Cloud Tenders

City Of Tayabas Tender

Civil And Construction...+1Construction Material
location
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-038 Supply And Delivery Of Construction Materials For Repair And Maintenance Of School Facilities (brigada Eskwela) - Csdo 1. The City Government Of Tayabas, Through The Sef 2025intends To Apply The Sum Of One Million Two Hundred Seventy-two Thousand Seventy-six Pesos And 85/100 (php 1,272,076.85) Being The Abc To Payments Under The Contract For Project # 25-038 Supply And Delivery Of Construction Materials For Repair And Maintenance Of School Facilities (brigada Eskwela) - Csdo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Delivery Schedule. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 11, 2025 (tuesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On March 18, 2025 (tuesday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March31, 2025 (monday), 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March31, 2025 (monday), 10:01 A.m. At The Given Address Below .bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabasreserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Quezon (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents:https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty 1. Set 1.00m (w) X 2.10n (h) Aluminum Door W/ Framed Glass W/ Heavy Duty & Complete Acc. 1 2. Set Aluminum Framed Glass Window Measuring 1.20m X 1.35m With Complete Accessories 1 3. Set Aluminum Framed Glass Window Measuring 1.20m X 1.30m With Complete Accessories 1 4. Bags Sand (s-1) 38 5. Pcs. Two Gang Switch W/ Strap And Plate (high Quality) 3 6. Pcs. Duplex Universal Outlet W/ Ground And Safety Shutter (high Quality) 18 7. Sets Led Tube 20w; G13; 2200lm; 1200mm; 6500k Daylight 3 8. Meters Hdpe Spiral Flexible Conduit 25mm Ø 30 9. Box Electrical Copper Wire Thhn/thwn 3.5mm² (high Quality) 150m Per Box/coil 3 10. Pcs. Pvc Junction Box With Cover 2 11. Pcs. Pvc Utility Box 2 12. Pcs. Pvc Moulding; 1" Ø 16 13. Pcs. Black Screw 25 14. Pc 50mm Dia. X 6m Gi Pipe Sch. 40 10 15. Pcs 25mm X 50mm X 6m Steel Tubular 14 16. Pcs 25mm X 25mm X 6m Steel Tubular 9 17. Pcs Cutting Disc 4" (metal) 105 18. Kgs Welding Rod (20kgs) 84 19. Pcs Corrugated Color Roof 5ft. 16 20. Pcs 0.35mm X 2.40m Pre-painted Ridge Roll 17 21. Gal Epoxy Primer/gal 6 22. Pcs Tex Screw Bolt #1 1/2 950 23. Bag Portland Cement 342 24. Gal Paint Thinner 14.5 25. Pcs 38mm Paint Brush 31 26. Pcs Baby Roller Brush 28 27. Roll 20mm Dia P.e. Pipe/roll (1/2" = 20mm)/black /100meter 1 28. Can Solvent Cement 400 Cc/100cc 1 29. Pcs 20mm Dia P.e. Pipe Connector 6 30. Pc 20mm Dia P.e. Pipe Connector (tee) 1 31. Rolls Teflon Tape 3 32. Pcs 38mm Pvc Clamp 10 33. Pcs 0.60m X 0.60m Floor Tiles 116 34. Bags Tile Adhesive 14 35. Cu.m. Sand (s-1) 32.5 36. Bags Pea Size Gravel 3 37. Bag Tile Grout 4 38. Gal Water Proofing Compound/gal 1 39. Pcs 100mm X 200mm X 400mm Chb 80 40. Pcs 10mm Dia. X 6m Rsb Std. 34 41. Kg #16 Gi Tie Wire 26 42. Pcs 50mm X 50mm X 3.6m Coco Lumber 21 43. Pc Sink Faucet Stainless 1 44. Pc Pvc Receptacle 100mm Ø 1 45. Pc Led Bulb 15w; E27; 1300lm; 6500k Daylight 1 46. Pcs 11.50mm Thk X 1.20m X 2.40m Marine Plywood 4 47. Pcs 18mm Thk X 1.20m X 2.40m Marine Plywood 3 48. Pcs 50mm X 50mm X 3.6m S4s Good Lumber 7 49. Ltr Stickwell Glue/ltr 1 50. Pcs 20mm X 20mm X 2.4m Edging Lumber 8 51. Pairs Hinges 2x3 4 52. Pcs Cabinet Handle 2 53. Pcs Catches/set 6 54. Pcs Stainless Steel Angle Bracket 8 55. Pcs Metal Screw 2 32 56. Kg 38mm Finishing Nail 6 57. Gal Gloss Latex/tin 2 58. Gal Flat Wall Enamel 2 59. Ltrs Chocolate Brown Enamel 4 60. Pcs Sanding Paper #100/pc 6 61. Gal Glazing Putty/gal 1 62. Kg Asstd. Common Wire Nail 18.5 63. Cu.m. Pea Size Gravel 9 64. Pcs 9mm Dia. X 6m Steel Bar 8 65. Pcs 12mm X 6m Plain Round Bar 34 66. Pcs 5mm-thk X 38mm X 38mm X 6m Angle Bar 25 67. Gal Red Oxide Primer/gal 11.5 68. Pcs Cutting Disc 12" (metal) 19 69. Pcs 1.20m X 2.40m Steel Matting 34 70. Pcs 25mm Dia. X 6m Gi Pipe Sch. 40 7 71. Pcs 5mm Thick X 19mm X 6m Flat Bar 15 72. Pcs Sanding Disc # 4 11 73. Pcs 25mm Paint Brush 3 74. Pcs 125mm X 200mm X 400mm Chb 615 75. Rolls Nylon Cord (tysi) 16 76. Pcs 75mm Dia.pvc Pipe X 3.0m 7 77. Pcs 5mm Thk X 1.20m X 2.40m Cement Board 50 78. Pcs Double Furring Channel .6mm Thk -50mm X 19mm X 5m 121 79. Pcs Wall Angle .6mm Thk -25mm X 25mm X 5m 21 80. Pcs Carrying Channel .6mm Thk -38mm X 12mm X 5m 20 81. Boxes Blind Rivets 5/32/box 15 82. Kgs Concrete Nail 3.5 83. Mtrs. Sieve/bistayan 2 84. Pcs 50mm X 75mm X 3.6m Coco Lumber 11 85. Sets Aluminum Framed Clear Glass Sliding Window Measuring 1.50 M X 0.42m With Complete Accessories And Installation 2 86. Set Aluminum Framed Clear Glass Side Sliding Window (upside Down) Measuring 2.03m X 1.13m With Complete Accessories And Installation 1 87. Set Aluminum Framed Door Measuring 1.96m X 1.10m With Complete Accessories (ordinary) And Installation 1 88. Set Square Bar Grill Window Measuring 2.03m X 1.13m 1 89. Pcs 12mm Dia. X 6m Rsb Std. 95 90. Pcs 9mm Dia. X 6m Steel Bar 50 91. Pcs 5mm Thk X 1.20m X 2.40m Marine Plywood 30 92. Pcs 50mm X 75mm X 