3-cell, 59 Wh Li-ion Polymer - Lcd: 35.6 Cm (14”) Diagonal, 2.8k (2880 X 1800), Oled, Multitouch-enabled, 48-120 Hz, 0.2 Ms Response Time, Uwva, Edge-to-edge Glass, Micro-edge - Graphics: Intel Graphics - Dimensions 11.75 X 8.46 X 0.63 In - Weight 2.90lb - Wlan: Intel Wi-fi 7 Be200 (2x2) And Bluetooth 5.4 Wireless Card - Bluetooth: Yes - Ports: 2 Thunderbolt 4 With Usb4? Type-c 40gbps Signaling Rate (usb Power Delivery, Displayport? 1.4, Hp Sleep And Charge) - 1 Superspeed Usb Type-a 10gbps Signaling Rate (hp1 Sleep And Charge) - 1 Superspeed Usb Type-a10gbps Signaling Rate - 1 Headphone/microphone Combo - Audio: Dual Speakers; Audio By Bang & Olufsen - Special Features: Energy Star Certified; Epeat Gold Registered; Office Home & Student Preinstalled With Pen - Color(s) Meteor Silver Lot 12 One (1) Heavy Duty Scanner (40,000.00) - Scanner Type: - A4 Sheet-fed, One-pass Duplex Colour Scanner - Sensor Type: - Contact Image Sensor (cis) - Scanning Method: - Fixed Carriage & Moving Document - Light Source: - Rgb Led - Optical Resolution: - 600 X 600 Dpi *1 - Output Resolution: - 50 - 1,200 Dpi (in 1 Dpi Increments) - Bit Depth: - Each Colour (rgb): 10bit Input / 8bit Output - Min Document Size: - 50.8 X 50.8 Mm - Max Document Size: - 215.9 X 6,096 Mm - Supported Paper Weight: - 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) - Adf Capacity: - 100 Sheets (80g/m2) - Daily Scan Volume: - Up To 14,000 Sheets / Day - Multi-feed Detection: - Ultrasonic Sensor And Length Detection - Interface: - Usb 3.0 - Supported Os:windows Xp / Vista / 7 / 8 / 8.1 / 10 / Server 2003 / Server 2008 / Server 2012 / Server 2016 Mac Os X 10.6.8 Or Later - Scanner Driver Compatibility:twain, Sane, Wia, Ica, Isis - Bundled Applications:epson Scan 2 Isis Driver (web Download) Epson Scan Ocr Component Epson Scan Pdf Extensions Document Capture Pro (windows) Document Capture (mac) - File Format:epson Scan 2: Jpeg, Tiff, Multi-tiff, Pdf, Searchable Pdf, Bmp, Png Document Capture Pro (win): Jpeg, Bmp, Pdf, Searchable Pdf, Tiff, Multi-tiff, Png, Docx, Xlsx, Pptx Lot 13 One (1) 2 Tb Hard Drive (5,000.00) Ii. Other Terms And Conditions 1. The Prospective Bidder Shall Submit The Following Eligibility Documents As Prescribed Below: A. Sec Or Dti Registration Certificate B. Mayor’s Permit C. Philgeps Registration D. Prescribed Omnibus Sworn Statement (10 Items, Notarized) E. Tax Clearance F. Income Tax Return Duly Received By Bir 3. Financial Proposal And Complete Set Of Eligibility Documents Shall Be Submitted In A Sealed Envelope From April 08 To April 15, 2025, 10:00 Am At The General Services Division’s Office 5th Floor, Pca R&d Bldg., Diliman, Quezon City. 4. Incomplete Submission Of Requirements Upon Deadline Will Result Into Disqualification Of Bids. 5. Delivery Period: 15 Working Days Upon Receipt Of Approved Purchase Order (p.o) 6. The Quoted Price Shall Be Valid 30 Days Upon Receipt Of Purchase Order. 7. Payment Terms: 30 Days Upon Acceptance. Conforme: Bidder’s Authorize Representative Date:
Closing Date15 Apr 2025
Tender AmountPHP 561.6 K (USD 9.7 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0085 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay Songkoy, Socorro, Surigao Del Norte Location Of The Contract: Barangay Songkoy, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0086 Contract Name : Construction Of Multi-purpose Building Barangay Sta. Paz, San Isidro, Surigao Del Norte Location Of The Contract: Barangay Sta. Paz, San Isidro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 3. Contract Id : 25nf0087 Contract Name : Construction Of Road Slope Protection Structure Along Nrj Don Paulino-bingag-osmena Phase 2, Dapa, Surigao Del Norte Location