Cloud Tenders

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 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nrl Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial 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 333914. the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 4310. the Naval Research Laboratory (nrl), Located In Washington D.c. Is Seeking To Purchase, Edwards Vacuum Drystar Gv80 And Eh500 Booster Configured Package. _x__ See Attached Schedule Of Supplies/services Or _____ See Chart Below ______ 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: X 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** 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. please Reference This Combined Synopsis/solicitation Number: N00173-25-q-1301185062-02 On Your Correspondence And In The "subject" Line Of Your Email. the Technical And Price Quotation Shall Be Submitted Via Email To: government Point Of Contact purchasing Agent Name: Ashley Grimes tel: (202)-875-9579 email: Ashley.n.grimes6.civ@us.navy.mil questions Concerning The Rfq: All Questions Concerning This Rfq Are Due Via Email To The Purchasing Agent’s Email Address Above No Later Than (nlt) 10 Business Days After The Sending Of This Request For Quotation (rfq) To Ensure Timely Award. The Government May, In Its Sole Discretion, Choose Not To Respond To Questions Received After The Deadline. 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). 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. quotation Contents quotations Shall Comply With Or Clearly State, At A Minimum, The Following Information: (1) Open Market Or Gsa Federal Supply Schedule (fss) Pricing. Quotations Should State “open Market” Or Should Reference The Applicable Gsa/fss Number. (2) Expiration Date Of Quoted And Submitted Prices. (3) Contractor’s Federal Tax I.d., Cage Code, And Duns Number. (4) Payment Terms Will Be Net 30 Unless Stated Differently On The Quote. (5) Include Shipping And Handling If Applicable.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Forest Product Research And Development Institute Fprdi Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Item No. Unit Items & Description/s Abc Per Item 1 Lot , "-1pc Sound Level Meter (similar To Rs Pro Rs-95) Maximum Sound Level: 130db; Minimum Sound Level: 35db; Weighting A, C; Display Type Lcd; Battery Type 9v; Interface Type Bluetooth; Maximum Frequency 8khz; Minimum Frequency 31.5 Hz" 113,500.00 , -1pc Vibration Meter Measurement Parameters Acceleration, Displacement, Velocity Maximum Displacement 2000µm , "-1pc Dehumidifier (similar To Carrier) Power: 430w; Dimensions: 350 × 560 × 260 Mm Features: -drying Function; Child Lock Function; Swing Function; Auto Mode Function; High / Low Fan Speed -full Water Tank Indicator;24 Hour Timer; Led Display; 30l Water Tank For 68sqm; Touch Panel Led Display; 2 Speed (high/low) Silent Dehumidification At <50db:" , "-1pc Humidifier Industrial Ultrasonic Mist Sprayer Capacity: 23.8; Mist Output: 2000ml; Adjust Mist: Touch Control; Fog Outlet: 45 Gedree High Power: 110; Power Outage Protection 4 Core Atomizer Tablets; Intelligent Constant Humidity Remote Control12h Timing Function; Sleep Mode: Negative Ion Purification Function; With Water Pipe Adapter Device Can Be Directly Connected To Faucet" , "-1pc Thermocouple Data Logger Wifi With Type K Probe (similar To Lascar El-wifi-tc) Easylog Cloud Connected; Easy Sensor Setup High And Low Alarms; Free Pc Software; Probe Measure Range K-type (supplied) 0 +200 °c ; Operating Temperature Range -20 To +60 °c; Logging Period (configurable) 10 Sec 10 Min 12 Hrs; Transmission Period (configurable) 1 Min 1 Hr 24 Hrs; Temp Measurement Resolution 0.1 °c; Temp Display Resolution 0.1; Temp Tolerance (base Unit) ±1.5 °c ; Temp Tolerance (k-type Probe Supplied) ±2.5 °c ; Ip Rating Ip40 (bung Fully Inserted, Not Permanently Powered, Thermo-couple Connector Fitted And Fully Inserted, Device Mounted Vertically.); Battery Life >6 Months; Usb Supply Voltage (@500ma) 4.5 5.0 5.5 Vdc; Dimensions 82 X 70 X 23mm" . , "-1pc Temperature, Humidity Data Logger, Similar To (omega Om-hl-sh-th) Specifications Temperature Range: Om-hl-sh-th: -20 To 70°c (-22 To 158°f) Temperature Accuracy: Om-hl-sh-th: ±0.5°c Record Volume: 43,000 Temperature & 43,000 Humidity Pointsom-hl-sh-th Humidity Range: Om-hl-sh-th: 0-95% Rh Humidity Accuracy: Om-hl-sh-th: ±5% Rh Resolution: Temperature: 0.1°c / Humidity: 0.1% Rh Power Supply: 2 X Aaa Batteries, 1.5v Battery Typical Battery Life: 1 Year Software Setup Logging Mode: Stop On Memory Full; When Data Logger Operation Is Start/stopped By User Intervention Via Button Press, Last Memory Location Is Retained Logging Interval: 2 Secs To 24 Hrs Sampling Interval: 1 Sec To 240 Secs Sensor Response Time: 100~200ms Display: Lcd Display Lcd Size: 36 L X 16 W Mm (1.41 X 0.6"") Dimensions: 92 L X 57 W X 20 Dia Mm (3.6 X 2.2 X 0.78"") Weight: 150g (5.29 Oz)" , "-1pc Smart Temperature Humidity Switch Sonoff Th Elite 20a Wifi Thr316d/20d Dry Contact Real Time Monitoring Via Ewelink Model:thr320d Input/output:100-240v~50/60hz 20a Max Wi-fi:ieee 802.11 B/g/n 2.4ghz Dry Contact:5-30v, 1a Max" , "-1pc Thermostat Digital Temperature Controller Temperature Control Range :-50~120°c / -58~248°f - Temperature Resolution: 0.1 ° C / 0.1° F Temperature Accuracy: ±1°c (-50 ~ 70°c) - Temperature Control Mode :on/off Control, Heating And Cooling - Input Power: 100 ~240vac, 50hz/60hz - Temperature Control Output:max. 10a, 100v ~240v Ac - Buzzer Alarm: High And Low - Socket: 112 X 46 X 27 Mm( 4.1 X 1.8 X 1.0 Inch) -sensor Type: Ntc Sensor Sensor Length: 2m / 6.56ft - Ambient Temperature: -30~ 75 ° C F" , "-1pc Humidity Controller Pre-wired Programmable Digital Humidstats Ihc-200 Keep A Stable Humidity Range, Can Connect With Dehumidifier Humidifier Wet Fan, Dual Window Display 10a, Ios And Android Power Input: 100~240vac, 50hz/60hz - Power Output: Max. 10a, 100v~240v Ac - Humidity Measuring Range: 5%-99.99%rh - Humidity Control Range: 5%-99%rh - Resolution: 1%rh ; Accuracy: ±3%rh - Sensor Model: Am-2301 - Sensor Stability: <0.5%rh/yr - Sensor Length:2m/6.56ft - Relay Contact Capacity: - Humidification (12a, 100-240vac) - Dehumidification (12a, 100-240vac) - Input Power Cable Length: 1.5m (5ft) - Output Power Cable Length: 30cm (1ft) - Dimension: Body: 140x68x33mm (5.5x2.7x1.3inch)" , -1pc Hand Held Vacuum Cleaner Mini Air Cleaner Computer Keyboard, Cordless, 65 W , Laboratory Chemicals - Hplc & Gc Ms Standards 2 Lot , -1 Bot Vanillic Acid, 97%, Cas No. 8.41025, 25g, Similar To Sigma-aldrich 219,371.13 , -1 Bot Caffeic Acid, For Hplc, Cas No. 331-39-5, 5g, Similar To Sigma-aldrich , -1 Bot Vanillin Reagentplus®, 99%, Cas No. 121-33-5, 2g, Similar To Sigma-aldrich , -1 Bot P-coumaric Acid, ≥98% Purity (hplc), Cas No. 501-98-4, 1g, Similar To Sigma-aldrich , "-1 Bot Acetic Acid, 99-100% For Synthesis, Cas No. 64-19-7, 2.5l, Similar To Sigma-aldrich" , "-1 Bot Gallic Acid (anhydrous), For Synthesis. Cas 149-91-7, 250g, Similar To Sigma-aldrich" , -1 Bot Ellagic Acid, Analytical Standard, Cas No. 476-66-4, 50mg, Similar To Supelco , -1 Bot Syringic Acid, Analytical Standard, Cas No. 530-57-4, 100mg, Similar To Supelco , -1 Bot 5-(hydroxymethyl)furfural, ≥99%, Fg, Cas No. 67-47-0, 1g, Similar To Sigma-aldrich . , -1 Bot 4-methyl-2-pentanol, 98%, Cas No. 0108-11-2, 100ml, Similar To Sigma-aldrich , , "-1 Bot Ethyl Alcohol, Pure ≥99.5%, Hplc/spectrophotometric Grade, 200 Proof, Suitable For Uv/vis Spectroscopy And Hplc, Cas No. 64-17-5, 2l, Similar To Sigma-aldrich" , "-1 Bot (±)-6-hydroxy-2,5,7,8- Tetramethylchromane-2-carboxylic Acid, 97%, Cas No. 53188-07-01, 5g, Similar To Sigma-aldrich" , "-1 Bot Copper(ii) Chloride, For Synthesis, Cas 7447-39-4, 100g, Similar To Sigma-aldrich" , -1 Bot Neocuproine, Gr For Analysis, Cas No. 0484-11-7, 5g, Similar To Supelco , "-4 Bot, 4l, Methanol Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Cas 67-56-1, Chemical Formula Ch₃oh, Molar Mass 32.04 G/mol." , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" 39 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 40 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 41 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 42 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 43 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 44 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 45 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 46 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 47 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 48 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 49 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , 50 . , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" , "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" "-2 Bot, 4l, Acetonitrile Gradient Grade For Liquid Chromatography Lichrosolv® Reag. Ph Eur. Acetonitrile Cas 75-05-08" ----------------------- Nothing Follows --------------------- Total Abc Php 332,871.13 ====================================================== Important Reminders: Please Observe The Following Instructions Below When Accomplishing The Fprdi Rfq Form. 1. Accomplish This Rfq Completely, Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Indicate "no-bid", “no Quote” Or “no Offer” For Items Not Intended To Quote 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 5. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Bid Can Be Submitted Through Our Official E-mail Address At Property@fprdi.dost.gov.ph Stating Philgeps Reference No. Or Through Express Mail/courier. Your Quotation Will Only Be Valid When Sent To This E-mail Account. Please Use And Fully Fill Out The Official Fprdi Rfq Form, Including The Unit Price And Total Price To Avoid Invalidation Of The Quotation. Just Attach Any Additional Document/s In Support Of Your Quotation. Please Submit Scanned/photocopies Of The Following Documents As Required By Philgeps For Small Value Procurement: • Mayor's Permit (cy 2025) Or Proof Of Renewal • Valid Philgeps Registration • Income/business Tax Return For The Past 6 Months (required For Abc Php 500,000.00 & Above) • Omnibus Sworn Statement (oss) Indicating The Name Of The Procuring Entity And The Project Title And Details. (unnotarized Oss Will Be Accepted As Per Gppb Reso 2020-09 And To Be Notarized If Awarded) Please Be Reminded To Use The Latest Oss Template Issued By Gppb And To Indicate The Title Of The Project And The Procuring Entity. The Revised Oss Template Can Be Downloaded At Https://www.gppb.gov.ph/downloadable-forms/#tab-61412 Alternatively, You Can Submit Your Sealed Quotation To This Address On Or Before The Closing Of The Date. Fprdi Bac Secretariat Dost-forest Products Research And Development Institute Narra Rd. Forestry Campus, College, Los Baños, Laguna 4031
Closing Date12 Mar 2025
Tender AmountPHP 332.8 K (USD 5.8 K)

Philippine Health Insurance Corporation Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1. The Philhealth Regional Office Xii, Through The Corporate Operating Budget For Cy 2025 Intends To Apply The Sum Of Five Million Seven Hundred Seventy-six Thousand Four Hundred Sixty-four And 98/100 Pesos Only (p5,776,464.98) Being The Abc To Payments Under The Contract For The Item In The Procurement Of Various It Supplies For Cy 2025 With Invitation To Bid No. Bac-pb-2025-002. Bid Received In Excess Of The Abc For The Item Shall Be Automatically Rejected At Bid Opening. 2. The Philhealth Regional Office Xii Now Invites Bids For The Above Procurement Project. Item No. Item Description Quantity Unit Approved Budget (php) 1 Cable Manager_iv: Wire Moulding, Flat, 1 Inch_length 50 Length 8,500.00 2 Cable Manager_iv: Wire Moulding, Flat, 2 Inches_length 50 Length 22,500.00 3 Cable_iv: Hdmi Cable 30m_pc 12 Pcs 27,563.16 4 Ethernet Connector_iv: Rj 45, Standard, For Cat6_pc 446 Pcs 4,821.26 5 Modular Box_iv: Rj 45 Modular Box_pc 30 Pcs 5,475.00 6 Printer Parts (for Existing Printers)_iv: Imaging Unit For Lexmark Ms823dn Printer Black_unit 3 Units 22,200.00 7 Printer Parts (for Existing Printers)_iv: Maintenance Kit For Hp Laserjet Printer M611dn_unit 3 Units 83,970.00 8 Printer Parts (for Existing Printers)_iv: Maintenance Kit For Lexmark Ms823dn Printer_unit 3 Units 83,100.00 9 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6641, Ink Black_box 1 Box 343.20 10 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6642, Ink Cyan_box 1 Box 352.00 11 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6643, Ink Yellow_box 1 Box 352.00 12 Printer Consumables (for Existing Printers)_iv: For Epson Ecotank L365, L365, T6644, Ink Magenta_box 1 Box 352.00 13 Printer Consumables (for Existing Printers)_iv: Hp 201a , Cf400a, Black_cartridge 6 Carts 33,696.48 14 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf401a , Cyan Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 15 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf402a , Yellow Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 16 Printer Consumables (for Existing Printers)_iv: Hp 201a, Cf403a , Magenta Laserjet Toner Cartridge_cartridge 6 Carts 39,593.10 17 Printer Consumables (for Existing Printers)_iv: Ink Cartridges, Hp F6v26aa (hp 680), Tri-color_cartridge 40 Carts 24,261.20 18 Printer Consumables (for Existing Printers)_iv: Ink Cartridges, Hp F6v27aa (hp 680), Black_cartridge 20 Carts 12,130.60 19 Printer Consumables (for Existing Printers)_iv: Lexmark 8d3h00 Black Toner_cartridge 60 Carts 1,151,700.00 20 Printer Consumables (for Existing Printers)_iv: Printer Ribbon For Evolis Primacy & Evolis Zenius Id Card Printer, Evolis Ymcko R5f002saa, Color Ribbon, 200 Prints/roll_ribbon 2 Carts 16,364.00 21 Printer Consumables (for Existing Printers)_iv: Ribbon Cartridge For Epson Lq2180/2190 Dot Matrix Printer, So15531/so15086, Black_cartridge 20 Carts 17,700.00 22 Printer Consumables (for Existing Printers)_iv: Ribbon Cartridge For Epson Lx-310 Dot Matrix Printer, S015632, Black_cartridge 10 Carts 1,707.10 23 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Black Original Laserjet Toner Cartridge, Cf410a_cartridge 4 Carts 27,604.48 24 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Cyan Original Laserjet Toner Cartridge, Cf411a_cartridge 2 Carts 17,791.52 25 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Magenta Original Laserjet Toner Cartridge, Cf413a_cartridge 4 Carts 35,463.04 26 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp 410a Yellow Original Laserjet Toner Cartridge, Cf412a_cartridge 2 Carts 17,731.52 27 Printer Consumables (for Existing Printers)_iv: Toner Cart, Hp Ce390a, Black_cartridge 15 Carts 215,160.00 28 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Brother Tn-2280, Black_cartridge 4 Carts 13,285.32 29 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Cf237a (hp 37a, M607n), Black_cartridge 50 Carts 716,596.50 30 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Black W2090a_cartridge 6 Carts 19,537.50 31 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Cyan W2091a_cartridge 6 Carts 20,865.06 32 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Magenta W2093a_cartridge 6 Carts 20,865.06 33 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 119a Yellow W2092a_cartridge 6 Carts 20,865.06 34 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Black Toner Cartridge (ce740a)_cartridge 1 Cart 12,487.83 35 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Cyan Toner Cartridge (ce741a)_cartridge 1 Cart 21,890.13 36 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Magentatoner Cartridge (ce743a)_cartridge 1 Cart 21,890.13 37 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 307a Yellow Toner Cartridge (ce742a)_cartridge 1 Cart 21,890.13 38 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 62xl Black High Yield Original Ink Cartridge (c2p05an)_cartridge 6 Carts 20,814.00 39 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp 62xl Tri-colour High Yield Original Ink Cartridge (c2p07an)_cartridge 6 Carts 21,240.00 40 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf217a (hp17a) Black Laserjet_cartridge 6 Carts 29,677.98 41 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf248a (hp 48a), Black,_cartridge 10 Carts 37,145.90 42 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp Cf281a (hp81a) Black Laserjet_cartridge 15 Carts 216,937.35 43 Printer Consumables (for Existing Printers)_iv: Toner Cartridge, Hp W1470a (hp147a) Black Laserjet_cartridge 183 Carts 2,510,209.17 44 Utp Cable_iv: At Least Cat6 Or Latest, 305m, 1000ft Ethernet Cable_box 15 Boxes 100,650.00 Total 5,776,464.98 Delivery Of The Goods Is Required For A Period Of Sixty (60) Days Without Extension Commencing From The Time Of Receipt By The Winning Supplier Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years (may 19, 2023 – May 18, 2025) 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 Philhealth Regional Office Xii – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am - 5:00 Pm From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29,2025 – May 18, 2025 (8:00 Am – 4:00 Pm, During Weekdays Only) And On May 19, 2025 (8:00 Am – 9:30 Am), From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb: Approved Budget For The Contract Maximum Cost Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,00 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Philhealth Regional Office Xii Will Hold A Pre-bid Conference At 02:00 Pm Onwards On May 07, 2025 At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform, 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 Or Online Or Electronic Submission As Indicated Below (bidders Maybe Requested To Submit Hard Copies Of The Bidding Documents During Bid Evaluation Stage Of The Procurement) On Or Before 10:00 Am On May 19, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 19, 2025 At 10:00 Am Onwards At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Shall Submit Their Electronic Bids Using A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual Bid Opening On May 19, 2025 At 10:00 Am. Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions Is Allowed. 11. The Philhealth Regional Office Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Sharon Rose B. Ysmael/mark Vincent N. Romero Bac Secretariat Philhealth Regional Office Xii 4th Floor, Csa I Building Corner Zulueta Street - General Santos Drive, City Of Koronadal, South Cotabato Bac.pro12@philhealth.gov.ph Telephone No. (083) 228-4733 Www.philhealth.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Https://www.philhealth.gov.ph/suppliers/iaeb/index.htm For Online Bid Submission: Bac.pro12@philhealth.gov.ph Issued This 29th Day Of April 2025. _____________________________ Lorelie G. Bonilla Chairperson, Bids And Awards Committee Noted: __________________________________ Hector Zenon Leonardo P. Malate, Md Head Of The Procuring Entity
Closing Date19 May 2025
Tender AmountPHP 5.7 Million (USD 103.6 K)

NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender

Others
United States
Details: The National Highway Traffic Safety Administration (nhtsa) Is Issuing This Sources Sought Notice To Identify Potential Qualified Small Business (sb), Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Sdvosb, Or Wosb Concerns That May Be Interested In And Capable Of Performing The Work Described Herein To Standardize The Collection Of Motor Vehicle Crash Injury Data By Emergency Medical Services (ems) Agencies. nhtsa Welcomes All Qualified Small Business Concerns, With The Appropriate Naics Code And Past Experience To Submit Their Corporate Capability Statements That Demonstrate Their Ability To Successfully Accomplish The Goals Of The Project As Listed Below. Nhtsa Does Not Intend To Award A Contract Based On Responses To This Notice Or Otherwise Pay For The Preparation Of Any Information Submitted. Acknowledgement Of Receipt Of Responses Will Not Be Made; No Formal Evaluation Of The Information Received Will Be Conducted By Nhtsa. Nhtsa May; However Later Issue A Request For Proposals (rfp). However, Should Such A Requirement Fail To Materialize, No Basis For Claims Against Nhtsa Shall Arise Because Of A Response To This Notice. background: the U.s. Department Of Transportation’s (dot) Nhtsa Office Of Emergency Medical Services (oems), Pursuant To Its Authority Under 23 U.s.c. 401, Et Seq., Supports National Programs And Products Designed To Support Ongoing Development And Enhancement Of Ems Systems At The State And Local Level. Highway Safety Systems Across The Country Depend On The Delivery Of Effective And Timely Post-crash Emergency Medical And Trauma Care. The Nation’s Ems Systems Are Designed To Provide Effective Emergency Medical Care For Those Injured In Motor Vehicle Crashes, Other Forms Of Traumatic Incidents And Medical Emergencies. the Emergency Medical Services Agenda For The Future (nhtsa, 1996) Articulated The Critical Need For Ems Data. In October 2001, The General Accounting Office Published A Report Entitled: “emergency Medical Services – Reported Needs Are Wide-ranging, With Growing Focus On Lack Of Data (gao-02-28). This Report Identified The Need For Consistent Information To: (1) Improve Ems Performance At The Local Level, (2) Set And Monitor National Level Policy, And (3) Improve The Ability To Assess Ems Outcomes. nhtsa, In Cooperation With The Health Resources And Services Administration (hrsa), Funded A Cooperative Agreement With The National Association Of State Ems Directors (nasemsd) To Develop The National Ems Information System (nemsis). It Was The Intent Of The Nasemsd That A More Comprehensive And Systematic Approach To Standardizing Ems Patient Care Reporting Across The Country, Through Nemsis, Would Better Serve Local, State, And National Level Ems Information Needs. This New Effort Was A Huge Step Forward From The Original 1994 Uniform Prehospital Ems Data Standard (version 1) That Had 81 Data Elements And No Mechanism For Collecting The Information Nationally. As A Result Of This Cooperative Agreement, Nasemsd Developed And Finalized A Nhtsa Uniform Prehospital Dataset (version 2), A Comprehensive Data Dictionary, And A Physical Database Schema Mapped To The Nemsis Dataset, With Xml Linkage. This Was An Important First Step In Standardizing Ems Patient Care Documentation Nationwide. to Promote National Implementation Of Nemsis, In 2005 Nhtsa Entered Into A Cooperative Agreement With The University Of Utah School Of Medicine (utah) To Support The Nemsis Technical Assistance Center (tac). Subsequently, In 2010, Nhtsa Awarded A Second Five-year Cooperative Agreement To Utah With A Performance Period That Extended Through September 2015. Since September 2015, Nhtsa Has Funded A Contract With Utah To Operate The Tac And Host The National Ems Database. the Tac Is Essential To Providing Technical Assistance To Federal, State, Local, Territorial, Tribal, And The District Of Columbia’s Ems Agencies And Ems Software Vendors. Services Offered Through The Tac Aid Ems Operational Programs As They Convert Or Crosswalk To The Nemsis Standard; Execute Version Updates; Maintain The Secure Infrastructure To Collect And Manage Data Submitted By The States And Territories; Sustain And Enhance The Nemsis National Reporting System; And Successfully Coordinate The Nemsis Dataset With The Health Level 7 (hl7) Standard Development Organization, The American National Standards Institute (ansi), And The International Organization For Standardization (iso) To Assure Interoperability With Other Health Data Systems. This “health Information Exchange” Works Because Software Packages Used By Ems Clinicians To Collect Patient Encounter Information Are Tested For Compliance To The Nemsis Data Standard Every Year (california) Or Two Years (all Other States And Territories). As A Result, All Collected Data Elements Share The Same Definitions And Values Across The U.s. These Software Packages Are Also Tested For Adherence To A Data Transmission Standard So That Data Exchange Is Not Disrupted. Great Care Is Taken To Ensure The Data Collected And Reported Are As Clean As Possible. All Data Submitted To The National Ems Dataset By States, Territories, Tribes, And The District Of Columbia (sttdc) Must Comply With An Xml Standard And Are Exposed To Several Hundred Validation Rules. the Nemsis System Facilitates Quality Data Submissions By Ems Agencies Through A National Standardized Ems Dataset. A Nemsis Dictionary Describing Elements Contained In The Nemsd Has Been Produced And Regularly Updated. A Subset Of The Patient Encounter Data (in Each Record) Is Submitted To The Nemsd, Including Motor Vehicle Crash Information. The Nemsd Includes 155 Data Elements Collected By Ems Clinicians During The Patient Encounter. Elements Include Patient Demographics (e.g., Age, Race/ethnicity), Reason For The Encounter, Injury/illness Characteristics, Injury/illness Severity, Medications/procedures Given, Patent Acuity And Final Patient Disposition. Although Protected Health Information (phi) And Personally Identifiable Information (pii) Data Elements Are Identified In The Data Dictionary, No Traditional Phi Or Pii Is Collected At The National Level, Rendering It A Hipaa Limited Dataset. state Ems Offices Utilize Their Statutory Authorities To Require All Ems Patient Care Reporting Software To Be Compliant With The Nemsis Standard. Nemsis