3.6m Coco Lumber 39 93. Set Steel Entrance Double Gate Measuring 1.8m X 3.05m With Complete Accessories And Installation 1 94. Pcs 20mm Dia. X 6m Gi Pipe Sch. 40 8 95. Pcs 4mm Thk X 20mm X 20mm X 6m Angle Bar 10 96. Pcs 5mm Thick X 19mm X 6m Flat Bar 3 97. Pcs 50mm Paint Brush 12 98. Pcs. 50mm X 100mm X 6m Steel Tubular 1.5 Thk 3 99. Pcs. 50mm X 75mm X 6m Steel Tubular 1.5 Thk 24 100. Pc 50mm X 50mm X 6m Steel Tubular 1.5 Thk 1 101. M 0.35mm Corrugated Gi Sheet/mtr 176.62 102. Pcs. Tex Screw Bolt #3 1600 103. Sets Window Grills Using 12mm Square Bar Measuring 150cm X 150cm With Installation 8 104. Kg 75mm Common Wire Nail 1 105. Kg 100mm Common Wire Nail 1 106. Pcs. Corrugated Coor Roof 16' 12 107. Pcs. 0.35mm X 2.40m Color Roof Flashing 8 108. Pcs. Tex Screw Bolt #2 1/2 1610 109. Pcs. 1.5mm Thk X 50mm X 150mm X 6m Cee Purlins 4 110. Bottle Paint Thinner 2 111. Pcs 19mm Dia X 6.0m G.i. Pipe (sch.40) 13 112. Pcs 5mm-thk X 25mm X 25mm X 6m Angle Bar 20 113. Pcs. Drill Bit 5mm; Mansory; High Quality 42 114. Pcs. Corrugated Color Roofing Sheet 22' 11 115. Ltr Vulca Seal/ltr 8.5 116. M Corrugated Color Roofing Sheet 32 117. Pcs. 5mm-thk X 50mm X 50mm X 6m Angle Bar 31 118. Box Blind Rivet 1/8 4 119. Rolls Cycloned Wire Mesh 1m X 6m /roll 12 120. Pcs. 4mm Thk X 20mm X 20mm X 6m Angle Bar 12 121. Mtr. Long Span Rib Type Color Roof (1m Width) 26.4 122. Pcs 1.5mm Thk X 50mm X 75mm X 6m Cee Purlins 29 123. Pcs 0.40mmx0.90m X 2.40m Plain G.i.sheet 11 124. Pcs Drill Bit 4mm; Mansory; High Quality 4 125. Pcs 100mm Dia. X 6m Gi Pipe Sch. 40 1 126. Pcs 1.5mm Thk X 50mm X 100mm X 6m Cee Purlins 2 127. Pcs 0.35mm X 2.40m G.i. Ridge Roll 6 128. Pcs 0.35mm Spanish Gutter 2x4x6 Length 2.4m 3 129. Pcs 75mm Paint Brush 5 130. Pcs Ga16 X 1.20m X 2.40m Plain Gi Sheet 6 131. Pcs 4mm-thk X 38mm X 6m Flat Bar 3 132. Pcs Concrete Screw Anchor 3/16" 20 133. Gals Roofgard 2 134. Cu.m. Coarse Aggregate (blended-crushed Gravel And Filler Materilals) 3.5 135. Pcs 50mm X 150mm X 3.6m Coco Lumber 11 136. Kg 50mm Common Wire Nail 3 137. Pcs 25mm Dia. X 6m Gi Pipe Sch. 40(bended) 6 138. Pcs 0.40mmx1.20mm X 2.40m Plain G.i.sheet 6 139. Pcs 4mm-thk X 50mm X 6m Flat Bar 1 140. Pcs 5mm-thk X 13mm X 75mm Expansion Bolt Screw 24 141. Tube Silicon Sealant Clear/tube 9 142. Pcs. Drill Bit 5mm; Metal; High Quality 13 143. Pcs 100mm Dia.pvc Pipe 1 144. Pcs. 0.80m (w) X 2.10m (h) Pvc Panel Door W/jamb & Heavy Duty & Complete Acc. 1 145. Kg Umbrella Nail 2 1/2 1 146. Pcs. Hacksaw Blade 2 147. Pcs 50mm X 75mm X 3.6m S4s Good Lumber 5 148. Pc Three Gang Switch W/ Strap And Plate (high Quality) 1 149. Pcs One Gang Switch W/ Strap And Plate (high Quality) 2 150. Pcs Safety Breaker 30 Amp 3 151. Pcs Pvc Utility Box Surface Type 45 152. Roll Electrical Tape Big 10 153. Pcs 0.35mm Corrugated Gi Sheet/mtr 3 Meters 14 154. Pc Ordinary Gutter 1 155. Pc 50mm Dia. Pvc Pipe 1 March 11, 2025 ______________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date31 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.8 K)

Department Of Agriculture Tender

Software and IT Solutions
location
Philippines
Details: Description Invitation To Bid For The Rebidding Of Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Seven Million Five Hundred Twenty Thousand Pesos (php7,520,000.00) With Project Identification Number Da-rfo 1-2025-goods-032-r Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Rebidding Of Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Rebidding Of Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Total 7,520,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition, Subject To The Availability Of Training Schedule From The Civil Authority Of The Philippines (caap) With A Duly Received Proof Of Its Request. 1 Unit Grand Total 7,520,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 26, 2025 To March 18, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Rebidding Of Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Rebidding Of Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 05 March 2025, 11:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 18 March 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 18 March 2025, 10:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 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: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ February 25, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032-r
Closing Date18 Mar 2025
Tender AmountPHP 7.5 Million (USD 129.1 K)

Department Of National Defence DND Tender

Software and IT Solutions
corrigendum
Corrigendum : Closing Date Modified
location
Canada