Of The Contract: Dapa, Surigao Del Norte Brief Description : Roads: Construction - Slope Protection Using Structural Measures Approved Budget For The Contract (abc): Php 144,750,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0088 Contract Name : Construction Of Road Slope Protection Structure Along Nrj Don Paulino-bingag-osmena Phase 3, Dapa, Surigao Del Norte Location Of The Contract: Dapa, Surigao Del Norte Brief Description : Roads: Construction - Slope Protection Using Structural Measures Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 120 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0089 Contract Name : Cluster 2025 – 5 1. Repair/maintenance Of Asinan Bridge, Pilar, Surigao Del Norte Sub Abc = Php 22,950.00 2. Repair/rehabilitation/reblocking Along Jct. Del Carmen-sta. Monica-san Isidro Road (s00009sg) K00045-700-k00045+850 Sub Abc = Php 706,256.50 3. Installation Of Concrete Kilometer Post Along Jct. Del Carmen -sta. Monica – San Isidro Road (s00009sg) And Jct. Osmena-pilar Road (s00023sg) Sub Abc = Php 130,220.50 4. Repair/maintenance (reblocking) Along Jct. Osmena-pilar Road (s00023sg) K0019+700-k19+713.5(ll), K0019+749.5-k0019+781(ll), Along Jct. Nat’l Rd. -antipolo-tuburan-quezon-mabini Road (s00038sg), K0010+600-k0010+700(bl) Sub Abc = Php 382,487.50 5. Repair/maintenance Of Road Slip Slong Jct. Del Carmen – Sta. Monica – San Isidro Road (s00009sg) Sub Abc = Php 955,500.00 6. Repair/maintenance Of Roadslip Along Jct. Osmeña-pilar Road (s00023sg), K0019+800 – K0019+820 (ls) Sub Abc = Php 228,000.00 7. Repair/maintenance Of Road Slip Along Jct. Del Carmen – Sta. Monica – San Isidro Road (s00009sg), K0038+0.13.6 – K0038+034 (ls), K0038+0.81.9 – K0038+104 (ls), K0038+173 – K0038+180.6 (ls) Sub Abc = Php 661,125.00 8. Repainting Of Mabua Bridge, Burgos, Siargao Island, Surigao Del Norte Sub Abc = Php 15,300.00 Location Of The Contract: Siargao Island, Surigao Del Norte Brief Description : Roads: Maintenance Approved Budget For The Contract (abc): Php 3,101,839.50 Source Of Funds : Fy 2025 Contract Duration : 60 Calendar Days Bid Document Fee : Php 5,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00, Php 4,950,000.00, Php 144,750,000.00, Php 96,500,000.00 & Php 3,101,839.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0085, 25nf0086, 25nf0087, 25nf0088 & 25nf0089 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150, 150, 150, 120 & 60 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 June 11, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00, Php 5,000.00, Php 50,000.00, Php 50,000.00 & Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On June 18, 2025 At 1:30 Pm At Dpwh Building (training Hall), 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 July 1, 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 June 11, 2025 To July 1, 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 June 18, 2025 At 1:30 P.m. Dpwh Building (training Hall), 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 July 1, 2025 At 10:00 A.m. (a) Dpwh Building (training Hall), 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 July 1, 2025 At 10:01 A.m. Dpwh Building (training Hall), 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 July 1, 2025 At 10:01 Am At Dpwh Building (training Hall) 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 June 10, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: June 11-17, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date1 Jul 2025