Data Are Reported To Nhtsa From All 50 States, Three Territories (northern Marianas, Virgin Islands And Guam), Tribal Nations, And The District Of Columbia. In 2024, More Than 59 Million Ems Activations Were Submitted By Approximately 15,000 Ems Agencies To The Nemsd. In 2024, The Total Number Of Reported Motor Vehicle Crash (mvc)-related Ems Activations In The National Database Was Approximately 1.6 Million. Overall, The Nemsd Contains Approximately 485 Million Records, Dating Back To Calendar Year 2010. Ems Agency Submissions To Sttdc Databases Can Occur Within Minutes After The Ems Activation. At The National Level, 85% Of Ems Activations Occurring On Any Given Day, Are In The Nemsd In Approximately 72 Hours. An Annual Report Characterizing The Nemsd May Be Found At: Https://nemsis.org/using-ems-data/articles-and-publications/ . The Injury-related Elements In The Nemsis Data Standard Have Been “harmonized” With Related Elements Contained In The National Trauma Data Bank (ntdb), Maintained By The American College Of Surgeons And The Cardiac Arrest Data Elements Aligned To The Cardiac Arrest Registry To Enhance Survival (cares). nemsis Is Critical To The Ems Community, Ems Researchers, Other Public Stakeholders, And The Federal Government. The Collection Of Relevant Prehospital Patient Care Information Is Of Value To Nhtsa, And Other Modes Of The Usdot, To Enhance Our Understanding Of Serious Injury Following A Motor Vehicle Crashes (mvc) And The Post-crash Care Delivered By Ems. objective: the Purpose Of This Contract Is To Continue To Support And Maintain The National Emergency Medical Services Information System (nemsis) And The Technical Assistance Center (tac). The Nemsis Is A Framework That Provides A National Standard For Patient Care Reporting By Emergency Services Personnel In The Out-of-hospital Setting. The Nemsd Defines Data Elements, Values, And Established A National Standard For Data Exchange In Collaboration With State, Territorial, Tribal And The District Of Columbia (sttdc) Ems Offices, Software Vendors, National Partners, And Industry Experts. Data From Patient Care Reports Completed By All Ems Clinicians At The Point-of-care In The Out-of-hospital Setting Are Sent From Their Local Agency To Sttdc Level Data Repositories Before Being Submitted To The Nemsd. Data Quality Is Maintained Through Electronic Patient Care Report (epcr) Software Vendor Compliance Testing And The Adoption Of National Case Definitions And Schema Language. This Patient Care Reporting And Data Exchange System Is Maintained By Nhtsa Oems. this Contract Continues Maintenance, Further Development, Ongoing Implementation Of Nemsis, The Nemsd, And Tac To Harmonize Nemsis With Electronic Health Record Initiatives. Integration With Regional, Federal, State, And Local Health Information Exchanges (hies), Qualified Heath Information Networks (qhins), Registries (e.g., Trauma, Cardiac And Stroke), Other National Data Sets Such As The Model Minimum Uniform Crash Criteria (mmucc), Fatality Analysis Reporting System (fars), Provide Information To Other Healthcare Providers That See The Patient After Ems Delivers Initial Care, Transport, And/or Interfacility Transfer. capabilities: supplies/services the Contractor Shall Furnish The Necessary Qualified Personnel, Facilities, Materials, Supplies, Equipment, And Services To Perform Work Associated With The Requirements As Stated In The Draft Sow Which Includes But Are Not Limited To The Following: - The Contractor Shall Operate The Nemsis Tac, Hosting Center, Nemsd, Website (www.nemsis.org ), And All Related Functions For The Period Of Performance Of The Contract. The Contractor Shall Begin To Provide Nemsis Related Technical Assistance And Support. This May Include Site Visits, Webinars, And Other Technical Assistance, Including Programming Or Other Special Requests From System Users. - The Contractor Shall Operate All Related Systems To Ensure Uninterrupted Collection, Management, And Reporting Of Ems Data Received From Sttdc Ems Agencies. This Work Shall Be Accomplished In Tandem With Maintenance Of An Aws Cloud [federal Information Security Management Act (fisma) Moderate] Nemsis Information Technology (it) Infrastructure Instance. The Nemsis Shall Be Available 24 Hours A Day, 7 Days A Week, 365 Days A Year Unless A Scheduled Maintenance Period Or Mitigation Of An Unexpected Event Is Required, Uptime Of 99.9% Shall Be Maintained Throughout The Period Of Performance. - The Contractor Shall Implement All Approved Architecture, Structure, And Artifacts Associated With The Nemsis 3.5.x And Future Standard Releases. - The Contractor Shall Provide Support For Additional Tasks Designed To Facilitate Data Connectivity And Stakeholder Utilization Of The Nemsis Standard Data, To Include, But Not Limited To, Customer Service And Support For Ems Researchers, Medical Researchers, Dot, Nhtsa, Cdc, Other Federal Partners, The States, And Ems Software Vendors. (see Attached Draft Sow For More Information) format Of Corporate Capabilities Statement: capability Statements any Interested Qualified Small Business Firms, Small Disadvantaged Business (sdb), 8(a) Certified Sdb, Hubzone Sb, Sdvosb, Or Wosb Concerns Should Submit Their Corporate Capability Statement, Which Demonstrates The Firm’s Ability And Past Experience In No More Than 25 Pages To Perform The Key Requirements Described Above To The Identified Nhtsa Point Of Contact Listed Herein. any Proprietary Information Should Be Marked As Such. All Respondents Are Asked To Certify The Type And Size Of Their Business Organization Is In-line With The Requirements Of This Sources Sought Notice Which Must Be Received No Later Than 10 Calendar Days From The Date Of Publication Or By The Closing Date Of This Notice. to Facilitate A Timely And Comprehensive Review Of All Submitted Responses, Firms Should Respond Using The Format Requested In This Notice. please Provide The Following Information For Your Firm And For Any Teaming Or Joint Venture Partners: general Information: company Name, Address, Point Of Contact Name, Telephone, And Email Address. data Universal Numbering System (duns) Number And Commercial And Government Entity (cage) Code. business Size And Classification (e.g., Large, Small, Small-disadvantaged, Sba Certified 8(a), Hubzone, Service-disabled Veteran-owned, Woman-owned) Based On Naics Code: 541380, Testing Laboratories And Services. if Applicable, Potential Proposed Teaming Arrangements To Include Business Size And Classification Of Prime And Subcontractors. gsa Federal Supply Schedule (fss) Number (fss Must Include Naics Code 541380, Testing Laboratories And Services identify Contracts Your Company Has Been Awarded Under Naics Code 541380, Testing Laboratories And Services. technical Capability: provide A Brief Synopsis To Support The Firm’s Ability To Perform All Of Potential Areas Of The Objective/scope. Identify Each Task Element And Provide Information To Support The Firm’s Experience, Staffing And Overall Ability To Perform The Technical Area. evidence Of Experience And Past Performance Should Include Contracts/task Orders From The Past Three (3) Years Similar In Scope To This Requirement. examples Must Include Contract Numbers, Project Titles, Dollar Amounts, Periods Of Performance, And Government Points Of Contact (telephone Numbers Or Email Addresses). documented Information To Support The Firm’s Ability To Provide The Range Of Research Skillsets Capability To Quickly Plan, Conduct, And Document Studies; And Personnel Required For This Effort In A Timely Fashion. any Data On Previous Contracts/task Orders On Personnel Retention And Succession Planning. additional Information: indicate If Your Firm Will Submit A Proposal If A Request For Proposal (rfp) Is Issued, And If Your Firms Interest Is For Prime Contracting, Teaming Agreement Or Joint Venture. validation Of, Or Recommended Naics Codes For This Effort. validation Of, Or Recommended Contract Type. validation Of, Or Recommended Gsa Vehicle in Each Potential Areas Of Research, Indicate Any Small Business Subcontracting Opportunities, As Applicable. other Recommendations any Information Missing From This Requirement That Would Provide A Better Understanding Of The Effort Desired. please Submit Any Other Questions Or Comments Along With Your Response. contracting Office Address department Of Transportation (dot) Headquarters, 1200 New Jersey Avenue, Se, Washington, Dc 20590.