Details: Notice Of Proposed Procurement File Number: W8476-256998/a Tier: 1 (< $3.75m) This Requirement Is For The Department Of National Defence (dnd) For The Services Of The Following: • One (1) System Analyst, Level 2 And One (1) Application/software Architect (systems Architect), Level 3 Under Stream 1: Application Services; And • Two (2) Technical Writers, Level 2 And One (1) Business Analyst, Level 2 Under Stream 4: Business Services; And • One (1) Project Manager, Level 2 And One (1) Project Administrator, Level 2 Under Stream 5: Project Management Services. The Intent Of This Solicitation Is To Establish Up To Seven (7) Contracts For One (1) Initial Year, With The Option To Extend The Term Of The Contract By Up To One (1) One-year Irrevocable Option Period Under The Same Conditions. This Solicitation Is Only Open To The Below List Of Pre-qualified Suppliers Under The Task-based Informatics Professional Service (tbips) Supply Arrangement (sa) Number En578-170432. Time Frame Of Delivery: As Soon As Possible. Documents May Be Submitted In Either Official Language Of Canada. Rfp Documents Will Be E-mailed Directly From The Contracting Authority To The Qualified Supply Arrangement Holders Who Are Being Invited To Bid On This Requirement. Bidders Are Advised That The Rfp Documents Are Not Available On The Canadabuys Tender Management Application (https://canadabuys.canada.ca). The Tbips Method Of Supply Is A Result Of A Formal Competitive Process Which Was Established As A Result Of Extensive Consultations With Industry. The Method Of Supply Provides Suppliers With An On-going Opportunity To Become Prequalified For Participation In Future Bidding Opportunities. To Obtain More Information About How To Become A Pre-qualified Supplier For Tbips Please Contact Public Works And Government Services Canada (pwgsc). For General Information On The Various Pwgsc Methods Of Supply, Or To Obtain Specific Information On A Pwgsc Professional Service Method Of Supply, Please Visit Pwgsc's Canadabuys Tender Management Application Website At: Https://canadabuys.canada.ca/en/about-us/news-and-events/transition-canadabuys-tender-management-application#msg List Of Pre-qualified Suppliers: This Requirement Is Open The Following Suppliers Who Qualified Under The Stated Consultant Stream, Region And Tier: A.1 Application Software/architect (systems Architect), Level 3 01 Millennium Consulting Inc. 1019837 Ontario Inc. 10947482 Canada Inc. 2605582 Ontario Inc. 2isolutions Inc. 2tolead Limited 3902641 Canada Inc 4165047 Canada Inc. 4165047 Canada Inc., Innovision Consulting Inc., In Joint Venture 49 Solutions Inc. 4plan Consulting Corp. 7 Theta Inc 7792395 Canada Inc. 9149481 Canada Inc. 9468269 Canada Corp. A Hundred Answers Inc. A. Net Solutions Inc. A.t. Consulting And Recruiting Inc. Accenture Inc. Access Corporate Technologies Inc. Acf Associates Inc. Acosys Consulting Services Inc. Acosys Consulting Services Inc./ Services Conseils Acosys Inc., Pricewaterhousecoopers Llp, In Joint Venture Action Personnel Of Ottawa-hull Ltd Adastra Corporation Adecco Employment Services Limited/services De Placement Adecco Limited Adga Group Consultants Inc. Adirondack Information Management Inc. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The Aim Group Inc.,in Joint Venture Adobe Systems Federal Llc Adrm Technology Consulting Group Corp. Adrm Technology Consulting Group Corp. And Randstad Interim Inc Affinity Staffing Inc. Agile Biztech Inc. Akkodis Canada Inc. Alika Internet Technologies Inc. Alika Internet Technologies Inc., Lnine Consulting Inc. In Joint Venture Alithya Canada Inc Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc. In Jv Allan Clarke & Associates Inc.; The Halifax Computer Consulting Group Inc.; In Joint Venture Alphabyte Solutions Inc. Alphinat Inc. Altaml Inc. Altis Human Resources (ottawa) Inc., And Excel Human Resources Inc., In Joint Venture Altis Recruitment & Technology Inc. Altruistic Informatics Consulting Inc. Amazon Web Services Canada, Inc. Amyantek Inc Andrew Mazeikis, Andrew Lee Anthony, Macauley & Associates (victoria) Inc Appian Corporation Apption Corporation Aqr Management Services Inc. Archipelago Alliance Inc. Arctiq Canada Inc. Attain Insight Solutions Inc. Aversan Inc. Axons Canada Inc., Levio Conseils Inc., In Joint Venture Azur Human Resources Limited Ba - Tech Consulting Inc. Balanced+ Inc. Bayleaf Software Inc Bdo Canada Llp Bevertec Cst Inc. Beyond Technologies Consulting Inc. Bits In Glass Inc. Blue Matter Science Ltd. Boonbridge Corporation Bp & M Government Im & It Consulting Inc. Bridgetown Consulting Inc. Bryca Solutions Inc., Server Cloud Canada Inc., 2657319 Ontario Inc., In Joint Venture Bvc-groupe Cyberjustice Inc. C-core C3sa Cybernetic Security Audit Inc. C4i Training & Technology Inc. Cache Computer Consulting Corp. Cache Computer Consulting Corp., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., In Joint Venture Calian Ltd. Calian Ltd., Dwp Solutions Inc., In Joint Venture Captiva Consulting Inc. Cdw Canada Corp. Cgi Information Systems And Management Consultants Inc. Charter Telecom Inc Ciao Technologies Inc. Cinder Systems Corp. Cistel Technology Inc. Closereach Ltd. Closereach Ltd., Snapsearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., In Joint Venture Cofomo Inc. Cogniva Information Solutions Inc. Compustaff Corp. Compusult Limited Computacenter Canada Inc. Confluence Consulting Inc. Conoscenti Technologies Inc. Contract Community Inc. Convergence Concepts Inc. Cord3 Innovation Inc. Core Software Corp Corgta Inc. Csi Consulting Inc. Cvl Information Solutions Inc. Dare Human Resources