Tender AmountPHP 4.9 Million (USD 87.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0085 Contract Name : Rehabilitation Of Multi-purpose Building, Barangay Songkoy, Socorro, Surigao Del Norte Location Of The Contract: Barangay Songkoy, Socorro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0086 Contract Name : Construction Of Multi-purpose Building Barangay Sta. Paz, San Isidro, Surigao Del Norte Location Of The Contract: Barangay Sta. Paz, San Isidro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 3. Contract Id : 25nf0087 Contract Name : Construction Of Road Slope Protection Structure Along Nrj Don Paulino-bingag-osmena Phase 2, Dapa, Surigao Del Norte Location Of The Contract: Dapa, Surigao Del Norte Brief Description : Roads: Construction - Slope Protection Using Structural Measures Approved Budget For The Contract (abc): Php 144,750,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0088 Contract Name : Construction Of Road Slope Protection Structure Along Nrj Don Paulino-bingag-osmena Phase 3, Dapa, Surigao Del Norte Location Of The Contract: Dapa, Surigao Del Norte Brief Description : Roads: Construction - Slope Protection Using Structural Measures Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 120 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0089 Contract Name : Cluster 2025 – 5 1. Repair/maintenance Of Asinan Bridge, Pilar, Surigao Del Norte Sub Abc = Php 22,950.00 2. Repair/rehabilitation/reblocking Along Jct. Del Carmen-sta. Monica-san Isidro Road (s00009sg) K00045-700-k00045+850 Sub Abc = Php 706,256.50 3. Installation Of Concrete Kilometer Post Along Jct. Del Carmen -sta. Monica – San Isidro Road (s00009sg) And Jct. Osmena-pilar Road (s00023sg) Sub Abc = Php 130,220.50 4. Repair/maintenance (reblocking) Along Jct. Osmena-pilar Road (s00023sg) K0019+700-k19+713.5(ll), K0019+749.5-k0019+781(ll), Along Jct. Nat’l Rd. -antipolo-tuburan-quezon-mabini Road (s00038sg), K0010+600-k0010+700(bl) Sub Abc = Php 382,487.50 5. Repair/maintenance Of Road Slip Slong Jct. Del Carmen – Sta. Monica – San Isidro Road (s00009sg) Sub Abc = Php 955,500.00 6. Repair/maintenance Of Roadslip Along Jct. Osmeña-pilar Road (s00023sg), K0019+800 – K0019+820 (ls) Sub Abc = Php 228,000.00 7. Repair/maintenance Of Road Slip Along Jct. Del Carmen – Sta. Monica – San Isidro Road (s00009sg), K0038+0.13.6 – K0038+034 (ls), K0038+0.81.9 – K0038+104 (ls), K0038+173 – K0038+180.6 (ls) Sub Abc = Php 661,125.00 8. Repainting Of Mabua Bridge, Burgos, Siargao Island, Surigao Del Norte Sub Abc = Php 15,300.00 Location Of The Contract: Siargao Island, Surigao Del Norte Brief Description : Roads: Maintenance Approved Budget For The Contract (abc): Php 3,101,839.50 Source Of Funds : Fy 2025 Contract Duration : 60 Calendar Days Bid Document Fee : Php 5,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00, Php 4,950,000.00, Php 144,750,000.00, Php 96,500,000.00 & Php 3,101,839.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0085, 25nf0086, 25nf0087, 25nf0088 & 25nf0089 Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150, 150, 150, 120 & 60 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 June 11, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00, Php 5,000.00, Php 50,000.00, Php 50,000.00 & Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On June 18, 2025 At 1:30 Pm At Dpwh Building (training Hall), 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 July 1, 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 June 11, 2025 To July 1, 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 June 18, 2025 At 1:30 P.m. Dpwh Building (training Hall), 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 July 1, 2025 At 10:00 A.m. (a) Dpwh Building (training Hall), 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 July 1, 2025 At 10:01 A.m. Dpwh Building (training Hall), 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 July 1, 2025 At 10:01 Am At Dpwh Building (training Hall) 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 June 10, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: June 11-17, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date1 Jul 2025