Closing Date12 Apr 2025
Tender AmountRefer Documents 

Province Of Sarangani Tender

Others
Philippines
Details: Description Invitation To Bid Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials For The Province Of Sarangani (pado-ict) 1. The Provincial Government Of Sarangani, Through Its Ab Cy 2025, Intends To Apply The Sum Of Fifteen Million Pesos (p15,000,000.00), Inclusive Of All Taxes And Freight Charges, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials For The Province Of Sarangani (pado-ict) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required And Must Be In Accordance With Section Vi (schedule Of Requirement Of The Bidding Documents). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183 4. Prospective Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Above During Office Hours From Mondays To Fridays At 9:00 Am To 3:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 26, 2025 (wednesday) From The Given Address And Websites Of The Philippine Government Electronic Procurement System (philgeps And Of The Procuring Entity. Pursuant To The Latest Guidelines Issued By The Gppb, The Interested Bidders Shall Pay The Applicable Fee In The Amount Of Twenty-five Thousand Pesos (25,000.00), Which Is Non-refundable. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On March 4, 2025 (tuesday), 9:00 Am At Bac Conference Room, 2nd Floor, Pgso Bldg., Capitol Complex, Alabel, Sarangani Province. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before March 18, 2025 (tuesday) At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 18,2025 (tuesday), 9:00am At The Given Address Above. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bids And Awards Committee Secretariat 2nd Floor, Pgso Building, Capitol Complex Alabel, Sarangani Province 9501 E-mail: Bacsecsarangani@gmail.com Telephone Number: (083) 508-3008 Atty. Jenric Y. Garcia Bids And Awards Committee Chairman 1. 1 Lot/s Supply, Delivery, Installation, Training And Commissioning Of One (1) Lot Cctv Materials 35 Unit/s Atleast 4mp Dome Ip Camera Image Sensor 1/2.7"progressive Scan Cmos Scanning Mode Progressive Dynamic Range: Atleast 120db 16:9 Aspect Ratio (4 Mega Pixel Mode) 68 Unit/satleast 4mp Bullet Ip Camera Image Sensor ½.8’’ Progressive Scan Cmos Scanning Mode Progressive Dynamic Range: Atleast 120db 16:9 Aspect Ratio (4 Mega Pixel Mode) 1 Unit/s Ptz (pan/tilt/zoom) Atleast 2mp Camera Image Sensor 1/2.8” 2.0-megapixel, Progressive Scan, Cmos Scanning Mode Progressive Dynamic Range: Atleast120db Aspect Ratio (16:9)/aspect Ratio (4:3) Defog Intelligent Video Motion Detection Digital Zoom: Atleast 16x Optical Zoom: Atleast 33xg 7 Unit/s Atleast 16ch Network Video Recorders (nvr) Inputs Up To 16 Network Cameras Support Local Display Hdmi: 4k Hdd Slot Internal 2 Hdd Slots Hdd Type 3.5-inch Sata Hdd 1 Unit/s Artificial Intelligence (ai) Analytic Server Processor: Intel Core I7 Or Xeon Cpu Ram: Atleast 32 Gb Ram (minimum) Storage: Atleast 480gb Ssd (minimum) Atleast 1tb Hdd (minimum) 1 Unit Artificial Intelligence (ai) Analytic Software Can Use Multiple Ai License In One Camera Software Appliance-based Analytics Simple, Easy-to-use Google-like Interface 2 Unit/s Artificial Intelligence (ai) Facial Recognition License With Video Search Face Search (no Face Database) Real-time & Batch-mode Face Recognition (match With Face Database) Video Search (object Search & Detection) Support Multi-camera Video Search (central Search) Detect Direction Of People Motion Tracking 2 Unit/s Artificial Intelligence (ai) Plate Number Recognition License With License Plate Recognition License Plate Recognition Analytics For 100+ Countries Real-time Alert For Blacklist/whitelist/unidentified (not In Any List) 1 Set/s Desktop Workstation Processor: Intel Core I7 14th Ram: Atleast 32 Gb Storage: Atleast 1tb Ssd Gpu: Atleast 4gb Monitor: Atleast 22” Inches With 650va, And Mouse / Keyboard 1 Unit/s Atleast 10 Port Cloud Managed Router Fixed Lan Port(s): 6×10/100/1000 Base-t Fixed Wan Port: 1×10/100/1000 Base-t Cpu: 2 Cores, 1.35 Ghz Sdram/ram: Atleast 512 Mb Poe Power Budget: Atleast 110 W 1 Unit/s Atleast 24 Port Managed Gigabit Poe Layer 2 Switch Ports: 24 X 10/100/1000base-t Poe+ Ports, 4 Sfp+ Uplink Switching Capacity: Atleast 128 Gbps Mac Address Table: Atleast 16000 1 Unit/s Gpon 4-pon Olt Qty: 4 Gpon Port: Qty 4 Transmission Distance: Atleast 20km 10 Unit/s Atleast 6 Port Unmanaged Switch W/ Atleast 4 Port Poe +2 Sfp Slot Switching Capacity: Atleast 6.8g Packet Forwarding Rate: Atleast 4.91mpps 3 Unit/s Atleast 11 Port Gigabit Switch With Atleast 8 Port Poe Unmanaged Port 11: 1 × Rj-45 10/100/1000 Mbps (uplink) Switching Capacity: Atleast 33 Gbps Packet Forwarding Rate: Atleast 16.37 Mpps Packet Buffer Memory: Atleast 1.75 Mbit 1 Unit/s Atleast 16 Port Unmanaged Gigabit Poe Switch Ethernet Port: Atleast 16 7 Unit/s Atleast 65" Surveillance Monitor 25 Unit/s Atleast 650va Uninterruptible Power Supply 15 Unit/s Atleast 1kva Uninterruptible Power Supply 14 Unit/s Atleast 10 Tb Hard Disk 5 Unit/s Atleast 1kva Automatic Voltage Regulator 1 Unit/s Atleast 42u Data Cabinet 15 Unit/s Atleast 6u Data Cabinets 30 Unit/s Gpon/epon Xpon Ftth Onu Modems 98 Piece/s Cctv Utility Box 2400 Meters Category 6 U/utp Installation Cable, Outdoor 6000 Meters Cat6 Pure Copper Cable, Indoor 750 Piece/s Rj45 Connector Cat6 2000 Km/s Single Mode Atleast 4 Cores Optical Fiber Cable 4000 Km/s Single Mode Atleast 2 Cores Optical Fiber Cable 1 Piece/s Direct Attach Cable (dac) Sfp Passive Cables 10 Piece/s Fiber Optic Splitter Atleast 8 Port Connector Cable Box 8 Piece/s Nap Box Fiber Splitter Box Atleast 8-port 90 Piece/s Ftth Retractor / Fiber Optic Cable Hanger Hook Pole 100 Piece/s Fiber Optic Cable Anchoring Clamp S-type F Clamp 90 Piece/s Sc Connector Single Core Butterfly 65 Piece/s Ftth Bridle Ring/overhead Line Accessories 40 Piece/s Ftth Fiber Optic Drop P Clamp Suspension Wire Clamp Tensioner 1 Lot/s Piping, Aerial Cabling Materials And Consumables Pvc, Moldings, Clamps, Cable Ties And Etc. 1 Lot/s Cable Tray And Other Materials Foc Patch Cables, Brackets, Cable Organizer And Etc 1 Lot/s Technical Installation And Supervision Accommodations, Plane And Bus Tickets And Other Expenses Warranty • Provide Warranty Service Within The Warranty Period. Provide Upgrades And Patches To Be Installed Free Of Charge During The Warranty Period. The Bidder Shall Be Responsible For All The Costs Related To The Warranty Period For Hardware Products. Equipment – One (1) Year From The Delivery • Render Support Services To The Province Within The Warranty Period As Follows:  Technical Support Through Phone Calls Or Email Within Regular Working Hours From Monday To Friday, 8:00am To 5:00pm  In Case Of Defective Equipment, Replacement With The Same Or Higher Specifications Training • Provide Demonstration And Training For Personnel That Will Be Assigned To Monitor Cctv System And Maintain Cctv Equipment. Appropriate Certification Must Be Issued To The Participants. • Conduct Basic Training For System Administration And Knowledge Of Basic Operation Commissioning, Testing And Acceptance • The Winning Bidder Must Conduct Commissioning And Testing To Ensure The Maximum Level Of Reliability By Reviewing And Testing The Physical Design Of The Cctv System As A Whole. • Upon Completion Of Commissioning And Testing, The Province Shall Issue A Certificate Of Acceptance Subject For Payment Scope Of Work And Activities (1.) To Ensure The Quality Of Service, The Bidder Shall Submit The Following Documents: • Proposed Detailed Plan/design And Specifications For Structured Cabling And Cctv Solution Subject For The Approval Of The Province Prior To Bidding; • Project Management Plan Which Provides An Implementation Timeline That Reflects All The Milestones In The Gantt Chart; • Acceptance Certification From A Government Sector To Prove That The Prospective Bidder Had An Experience Of Having Completed At Least One (1) Contract That Is Similar To This Project Completed At Least Three (3) Years From The Date Of Bidding • A Certification From The Manufacturer Indicating That The Bidder Is:  The Sole Authorized Distributor In The Philippines To Supply And Carry Out The