Corporation Dargan Industries Inc. Dasro Consulting Inc. Deloitte Inc. Dempton Solutions Technologiques Destech Dls Technology Corporation Dnsnetworks Corporation Dolomite - Pur – Phirelight – Sphyrna In Jv Donna Cona Inc. Donna Cona Inc., Ibm Canada Limited In Joint Venture Dxc Technology Canada Co. Eagle Professional Resources Inc. Eclipsys Solutions Inc Eminent Systems Inc. Emtec Infrastructure Services Canada Corporation Enet4s Software Solutions Ltd Enet4s Software Solutions Ltd., Entaros Inc. In Joint Venture Entaros Corp. Eperformance Inc. Equasion Business Technologies Consulting Inc Equasion Business Technologies Consulting Inc And Watershed Information Technology Inc In Cjv Ernst & Young Llp Etico, Inc. Evision Inc., Softsim Technologies Inc. In Joint Venture Evolving Web Inc. Experis Canada Inc. Factr Limited Factr Limited, Altis Recruitment & Technology Inc., In Joint Venture Flex Tech Services Inc. Focus Systems Inc. Four Point Solutions Ltd. Freebalance Inc. Fsdc Solutions Inc Fujitsu Consulting (canada) Inc./fujitsu Conseil (canada) Inc. General Dynamics Land Systems – Canada Corporation Green Light Consulting Solutions Inc. Green Pi Inc Gsi International Consulting Inc. Hays Specialist Recruitment (canada) Inc. Holonics Inc. Hubspoke Inc. I.m.p. Group Limited I4c Information Technology Consulting Inc Ibiska Telecom Inc. Ibm Canada Limited/ibm Canada Limitée Idea Theorem Inc. Idev Solutions Inc. Idexia Inc. Ifathom Corporation Illuminz Solutions Inc. Infomagnetics Technologies Corporation (imt) Infosys Public Services Inc Infotek Consulting Services Inc. Innobec And Mdos In Jv Inround Innovations Incorporated, 3056058 Canada Inc., In Joint Venture Instrux Media Corp. Insum Solutions Inc Insync Systems Inc. Intelan Consulting Inc. Intergraph Canada Ulc. Ipsg Technology Inc. Ipss Inc. Ipss Inc. / Long View Systems Corporation, In Joint Venture It/net - Ottawa Inc. It/net Ottawa Inc, Kpmg Llp, In Joint Venture Iti Canada Inc Jl13 Concepts Inc Jumping Elephants Incorporated Kainos Canada Inc. Kalamuna Inc Karantech Corp Koloa Solutions Inc. Kovasys Inc Kpmg Llp Kyndryl Canada Limited; Ism Information Systems Management Corporation In Joint Venture Le Groupe Conseil Bronson Consulting Group Le Groupe Sygif Inc. Leo-pisces Services Group Inc. Les Enterprises Norleaf Networks Inc. Leverage Technology Resources Inc. Levio Conseils Inc. Lightning Tree Consulting Inc., Burbeck Inc., And P.g. Rodler Consulting In Joint Venture Like 10 Inc. Like 10 Inc., Softmosis Inc. In Joint Venture Lim Geomatics Inc. Linhr Consulting Inc. Lnine Consulting Inc. Lnw Consulting Inc Locus Systems Inc. Logic 2000 Incorporated Logisphere Louis Tanguay Informatique Inc. M.g.i. Maintenance Group Inc. Makwa Resourcing Inc. Makwa Resourcing Inc., Tpg Technology Consulting Ltd. In Joint Venture Malarsoft Technology Corporation Malarsoft Technology Corporation, Cistel Technology Inc., Computacenter Canada Inc. In Joint Venture Maplesoft Consulting Inc. Maplestream Inc., Cofomo Inc. In Joint Venture Maplr Consultation Inc Mara Consulting Inc Maverin Business Services Inc. Maverin Inc. Maximus Canada Services, Inc. Maxsys Staffing & Consulting Inc. Mcgowan Digital Group Inc. Mdos Consulting Inc. Merak Systems Corporation Messa Computing Inc. Metaflow Inc. Mgis Inc. Mgis Inc., B D M K Consultants Inc In Joint Venture Michael Wager Consulting Inc. Mindstream Training Center And Professional Services Bureau, Inc Mindwire Systems Ltd. Mindwire Systems Ltd., Akkada Professional Services Inc., Hubspoke Inc., In Joint Venture Mnp Llp Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture Mrf Geosystems Corporation Munvo Solutions Inc. Myticas Consulting Inc. N12 Consulting Corporation Nattiq Inc. Naut'sa Mawt Resources Group, Inc. Navpoint Consulting Group Inc. Neosoft Technologies Inc. New Technologies Inc. Newfound Recruiting Corporation Nextria Inc. Nexus Systems Group Inc. Nisha Technologies Inc. Norconex Inc. Nortak Software Ltd. Northern Micro Inc. Nova Networks Inc. Nrns Incorporated Ntech Conseil Inc. Ntech Consulting Inc. Ntt Data Canada, Inc. Object Network Inc. Oggn Inc. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture Onaki Création S.e.n.c., Ibiska Telecom Inc., In Joint Venture Oomple Inc. Openframe Technologies And Mindstream Tc & Psb In Joint Venture Openframe Technologies, Inc. Opreto Corporation Optasy Inc. Orangutech Inc. Outwitly Inc Oxaro Inc. Oxd Consulting Ltd. Palantir Technologies Canada Inc. Paper Leaf Design Ltd. Paralucent Inc Pentelar Inc. Philtam Corporation Planit Search Inc. Pleiad Canada Inc. Precisionerp Incorporated Precisionit Inc,ids Systems Consultants Inc., Precisionerp Incorporated, In Joint Venture Pricewaterhouse Coopers Llp Primex Project Management Limited Procom Consultants Group Ltd. Professional Quality Assurance Ltd. Prologic Systems Ltd. Prologic Systems Ltd. And Maplesoft Consulting Inc. In Jv Promaxis Systems Inc Protak Consulting Group Inc. Qa Consultants Inc. Qmr Staffing Solutions Incorporated Quallium Corporation Quarry Consulting Inc. R2i Incorporated Raise Limited Randstad Interim Inc. Realit