Tender AmountPHP 3.1 Million (USD 54.8 K)
REGIONE TOSCANA DIREZIONE SISTEMI INFORMATIVI, INFRASTRUTTURE TECNOLOGICHE E INNOVAZIONE SETTORE SISTEMA CLOUD TOSCANO, INFRASTRUTTURE DIGITALI E PIATTAFORME ABILITANTI 004790 2025 Consultazione Di Mercato Per L'acquisizione Del Servzio Di Gestione, Assistenza, Manutenzione, Evoluzione Del Sistema Di Firma Di Regione Toscana Per Il Triennio 2025 2027 Manifestazione Di Interesse Tender
Other Consultancy Services...+1Consultancy Services
Italy
Purchaser Name: REGIONE TOSCANA DIREZIONE SISTEMI INFORMATIVI, INFRASTRUTTURE TECNOLOGICHE E INNOVAZIONE SETTORE SISTEMA CLOUD TOSCANO, INFRASTRUTTURE DIGITALI E PIATTAFORME ABILITANTI 004790 2025 Consultazione Di Mercato Per L'acquisizione Del Servzio Di Gestione, Assistenza, Manutenzione, Evoluzione Del Sistema Di Firma Di Regione Toscana Per Il Triennio 2025 2027 Manifestazione Di Interesse | Market Consultation for the Acquisition of the Management, Assistance, Maintenance and Evolution Service of the Signature System of the Tuscany Region for the Three-Year Period 2025 - 2027
Closing Date21 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Nrl Combined Synopsis/solicitation For Commercial Items Template ($10k & Above)
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-03
effective: 23 February 2024
the Associated North American Industrial Classification System (naics) Code For This Procurement Is ___541715_____, With A Business Size Standard Of ___small____.
the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is __h299__.
the Naval Research Laboratory (nrl), Located In ____washington Dc__ Is Seeking To Purchase
consumables For Cell Culture And Biological Research
___see Attached Schedule Of Supplies/services Or _____ See Chart Below
line Item
description
quantity
__x____ See Specification Attachment
supplies: Brand Name Or Equal.
items Must Be Brand Name Or Equal In Accordance With Far 52.211-6.
far 52.212-1 Has Been Tailored To Include The Following Additional Instructions:
• This Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty.
• Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions
• Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured.
delivery Address:
U.s. Naval Research Laboratory
4555 Overlook Avenue, S.w.
bldg. 49 – Shipping/receiving
code 3400
washington, Dc 20375
U.s. Naval Research Laboratory
7 Grace Hopper Avenue,
bldg. 702
monterey, Ca 93943-5502
U.s. Naval Research Laboratory
7 Grace Hopper Avenue, Stop 2
bldg. 704
monterey, Ca 93943-5502
Us Naval Research Laboratory
stennis Space Center
bldg. 2406, Code 7035.2
stennis Space Ctr., Ms 39529-5004
**fob Destination Is The Preferred Method**
estimated Delivery Time: __________
for Fob Orgin, Please Provide The Following Information:
fob Shipping Point: _______________________
estimated Shipping Charge: _________________
dimensions Of Package(s): ____________________
shipping Weight: __________________________
the Following Far & Dfars Provisions And Clauses As Identified Below Are Hereby Incorporated. Any Far & Dfars Provisions Or Clauses Not Applicable By Their Terms Shall Be Self-deleting. Any Far Or Dfars Provisions Or Clause(s) Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract.
the Full Text Of Far & Dfars Provisions And Clauses May Be Accessed Electronically At
https://www.acquisition.gov. The Clauses And Provisions Identified Below Are To Be Considered The Most Up-to-date Version, As Accessible At Https://www.acquisition.gov/.