Installation For The Province Of Sarangani Project;  The Appointed Authorized Bidder To Supply And Install The Ai Video Analytics Platform & Engines • A Document To Show A Summary Key Results From The Evaluation Of Nist (national Institute Of Standards And Technology, Us Department Of Commerce) On Face Recognition Algorithms • An Official Statement From The Camera Manufacturer That The Cameras And Recorder Are Not Manufactured By Any Banned Video Surveillance Manufacturer As Stated In The National Defense Authorization Act (ndaa) • Warranty Certification From The Cctv Manufacturer. (2.) Project Duration: 180 Working Days System Requirements To The Bidder • The Prospective Bidder Must Have At Least Ten (10) Years’ Experience In The Supply, Delivery, Installation, Testing And Commissioning Of Cctv Surveillance System Within The Government Sector • Proposed Design, Configuration, And Specifications Of Offered Design, Systems, And Technology Must Show Compliance, Compatibility, And Best Fit To The Required Systems For Evaluation Of The Procuring Entity • Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Must Inspect The Site. This Is To Ensure The Reliability, Security, And Efficiency Of The Services That Are Needed Which The Prospective Bidder Will Be Offering. Each Activity Should Have A Timeframe And A Gantt Chart Summary. Responsibility And Accountability Of The Winning Bidder • Submission Or Acquisition Of All Required Permits • Improvement Of The Existing Cameras • Supply, Delivery And Installation Of The New Cameras And Other Equipment’s • Integration Of Newly Installed Cctv To Existing Cameras • Supply Of Labor, Delivery And Installation Of Various Fiber Cables And Components For Fiber Cable Laying Point To Point • Termination Of Fiber Server To Nap Facility • Cable Pulling, Rough-ins, Cable Retagging And Labelling • Mobilization, Hook Up Devices And System Configurations • Conduct Termination, Testing And Commissioning Conduct Rigid Operational Testing Before Turn Over
Closing Date18 Mar 2025
Tender AmountPHP 15 Million (USD 261.5 K)

TERESA WATER DISTRICT Tender

Laboratory Equipment and Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description January 14, 2025 No. 2025-01-002 Request For Quotation Supply And Delivery Of Brass Water Meter ½ The Teresa Water District (terwd) Hereinafter Referred To As “the Purchaser”, Through Its Bids And Awards Committee (bac), Invite Interested Parties To Submit Price Quotations For The Project, “supply And Delivery Of Brass Water Meter ½” Through Section 53.9 (negotiated Procurement-small Value Procurement) With Approved Budget For The Contract (abc) Of One Hundred Seventy-three Thousand Eight Hundred Pesos Only (php 174,000.00). Item No. Quantity Unit Item Description 1 100 Pcs -brass Water Meter ½ (15mm) -with Iso Certificate -lwua Accredited -made Of Selected High Quality Materials Designed For Hot And Cold Climate. -suitable For High And Low Pressure Area -anti Magnetic Features -vacuum Sealed Counter To Prevent Clouding Of Lens -leak Proof Self-contained Hermetically Sealed Counter -with Anti-corrosive Epoxy Resin Treated Copper Body -clear, Tampered Glass Cover -easy To Replace, Non-corrosive Strainer -mwsi/mwci/nwrb Certificate Available Upon Request -uni-directional, Non-reversible Feature -factory Calibrated Specifications: Normal Size -1/2 (15mm) Maximum Flow-(qmax) – 3 M3/h , Nominal Flow (qn)- 1.5 M3/h Transitional Flow – 120 L/h , Minimum Flow (qmin)- 30 L/h Starting Flow (qs)-16 L/h, Minimum Reading – 0.0001 M/3 Maximum Reading- 99999 M/3 , Nominal Pressure – 10 Bar Headloss At Qmax ˂1 , Test Pressure ˂10 , Maximum Temperature 50 C Weight And Dimension Meter Size 15mm , Length 259 Lmm , Width 165 L1mm X 98dmm Height 114 Hmm , Connecting Thread G3/4 Iso R228 Weight 1.8 Kg -nothing Follows- All Items Listed Under The Purchaser’s Specifications Must Be Compiled On A Pass-fail Basis. Failure To Meet Any One Of The Requirements Will Result To Rejection. Likewise, It Is Understood That Purchaser’s Specifications Are Minimum Requirements. The Bidder /supplier May Offer Higher Specifications Or Additional Items, If Any. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (government Procurement Reform Act). It Is The Intent Of The Purchaser To Evaluate The Quotation For The Item And Award Will Be Made To The Quotation Resulting In The Overall Lowest Cost. Contract Award Will Be Made To The Lowest Evaluated Quotation Meeting Purchaser’s Technical Specifications. Likewise, In Accordance With Section 54.6 And Appendix A Of Annex “h” (consolidated Guidelines For The Alternative Methods Of Procurement) Of The Irr Of Ra No. 9184 The Supplier Shall Provide The Following Documentary Requirements As A Condition For Award Of The Contract: 1. Philgeps Registration Number; 2. Mayor’s/business Permit; 3. Certificate Of Registration; And 4. Duly Notarized Omnibus Sword Statement Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. All Quotations May Be Typewritten Or Handwritten And May Be Placed In A Sealed Envelope Marked “supply And Delivery Of Brass Water Meter” (rfq No. 2025-01-002) And Must Be Delivered On Or Before January 20, 2025 2:00pm At Teresa Water District Office. It Is May Also Be Sent Thru Email On Our Official Email Address At Bac.terwd@yahoo.com On The Specified Time Stated Above And Address To The Bac Secretariat, Ms. Leslie H. Dela Raga. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. The Delivery Period Shall Be Within Ten (10) Days From Receipt Of The Purchase Order (po). The Supplier Should Inform The Purchaser At Least Two (2) Days Before The Date Of The Delivery. The Purchaser Shall Have The Right To Reject Or To Return The Items That Will Be Declared Defective. The Delivery Will Be Made Only During Working Days From 8:00am To 5:00pm. Delivery Site: Teresa Water District Omega Subd., Brgy. San Gabriel, Teresa, Rizal The Prospective Supplier Shall Submit The Following: A) Quotation; B) Sample Products For Evaluation; And C) Brochures Of The Items Offered, If Any. The Teresa Water District Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers. Terwd Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To The Most Advantageous To The Government. Prepared By: Noted By: Signed Signed Leslie H. Dela Raga Engr. Gilbert Roland R. Denilla Bac Secretariat Bac Chairman
Closing Date20 Jan 2025
Tender AmountPHP 174 K (USD 2.9 K)

Municipality Of Batuan, Bohol Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Office Of The Bids And Awards Committee Email: Lgubatuan@gmail.com; Tel. (038) 417-7754 Procurement Of Infrastructure Project Invitation To Bid (concreting Of Barangay Pathways) 1. The Municipality Of Batuan, Through The Supplemental Budget No. 3; Appropriation Ordinance No. 12-27-2024 Intends To Apply The Sum Of Nine Hundred Ninety Nine Thousand Nine Hundred Ninety Pesos & 90/100 (php 999,990.90) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ib Solicitation No. _________. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Batuan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 40 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). 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 The Municipality Of Batuan Through The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm, Monday To Friday Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025 To February 17, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents : February 7, 2025 2. Pre-bid Conference 3. Closing Date/time : February 6, 2025 : February 17, 2025 @ 2:00 P.m 4. Pre-qualification & Bid Opening : February 17, 2025 @ 2:00 P.m 5. Bid Evaluation : To Be Determined After Opening 6. Post Qualification : To Be Determined After Evaluation 7. Notice Of Award : To Be Determined After Evaluation 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 17, 2025 At 2:00 O’clock In The Afternoon. 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 16. 9. Bid Opening Shall Be On February 17, 2025 At 2:00 P.m. At The Bac Office, Municipality Of Batuan. Bids Will Be Opened In The Presence Of The Bidders Or Its Duly Authorized Representatives Who Choose To Attend The Activity. 10. The Municipality Of Batuan 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. 