Management Inc. Redspace Inc. Reey Innovations Inc. Renaps Technologies Canada Inc Rhea Inc. Rhea Inc., I4c Information Technology Consulting Inc., In Joint Venture Robertson & Company Ltd. Robina And Biban Associates Inc. Rockwell Collins Canada Inc. Rs Tec Systems Inc S.i. Systems Ulc Saige Technologies Ulc, 9345540 Canada Inc., In Joint Venture Samson & Associés Cpa/consultation Inc Sapper Labs Inc., Electronic Warfare Associates - Canada, Ltd, In Joint Venture Seasi Consulting Inc. Seasi Consulting Inc., Adastra Corporation , In Joint Venture Semantic Consulting Inc Shore Consulting Group Inc. Simplic-it Inc. Sky Software Solutions Ltd Skyfly Solutions Inc., Ifathom Corp., Epi-use Now Inc. In Joint Venture Slalom Consulting Ulc Snapsearch Inc. Softsim Technologies Inc. Solana Networks Inc. Solutions Moerae Inc Spaghetti Logic Inc. Spearhead Management Canada Ltd. Spectra Fx Inc. Sra Staffing Solutions Ltd. Staffmax Staffing & Recruiting Corp. Steel River Group Ltd. Tundra Technical Solutions Inc. In Joint Venture Strategic Relationships Solutions Inc. Sundiata Warren Group Inc. Sylogix Consulting Inc. Symbiotic Group Inc. Symbiotic Group Inc., Akkodis Canada Inc., In Joint Venture Syncoria Incorporated Systematix It Solutions Inc., Systematix Technologies De L'information Inc., Les Services Conseils Systematix Inc., Systematix Technology Consultants Inc., In Joint Venture Systematix Solutions Ti Inc/systematix It Solutions Inc Systemscope Inc. T.e.s. Contract Services Inc. T.i.7 Inc., Quarry Consulting Inc., In Joint Venture Tag Hr The Associates Group Inc. Talencity Inc. Tato Recruiting Inc., S.i. Systems Ulc, In Joint Venture Teambuilder Consulting Inc. Tech4soft Inc., Expertise Technology Consulting Inc., In Joint Venture Technitask Inc Techwind Inc. Tecsis Corporation Teksystems Canada Corp./société Teksystems Canada Teksystems Canada Corp./société Teksystems Canada; Teksystems Global Services Corp. In Joint Venture Templates 4 Business, Inc. The Aim Group Inc. The Barrington Consulting Group Inc. The Bell Telephone Company Of Canada Or Bell Canada/la Compagnie De Téléphone Bell Du Canada Ou Bell Canada The Halifax Computer Consulting Group Inc. The Ktl Group, Inc. The Lansdowne Consulting Group Inc. The One Information Corporation The Vcan Group Inc. Thinking Big Information Technology Inc. Thomas&schmidt Inc. Thoughtstorm Incorporated Tiree Facility Solutions Inc. Tpg Technology Consulting Ltd. Trailmark Systems Inc. Transatlantic Business Consulting Inc. Transition Services Conseils Trillys Systems Inc. Trm Technologies Inc. Tundra Technical Solutions Inc Turtle Technologies Inc. Two Tall Totems Ltd Unisys Canada Inc. Valcom Consulting Group Inc. Valencia Iip Advisors Limited Vantix Systems Inc. Verbena Consulting Inc. Versatil Bpi Inc, Solutionstat, Consultation Et Formation En Statistique Inc. , In Joint Venture Versatil Bpi Inc. Vizworx Inc. Vooban Vurtur Communications Group Work4ce Inc. Worldhire Inc Worldreach Software Corporation Xelerance Corporation Xpert Solutions Technologiques Inc. Yoush Inc. Zernam Enterprise Inc A.8 System Analyst, Level 2 01 Millennium Consulting Inc. 1019837 Ontario Inc. 10947482 Canada Inc. 2605582 Ontario Inc. 2isolutions Inc. 2tolead Limited 4165047 Canada Inc. 4165047 Canada Inc., Innovision Consulting Inc., In Joint Venture 49 Solutions Inc. 4plan Consulting Corp. 7 Theta Inc 7792395 Canada Inc. 9149481 Canada Inc. 9468269 Canada Corp. A Hundred Answers Inc. A. Net Solutions Inc. A.t. Consulting And Recruiting Inc. Accenture Inc. Access Corporate Technologies Inc. Acf Associates Inc. Acosys Consulting Services Inc. Acosys Consulting Services Inc./ Services Conseils Acosys Inc., Pricewaterhousecoopers Llp, In Joint Venture Action Personnel Of Ottawa-hull Ltd Adastra Corporation Adga Group Consultants Inc. Adirondack Information Management Inc. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The Aim Group Inc.,in Joint Venture Adobe Systems Federal Llc Adrm Technology Consulting Group Corp. Adrm Technology Consulting Group Corp. And Randstad Interim Inc Advanced Chippewa Technologies Inc. Affinity Staffing Inc. Agile Biztech Inc. Akkodis Canada Inc. Alika Internet Technologies Inc. Alika Internet Technologies Inc., Lnine Consulting Inc. In Joint Venture Alithya Canada Inc Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc. In Jv Allan Clarke & Associates Inc.; The Halifax Computer Consulting Group Inc.; In Joint Venture Alphabyte Solutions Inc. Alphinat Inc. Altaml Inc. Altis Human Resources (ottawa) Inc., And Excel Human Resources Inc., In Joint Venture Altis Recruitment & Technology Inc. Altruistic Informatics Consulting Inc. Amazon Web Services Canada, Inc. Amyantek Inc Andrew Mazeikis, Andrew Lee Aniko Consultants Inc., Samson & Associés-cpa Consultation Inc.