52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions
52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-7, System For Award Management
52.204-16, Commercial And Government Entity Code Reporting
52.204-17, Ownership Or Control Of Offeror
52.204-20, Predecessor Of Offeror
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal.
52.204-26, Covered Telecommunication Equipment Or Services - Representation
52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use
52.212-1, Instructions To Offerors-commercial Products And Commercial Services
52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services
52.217-5, Evaluation Of Options
52.219-1, Small Business Program Representations
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation
52.225-18, Place Of Manufacture
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or
Transactions Relating To Iran—representation And Certifications
52.237-1, Site Visit
52.252-1, Solicitation Provisions Incorporated By Reference
nrl Also Includes The Following Provisions That Must Be Completed And Returned By The Offeror:
1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations- Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In Accordance With Far 52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Far Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services
52.203-3, Gratuities
52.203-12, Limitation Of Payments To Influence Certain Federal Transactions
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards
52.204-18, Commercial And Government Entity Code Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-21, Basic Safeguarding Of Covered Contractor Information Systems
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.219-8, Option To Extend Services
52.217-9, Option To Extend The Term Of The Contract
52.219-28, Post-award Small Business Program Rerepresentation
52.232-1, Payments
52.232-8, Discounts For Prompt Payment
52.232-11, Extras
52.232-23, Assignment Of Claims
52.232-39, Unenforceability Of Unauthorized Obligations
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.243-1, Changes-fixed-price
52.247-34, F.o.b Destination
52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form)
52.249-4, Termination For Convenience Of The Government (services)(short Form)
52.252-2, Clauses Incorporated By Reference
2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services
the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting:
52.204-10
52.209-6
52.219-6
52.222-3
52.222-19
52.222-21
52.222-26
52.222-36
52.222-50
52.223-18
52.225-13
52.232-33
3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Products And Commercial Services Dod Class Deviation 2018-o0021, Commercial Item Omnibus Clause For Acquisitions Using The Standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class Deviation 2018-o0021
the Following Solicitation Dfars Provisions Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Provisions Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation:
252.203-7005, Representation Relating To Compensation Of Former Dod Officials
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7016, Covered Defense Telecommunications Equipment Or Services – Representation
252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation
252.215-7007, Notice Of Intent To Resolicit
the Following Solicitation Dfars Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.204-7003, Control Of Government Personnel Work Product
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications
Equipment Or Services
252.211-7003, Item Unique Identification And Valuation
252.211-7008, Use Of Government-assigned Serial Numbers
252.223-7008, Prohibition Of Hexavalent Chromium
252.225-7013, Duty-free Entry
252.227-7015, Technical Data - Commercial Products And Commercial Services
252.227-7037, Validation Of Restrictive Markings On Technical Data
252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.239-7010, Cloud Computing Services
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts For Commercial Products Or Commercial Services
252.246-7003, Notification Of Potential Safety Issues
252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote.
include Your Company’s Unique Entity Id And Cage Code/n Cage Code On Your Quote.
all Quotations Shall Be Sent Via E-mail. Danielle.c.davenport4.civ@us.navy.mil
please Reference This Combined Synopsis/solicitation Number: N00173-25-q- 1301209122 On Your Correspondence And In The "subject" Line Of Your Email.
all Questions Regarding The Solicitation Shall Be Submitted Via Email By 01/17/25 @1300 Hrs
the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Shall Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of Offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable.
options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
terms And Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
exceptions. Quoter Shall List Exception(s) And Rationale For The Exception(s).
submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Emailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Email.
Closing Date17 Jan 2025
Tender AmountRefer Documents
5031-5040 of 5160 archived Tenders