11. For Further Information, Please Refer To: Ms. Maria Juna B. Jala Head – Bac Secretariat Office Of The Bids And Awards Committee Municipality Of Batuan Poblacion Sur, Batuan, Bohol Mobile Nos. 09302456208 Or 09198652866 Eliseo B. Sumampong Bac Chairperson Republic Of The Philippines Province Of Bohol Municipality Of Batuan Office Of The Bids And Awards Committee Procurement Of Infrastructure Project Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals Plainly Marked “proposals For Supplying To The Government” Subject To The Terms And Conditions Set Forth Will Be Received On _______________________ Of ___________________and Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee (bac), Twg And Observer. Concreting Of Barangay Pathways Item No. Scope Of Work / Description Quantity Unit Unit Price Amount 1 Earthworks And Site Preparation, Excavation, Embankment 1 Lot 2 Concrete Pavement Barangay Garcia 1 Lot 3 Concrete Pavement Barangay Cabacnitan 1 Lot 4 Concrete Pavement Barangay Behind The Clouds 1 Lot Total Bid Or Quotation Should Not Exceed Php 999,990.90 As The Approved Abc. Name Of Project : Concreting Of Barangay Pathways Form Of Bid Security: Surety (5%) Cash / Guarantee (2%) Others: ____________________ I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby Read And Accepted. Submitted By: Name And Signature Of Bidder Or Representative ___________________________ Position ___________________________ Name & Signature Of Bidder ___________________________ Date Eliseo B. Sumampong Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 999.9 K (USD 17.2 K)

DEPT OF THE ARMY USA Tender

Software and IT Solutions
United States
Details: The U.s. Army Contracting Command - Belvoir Division (acc-apg), Aberdeen Proving Ground, Md On Behalf Of The Defensive Cyber Operations (dco), Ft. Belvoir, Va, Is Conducting Market Research To Identify Contractors With Existing Capabilities, Experience, And Expertise To Develop An Army Big Data Platform (bdp) Orchestration Tool That Automatically Provisions, Installs, And Configures A Bdp Cluster On Amazon Web Services (aws) Govcloud. Interested Contractors Shall Demonstrate That They Currently Possess All Necessary Experience And Capability, Along With The Personnel To Perform These Services. the Army Bdp Orchestrator Capability Will Consist Of The Following Areas: bdp Orchestration Tool Automatically Provisions, Installs, And Configures A Bdp Cluster On Aws Govcloud. Creating (if Required) Amazon Machine Image (ami) For Un-configured Puppet Master And Node Images, Provisioning And Configuring The Puppet Master, Provisioning And Bootstrapping The Nodes, Configuring, Initializing And Validating The Bdp Components. the System Shall Provide Orchestration/automation Systems And Tools Which Works For Niprnet And Siprnet. the Solution Shall Direct Specific Computers Or Virtual Machines (vms), Networks, Applications, And Storage Functions From End To End Provisioning Activities. the Solution Shall Provide Auto-scaling Functions To Maintain A Range Of Numbers Of Computers Or Vms In Services On The Templates. the Solution Shall Have A Web-based, Remote Management Console And Role-based Control Access. the Solution Must Be Integrated With A Web-based Enterprise Directory. the System Shall Support End-to-end Provisioning Capabilities the Solution Shall Process Infrastructure Changes, Requests To Configuration Management Databases, And Changes To Subordinate Orchestrators Across Multiple Domains. the Solution Shall Support A Specific Range Of Numbers Of Computers Or Vms, Networks, Applications, And Data Flows And Storage. the System Shall Support Automated Provisioning Of Workflows the Solution Shall Have A Workflow Design And Customization Capability. the Solution Shall Have The Ability To Override Requests And/or Stop A Workflow As Required By Mission Need. the Solution Shall Provide Workflow Features To Make Discovery Processes More Efficient. the Solution Shall Provide Activity Logs, Including Successful And Failure Activities. the Solution Shall Provide Acceptable Performance, That It Doesn’t Impact Or Degrade Existing System Performance. the Solution Shall Work To Provide Partial System Orchestration/automation Functions Without Impacting The Existing, Active System’s Services And Performance. the System Shall Support Resource Provisioning, Configuration, Monitoring, Scaling And Removal. the System Shall Be Deployed In A High Availability Architecture. the Solution Shall Enable Manual And Automatic Modifications Of Resources In Order To Maintain Required Thresholds. the Solution Shall Provide Real-time And Historical Visibility Into Configuration And Change Attributes. the System Shall Support Cac Authentication And Sipr Token Authentication. the System Shall Support Configuration Management Database (cmdb). the System Shall Support Northbound/southbound Communication Via Rest Api. the System Shall Provide Metrics On The Health And Availability Of All Clouds Infrastructures, Applications, Os, Storage, Etc. the Applicants Must Have At Least 2 Years Of Experiences In Developing Bdp Applications. the Applicants Must Provide Demonstration Of A Working Bdp Or Similar Technology Implementation. applicants Meeting The Preliminary Requirements Must Participate In Further Evaluations. applicants Will Provide The User Guide And System Admin Guide To Allow Other Entity To Perform Operations. interested Sources Shall Provide Responses That Contain The Following Information: name Of Company And Cage Code; point Of Contacts Name, Telephone Number And E-mail Address: company Address business Size Information; identification Of Whether You Are Interested In This Opportunity As A Prime Or A Subcontractor; a Brief Summary Of The Company’s Capabilities (to Include Descriptions Of Facilities, Equipment, Skills And Personnel) Experience, And Expertise, Including Knowledge Of Developing Bdp Applications; details Regarding Experience With Similar Efforts/items; identification Of Potential Sources For Major Subcontractors If The Source Intends To Utilize A Subcontractor(s); identification Of Additional Equipment Needed, Lead Time To Obtain And Install Such Equipment. please Include Any Assumptions Made, Recommendations Regarding Price Range Breaks, Or Any Additional Information You Feel Might Be Useful To The U.s. Government. this Market Research Is For Planning Purposes Only And Shall Not Be Construed As A Request For Proposal Or As An Obligation On The Part Of The U.s. Government. The U.s. Government Will Not Reimburse Any Respondent For Any Effort Or Information Submitted In Response To This Sources Sought. all Interested Parties Shall Provide All Information Requested In This Notification By 3:00 Pm Eastern Time On February 18 2025 By Electronic Mail At No Cost To The U.s. Government. Submissions Shall Be Directed To Acc-apg, Attn: Esha Guhaniyogi, Email Esha.guhaniyogi.civ@army.mil Or Lynette Perez, Lynette.n.perez.civ@army.mil. No Award Will Be Made As A Result Of This Market Research.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender

Food Products
Philippines
Details: Description Invitation To Bid Procurement Of Catering Services Through Framework Agreement Ib#2025-03-006 1. The Gov. Celestino Gallares Memorial Medical Center (gcgmmc), Through Gaa (general Appropriations Act) And Income Intends To Apply The Sum Of Three Million One Hundred Sixty-nine Thousand Three Hundred Forty Philippine Pesos Only (3,169,340.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Gov. Celestino Gallares Memorial Medical Center (gcgmmc) Now Invites Bids For Procurement Of Catering Services Through Framework Agreement. Delivery Of The Goods Is Required On The Day Of The Activity. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. Interested Bidders May Obtain Further Information From Gov. Celestino Gallares Memorial Medical Center (gcgmmc) Thru Electronic Mail Via Gcgmmc.bacdietarynevents@gmail.com Or Through Telephone Call At (038) 411-4868 To 69 Local 286 Or Through The Cellular Number 0931-799-3197. 5. Bidding Documents Is Posted In Philgeps Website. A Complete Set May Be Acquired And Downloaded By Interested Bidders From Gcgmmc Google Drive (gcgmmc.bacdietarynevents@gmail.com) On March 17, 2025 – April 7, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Philippine Pesos Only (php5,000.00). Paid Through Online Banking Or Bank Deposit Using The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Thru Online Transfer Or Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive (gcgmmc.bacdietarynevents@gmail.com). 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bidding Conference On March 25, 2025 At 10:00 Am At Gcgmmc, 5th Floor, Cloud Lounge, Miguel Parras St., Tagbilaran City, 6300 Bohol, 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 April 7, 2025 At 9:59 Am (pst). 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 April 7, 2025 At 10:00 Am At Gcgmmc, 5th Floor, Department Of Internal Medicine Conference Room, Miguel Parras St., Tagbilaran City, 6300 Bohol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. N/a 11. The Gov. Celestino Gallares Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Julie Ann A. Domasin Bac Secretariat 5/f Bac Office Gov. Celestino Gallares Memorial Medical Center 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol Email: Gcgmmc.bacdietarynevents@gmail.com Tel. No. (038) 411-4868 Local 286 Cel. No. 0931-799-3197 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Http://www.philgeps.gov.ph Gcgmmc Website Https://www.gcgmh.gov.ph Approved: (sgd) Engr. Maribeth G. Limpot Bac Chairperson (dietary Supplies And Trainings/seminars/workshops/ Events And Others) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_ Item / Service Type And Nature Of Each Item/service Cost Per Item Maximum Quantity Total Cost Per Item S/n Stock Property No. Item Description Qty Unit Lot 1: Snacks Only 1 161948 Bone And Joint Disorder Awareness Lecture Date: October 24, 2025 Venue: Gcgmmc Mktm Auditorium 135.00 50 Pax 6,750.00 2 143383 Scoliosis Screening In Selected Elementary School Date: September 8, 2025 Venue: Tagbilaran City Central School And Cogon Elementary School 135.00 400 Pax 54,000.00 3 420265 Mom's Meet Up 1st Batch: April 25, 2025 (35pax) 2nd Batch: .sept. 19, 2025 (35pax) 135.00 70 Pack 9,450.00 4 433657 Tara Latch Bohol Date: August 29, 2025 135.00 200 Pack 27,000.00 5 353660 Senior Time-out Wellness Activities For Senior Employees Except For January, February, March, October & December (50 Pax Per Month For 7 Months) Date: April 25, 2025, May 30, 2025, June 24, 2025, July 25, 2025, August 22, 2025, September 26, 2025 And November 28, 2025. 135.00 350 Pax 47,250.00 6 737527 Cervical Cancer Awareness Day Date: May 2025 Venue: To Be Announced 135.00 50 Pack 6,750.00 7 737527 Research Paper Contest Date: October 2025 Venue: To Be Announced 135.00 50 Pack 6,750.00 8 737527 Menopause Day Date: September 2025 Venue: To Be Announced 135.00 50 Pack 6,750.00 9 737527 Ahip Event Date: August 2025 135.00 300 Pack 40,500.00 10 149069 Celebration Of National Cerebral Palsy Day Date: October 6, 2025 Venue: Bohol Cultural Center 135.00 200 Pax 27,000.00 Notes: The Activities Without Specific Menu, The Bidder Shall Offer 3 Sets Of Menu. Sub-total: 232,200.00 Lot 2: Snacks For Blood Donation 1 2592 Mobile Blood Donation Activity Snacks Inclusions: 1. Bottle Water - 350 Ml, 2. Biscuit/cup Cake/brownie,3. Bread With Ham Or Tuna Spread Notes: Winning Supplier Must Be Paid Upon Completely Served. 35.00 10,800.00 Piece 378,000.00 Sub-total: 378,000.00 Lot 3: Meals (pack Meals Only) 1 822381 Tree Planting (hospital Week) Date: August 2025 - Breakfast 200.00 100 Pack 20,000.00 2 542859 Hospital Week Opening (hospital Week) Date: August 2025 - Breakfast 200.00 1600 Pack 320,000.00 3 385840 Coastal Clean - Up (hospital Week) Date: August 2025 - Breakfast 200.00 50 Pack 10,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 350,000.00 Lot 4: Meals (pack Meals Only) 1 143383 Scoliosis Screening In Selected Elementary School Date: September 8, 2025 - Lunch 270.00 20 Pack 5,400.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 5,400.00 Lot 5: Pack Meals Only (lunch With 1 Snack Am/pm) 1 627342 Medical Mission (hospital Week) Date: August 2025 405.00 60 Pack 24,300.00 2 874302 Chemotherapy Completer Graduation And Patient Empowerment Date: December 06, 2025 405.00 300 Pack 121,500.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 145,800.00 Lot 6: Pack Meals Only(lunch With 2 Snacks Am&pm) 1 395970 Mss Outreach Program Date: December 19, 2025 540.00 120 Pack 64,800.00 2 682014 Outreach Lecture On Fall Prevention And Balance Activities For The Elderly Date: October 10, 2025 Venue: To Be Arranged 540.00 50 Pack 27,000.00 3 274164 Stroke Awareness And Rehabilitation Lecture Batch 1: May, 2025 (40pax) Batch 2: August 2025 (40pax) 540.00 80 Pack 43,200.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 135,000.00 Lot 7: Meals (lunch Only) 1 298916 Hospital Week Culmination (hospital Week) August 2025 - Lunch 270.00 1600 Pax 432,000.00 2 113589 Year End Accomplishment Review Date: December 2025 - Lunch 270.00 1600 Pax 432,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 864,000.00 Lot 8: Meals Only (lunch With 2 Snacks Am&pm) 1 782490 Filipino Elderly Week Celebration - Day 1: October 1,2025 At 11:00 Am Venue: Auditorium 540.00 63 Pax 34,020.00 2 771310 Basic Course In Research Writing Batch 1: May 03, 2025 (100 Pax) Batch 2: May 10, 2025 (100 Pax) Batch 3: May 17, 2025 (100 Pax) Batch 4: May 24, 2025 (100 Pax) Batch 5: May 31, 2025 (100 Pax) Venue: Gcgmmc Mktm Auditorium 540.00 500 Pax 270,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 304,020.00 Lot 9: Meals (lunch With 2 Snacks Am&pm) With Pool Only 1 103265 Down Syndrome And Adhd Awareness Week Celebration Batch 1: June 27, 2025 (50 Pax) Batch 2: October 24,2025 (50 Pax) 540.00 100 Pax 54,000.00 2 782490 Filipino Elderly Week Celebration Day 3: October 3, 2025 At 11:00 Am 540.00 65 Pax 35,100.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 89,100.00 Lot 10: Meals (lunch With 2 Snacks Am&pm) With Registration Only 1 672256 Dysphagia Management Workshop Date: October 23-24,2025 540.00 80 Pax 43,200.00 2 861654 Splinting Workshop Rehab With Registration Day 1: July 19 (8o Pax Per Session) Day 2: July 20(80 Pax Per Session) 540.00 160 Pax 86,400.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 129,600.00 Lot 11: Venue With Meals Only (lunch With 1 Snack Am) 1 513262 National Disability Rehabilitation Week Celebration Day 1: Tentative July 24, 2025 (200 Per Batch) Day 2: Tentative July 25, 2025(200 Per Batch) 405.00 400 Pax 162,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 162,000.00 Lot 12: Venue With Meals Only (lunch With 2 Snacks Am&pm) 1 815619 Basic Competencies Of Recognizing, Recording, Reporting, And Referring (4rs) For Women And Child Abuse Cases 1st Batch: October 9, 2025 (35pax) 2nd Batch : October 10, 2025 (35pax) 540.00 70 Pax 37,800.00 2 489699 7th Women And Children Advocates Congress Date: November 28,2025 540.00 150 Pax 81,000.00 3 877544 Lactation Management Training 2nd Batch Day 1:august 13, 2025 ( 30pax) Day 2: August 14, 2025 (30pax) Day 3: August 15, 2025 (30pax) 540.00 90 Pax 48,600.00 4 237144 Filipino Elderly Week Celebration (buffet Style) - Day 2: October 2, 2025 540.00 63 Pax 34,020.00 5 437860 Bohol Gender Empowered Students (gems) Day 1: August 21, 2025 (60 Pax) Day 2: August 22, 2025 (60pax) 540.00 120 Pax 64,800.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 266,220.00 Lot 13: Outside Gcgmmc With Meals (lunch With 2 Snacks Am&pm) 1 456750 Community Mother Support Group Date: June 20, 2025 (30pax) 540.00 30 Pack 16,200.00 2 101632 Case Conference And Health Information Program Date: December 5, 2025 540.00 70 Pax 37,800.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 54,000.00 Lot 14: Simultaneous Venue (lunch With 2 Snacks Am&pm) 1 389121 Tara Latch Bohol 2025 August 29, 2025 (100pax) Venue: Gcgmmc And Tba 540.00 100 Pack 54,000.00 Notes: The Bidder Shall Offer Three (3) Sets Of Menu. Sub-total: 54,000.00 Grand Total: 3,169,340.00 Expected Delivery Timeframe After Receipt Of A Call-off On The Day Of The Activity Or Any Date As Determined By The P.e.
Closing Date7 Apr 2025
Tender AmountPHP 3.1 Million (USD 55.5 K)
5041-5050 of 5160 archived Tenders