-samson & Associates Cpa-consulting Inc., In Joint Venture Anthony, Macauley & Associates (victoria) Inc Appian Corporation Apption Corporation Aqr Management Services Inc. Archipelago Alliance Inc. Arctiq Canada Inc. Artemp Personnel Services Inc Attain Insight Solutions Inc. Aversan Inc. Axons Canada Inc., Levio Conseils Inc., In Joint Venture Azur Human Resources Limited Balanced+ Inc. Bayleaf Software Inc Bdo Canada Llp Bevertec Cst Inc. Beyond Technologies Consulting Inc. Bits In Glass Inc. Blue Matter Science Ltd. Boonbridge Corporation Bp & M Government Im & It Consulting Inc. Bridgetown Consulting Inc. Bryca Solutions Inc. Bryca Solutions Inc., Server Cloud Canada Inc., 2657319 Ontario Inc., In Joint Venture Bvc-groupe Cyberjustice Inc. C-core C3sa Cybernetic Security Audit Inc. Cache Computer Consulting Corp. Cache Computer Consulting Corp., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., In Joint Venture Calian Ltd. Calian Ltd., Dwp Solutions Inc., In Joint Venture Captiva Consulting Inc. Cgi Information Systems And Management Consultants Inc. Charter Telecom Inc Ciao Technologies Inc. Cistel Technology Inc. Closereach Ltd. Closereach Ltd., Snapsearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., In Joint Venture Cofomo Inc. Cogniva Information Solutions Inc. Compustaff Corp. Compusult Limited Computacenter Canada Inc. Confluence Consulting Inc. Conoscenti Technologies Inc. Contract Community Inc. Convergence Concepts Inc. Cord3 Innovation Inc. Core Software Corp Corgta Inc. Creative Techinnov Software Solutions Inc. Csi Consulting Inc. Cvl Information Solutions Inc. Dare Human Resources Corporation Dargan Industries Inc. Dasro Consulting Inc. Deloitte Inc. Dempton Solutions Technologiques Destech Dls Technology Corporation Dnsnetworks Corporation Donna Cona Inc. Donna Cona Inc., Ibm Canada Limited In Joint Venture Dxc Technology Canada Co. Eagle Professional Resources Inc. Eclipsys Solutions Inc Eminent Systems Inc. Enet4s Software Solutions Ltd Enet4s Software Solutions Ltd., Entaros Inc. In Joint Venture Entaros Corp. Eperformance Inc. Equality Street Inc Equasion Business Technologies Consulting Inc Equasion Business Technologies Consulting Inc And Watershed Information Technology Inc In Cjv Ernst & Young Llp Etico, Inc. Evision Inc., Softsim Technologies Inc. In Joint Venture Evolving Web Inc. Experis Canada Inc. Factr Limited Flex Tech Services Inc. Focus Systems Inc. Four Point Solutions Ltd. Freebalance Inc. Fsdc Solutions Inc Fujitsu Consulting (canada) Inc./fujitsu Conseil (canada) Inc. General Dynamics Land Systems – Canada Corporation Green Light Consulting Solutions Inc. Green Pi Inc Gsi International Consulting Inc. Hays Specialist Recruitment (canada) Inc. Holonics Inc. Hubspoke Inc. I.m.p. Group Limited I4c Information Technology Consulting Inc Ibiska Telecom Inc. Ibm Canada Limited/ibm Canada Limitée Idea Theorem Inc. Idev Solutions Inc. Idexia Inc. Ifathom Corporation Illuminz Solutions Inc. Info-electronics H.p. Systems Inc. Infomagnetics Technologies Corporation (imt) Infosys Public Services Inc Infotek Consulting Services Inc. Innobec And Mdos In Jv Inround Innovations Incorporated, 3056058 Canada Inc., In Joint Venture Insum Solutions Inc Insync Systems Inc. Intelan Consulting Inc. Intergraph Canada Ulc. Ipsg Technology Inc. Ipss Inc. Ipss Inc. / Long View Systems Corporation, In Joint Venture It/net - Ottawa Inc. It/net Ottawa Inc, Kpmg Llp, In Joint Venture Iti Canada Inc Jl13 Concepts Inc Jumping Elephants Incorporated Kainos Canada Inc. Karantech Corp Koloa Solutions Inc. Kovasys Inc Kpmg Llp Kyndryl Canada Limited; Ism Information Systems Management Corporation In Joint Venture Langui Systems Inc Le Groupe Conseil Bronson Consulting Group Le Groupe Sygif Inc. Leo-pisces Services Group Inc. Les Enterprises Norleaf Networks Inc. Leverage Technology Resources Inc. Levio Conseils Inc. Lightning Tree Consulting Inc., Burbeck Inc., And P.g. Rodler Consulting In Joint Venture Like 10 Inc. Like 10 Inc., Softmosis Inc. In Joint Venture Lim Geomatics Inc. Linhr Consulting Inc. Lnine Consulting Inc. Lnw Consulting Inc Locus Systems Inc. Logic 2000 Incorporated Logisphere Louis Tanguay Informatique Inc. M.g.i. Maintenance Group Inc. Makwa Resourcing Inc. Makwa Resourcing Inc., Tpg Technology Consulting Ltd. In Joint Venture Malarsoft Technology Corporation Malarsoft Technology Corporation, Cistel Technology Inc., Computacenter Canada Inc. In Joint Venture Maplefox Projects Inc. Maplesoft Consulting Inc. Maplestream Inc., Cofomo Inc. In Joint Venture Maplr Consultation Inc Mara Consulting Inc Maverin Business Services Inc. Maverin Inc. Maximus Canada Services, Inc. Maxsys Staffing & Consulting Inc. Mdos Consulting Inc. Merak Systems Corporation Messa Computing Inc. Metaflow Inc. Mgis Inc. Mgis Inc., B D M K Consultants Inc In Joint Venture Michael Wager Consulting Inc. Mindstream Training Center And Professional Services Bureau, Inc Mindwire Systems Ltd. Mindwire Systems Ltd., Akkada Professional Services Inc., Hubspoke Inc., In Joint Venture Mnp Llp Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture Mrf Geosystems Corporation Munvo Solutions Inc. Myticas Consulting Inc. N12 Consulting Corporation Nattiq Inc. Naut'sa Mawt Resources Group, Inc. Navigov Inc., Solid Defence, Inc., In Joint Venture Navpoint Consulting Group Inc. Neosoft Technologies Inc. New Technologies Inc. Newfound Recruiting Corporation Nextria Inc. Nexus Systems Group Inc. Nisha Technologies Inc. Norconex Inc. Nortak Software Ltd. Northern Micro Inc. Nova Networks Inc. Nrns Incorporated Ntech Conseil Inc. Ntech Consulting Inc. Ntt Data Canada, Inc. Oggn Inc. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture Onaki Création S.e.n.c., Ibiska Telecom Inc., In Joint Venture Oomple Inc. Openframe Technologies And Mindstream Tc & Psb In Joint Venture Openframe Technologies, Inc. Opreto Corporation Orangutech Inc. Outwitly Inc Oxaro Inc. Palantir Technologies Canada Inc. Paralucent Inc Pennant Canada Limited Pentelar Inc. Planit Search Inc. Pleiad Canada Inc. Precisionerp Incorporated Precisionit Inc,ids Systems Consultants Inc., Precisionerp Incorporated, In Joint Venture Pricewaterhouse Coopers Llp Primex Project Management Limited Procom Consultants Group Ltd. Professional Quality Assurance Ltd. Prologic Systems Ltd. Prologic Systems Ltd. And Maplesoft Consulting Inc. In Jv Promaxis Systems Inc Promaxis Systems Inc. And Holonics Inc. In Joint Venture Protak Consulting Group Inc. Qa Consultants Inc. Qmr Staffing Solutions Incorporated Quallium Corporation Quarry Consulting Inc. R2i Incorporated Raise Limited Randstad Interim Inc. Realit Management Inc. Reey Innovations Inc. Renaps Technologies Canada Inc Rhea Inc. Rhea Inc., I4c Information Technology Consulting Inc., In Joint Venture Robertson & Company Ltd. Robina And Biban Associates Inc. Rockwell Collins Canada Inc. Rs Tec Systems Inc S.i. Systems Ulc Saige Technologies Ulc, 9345540 Canada Inc., In Joint Venture Samson & Associés Cpa/consultation Inc Sapper Labs Inc., Electronic Warfare Associates - Canada, Ltd, In Joint Venture Seasi Consulting Inc. Seasi Consulting Inc., Adastra Corporation , In Joint Venture Semantic Consulting Inc Shore Consulting Group Inc. Sky Software Solutions Ltd Skyfly Solutions Inc., Ifathom Corp., Epi-use Now Inc. In Joint Venture Slalom Consulting Ulc Snapsearch Inc. Softsim Technologies Inc. Solana Networks Inc. Solutions Moerae Inc Spaghetti Logic Inc. Spearhead Management Canada Ltd. Spectra Fx Inc. Sra Staffing Solutions Ltd. Staffmax Staffing & Recruiting Corp. Steel River Group Ltd. Tundra Technical Solutions Inc. In Joint Venture Strategic Relationships Solutions Inc. Sundiata Warren Group Inc. Sylogix Consulting Inc. Symbiotic Group Inc. Symbiotic Group Inc., Akkodis Canada Inc., In Joint Venture Syncoria Incorporated Systematix It Solutions Inc., Systematix Technologies De L'information Inc., Les Services Conseils Systematix Inc., Systematix Technology Consultants Inc., In Joint Venture Systematix Solutions Ti Inc/systematix It Solutions Inc Systemscope Inc. T.e.s. Contract Services Inc. T.i.7 Inc., Quarry Consulting Inc., In Joint Venture Tag Hr The Associates Group Inc. Talencity Inc. Tato Recruiting Inc., S.i. Systems Ulc, In Joint Venture Teambuilder Consulting Inc. Tech4soft Inc., Expertise Technology Consulting Inc., In Joint Venture Techwind Inc. Tecsis Corporation Teksystems Canada Corp./société Teksystems Canada Teksystems Canada Corp./société Teksystems Canada; Teksystems Global Services Corp. In Joint Venture Templates 4 Business, Inc. The Aim Group Inc. The Barrington Consulting Group Inc. The Bell Telephone Company Of Canada Or Bell Canada/la Compagnie De Téléphone Bell Du Canada Ou Bell Canada The Halifax Computer Consulting Group Inc. The Ktl Group, Inc. The Lansdowne Consulting Group Inc. The One Information Corporation The Vcan Group Inc. Thinking Big Information Technology Inc. Thinkpoint Inc. Thomas&schmidt Inc. Thoughtstorm Incorporated Tiree Facility Solutions Inc. Tpg Technology Consulting Ltd. Trailmark Systems Inc. Transatlantic Business Consulting Inc. Transition Services Conseils Trillys Systems Inc. Trm Technologies Inc. Tundra Technical Solutions Inc Turtle Island Staffing Inc. Turtle Technologies Inc. Two Tall Totems Ltd Unisys Canada Inc. Valcom Consulting Group Inc. Valencia Iip Advisors Limited Verbena Consulting Inc. Versatil Bpi Inc, Solutionstat, Consultation Et Formation En Statistique Inc. , In Joint Venture Versatil Bpi Inc. Vizworx Inc. Vooban Vurtur Communications Group Work4ce Inc. Worldhire Inc Worldreach Software Corporation Xelerance Corporation Xpert Solutions Technologiques Inc. Yoush Inc. Zernam Enterprise Inc B.1 Business Analyst, Level 2 01 Millennium Consulting Inc. 1019837 Ontario Inc. 10947482 Canada Inc. 12326582 Canada Inc., 13737926 Canada Inc., 12394529 Canada Inc.. In Joint Venture 1825605 Ontario Inc. 2605582 Ontario Inc. 2isolutions Inc. 2tolead Limited 4165047 Canada Inc. 4165047 Canada Inc., Innovision Consulting Inc., In Joint Venture 49 Solutions Inc. 4plan Consulting Corp. 7 Theta Inc 7792395 Canada Inc. 8075611 Canada Limited 9149481 Canada Inc. 9468269 Canada Corp. A Hundred Answers Inc. A. Net Solutions Inc. A.t. Consulting And Recruiting Inc. Accenture Inc. Access Corporate Technologies Inc. Acf Associates Inc. Acosys Consulting Services Inc. Acosys Consulting Services Inc./ Services Conseils Acosys Inc., Pricewaterhousecoopers Llp, In Joint Venture Action Personnel Of Ottawa-hull Ltd Adecco Employment Services Limited/services De Placement Adecco Limited Adga Group Consultants Inc. Adirondack Information Management Inc. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The Aim Group Inc.,in Joint Venture Adrm Technology Consulting Group Corp. Adrm Technology Consulting Group Corp. And Randstad Interim Inc Advanced Chippewa Technologies Inc. Affinity Staffing Inc. Agile Biztech Inc. Akendi Inc. Akkodis Canada Inc. Aligned Si Corp Alika Internet Technologies Inc. Alika Internet Technologies Inc., Lnine Consulting Inc. In Joint Venture Alithya Canada Inc Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc. In Jv Allan Clarke & Associates Inc.; The Halifax Computer Consulting Group Inc.; In Joint Venture Alphabyte Solutions Inc. Altis Human Resources (ottawa) Inc., And Excel Human Resources Inc., In Joint Venture Altis Recruitment & Technology Inc. Altruistic Informatics Consulting Inc. Amyantek Inc Andrew Mazeikis, Andrew Lee Aniko Consultants Inc., Samson & Associés-cpa Consultation Inc.-samson & Associates Cpa-consulting Inc., In Joint Venture Anthony, Macauley & Associates (victoria) Inc Appian Corporation Apption Corporation Archipelago Alliance Inc. Arctiq Canada Inc. Artemp Personnel Services Inc Axons Canada Inc., Levio Conseils Inc., In Joint Venture Azur Human Resources Limited Ba - Tech Consulting Inc. Bayleaf Software Inc Bdo Canada Llp Bevertec Cst Inc. Beyond Technologies Consulting Inc. Bits In Glass Inc. Boonbridge Corporation Bp & M Government Im & It Consulting Inc. Breckenhill Inc. Bridgetown Consulting Inc. Bryca Solutions Inc. Burntedge Incorporated C3sa Cybernetic Security Audit Inc. Cache Computer Consulting Corp. Cache Computer Consulting Corp., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., In Joint Venture Calian Ltd. Calian Ltd., Dwp Solutions Inc., In Joint Venture Capstone Project Solutions Inc. Captiva Consulting Inc. Cdw Canada Corp. Cgi Information Systems And Management Consultants Inc. Charter Telecom Inc Cistel Technology Inc. Closereach Ltd. Closereach Ltd., Snapsearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., In Joint Venture Cofomo Inc. Cogniva Information Solutions Inc. Compugen Incorporated Compustaff Corp. Compusult Limited Computacenter Canada Inc. Confluence Consulting Inc. Conoscenti Technologies Inc. Contract Community Inc. Convergence Concepts Inc. Core Software Corp Coretracks Inc. Corgta Inc. Creative Techinnov Software Solutions Inc. Csi Consulting Inc. Cvl Information Solutions Inc. Dare Human Resources Corporation Dargan Industries Inc. Dasro Consulting Inc. Deloitte Inc. Destech Dffrnt Inc. Dls Technology Corporation Dolomite - Pur – Phirelight – Sphyrna In Jv Dolomite Networks Corporation Donna Cona Inc. Donna Cona Inc., Ibm Canada Limited In Joint Venture Dwp Solutions Inc. Dxc Technology Canada Co. Eagle Professional Resources Inc. Eclipsys Solutions Inc Econ Inc. Eminent Systems Inc. Enet4s Software Solutions Ltd Enet4s Software Solutions Ltd., Entaros Inc. In Joint Venture Eperformance Inc. Equasion Business Technologies Consulting Inc Equasion Business Technologies Consulting Inc And Watershed Information Technology Inc In Cjv Ernst & Young Llp Esri Canada Limited Essa Technologies Ltd. Etico, Inc. Evision Inc., Softsim Technologies Inc. In Joint Venture Evolving Web Inc. Experis Canada Inc. Factr Limited Factr Limited, Altis Recruitment & Technology Inc., In Joint Venture Fifalde Consulting Inc. Flex Tech Services Inc. Focus Systems Inc. Forge Experience Design Inc Foursight Consulting Group Inc. Freebalance Inc. Fsdc Solutions Inc Fujitsu Consulting (canada) Inc./fujitsu Conseil (canada) Inc. Gartner Canada Co. Gef Consulting Inc. Gelder, Gingras & Associates Inc. General Dynamics Land Systems – Canada Corporation Green Light Consulting Solutions Inc. Green Pi Inc Groupe Intersol Group Ltee. Gsi International Consulting Inc. H2 Analytics Inc. Hays Specialist Recruitment (canada) Inc. Holonics Inc. Hubspoke Inc. I.m.p. Group Limited I4c Information Technology Consulting Inc Ibiska Telecom Inc. Ibm Canada Limited/ibm Canada Limitée Idea Theorem Inc. Ifathom Corporation Illuminz Solutions Inc. Info-electronics H.p. Systems Inc. Infosys Public Services Inc Infotek Consulting Services Inc. Innobec And Mdos In Jv Inround Innovations Incorporated, 3056058 Canada Inc., In Joint Venture Insync Systems Inc. Integra Networks Corporation Intelan Consulting Inc. Ipsg Technology Inc. Ipss Inc. Ipss Inc. / Long View Systems Corporation, In Joint Venture It/net - Ottawa Inc. It/net Ottawa Inc, Kpmg Llp, In Joint Venture Iti Canada Inc Jl13 Concepts Inc Jumping Elephants Incorporated Juno Risk Solutions Incorporated Kainos Canada Inc. Kpmg Llp Kyndryl Canada Limited; Ism Information Systems Management Corporation In Joint Venture Laboratoire De Confiance Numérique Du Canada Le Groupe Conseil Bronson Consulting Group Leo-pisces Services Group Inc. Les Enterprises Norleaf Networks Inc. Leverage Technology Resources Inc. Levio Conseils Inc. Lightning Tree Consulting Inc., Burbeck Inc., And P.g. Rodler Consulting In Joint Venture Like 10 Inc. Like 10 Inc., Softmosis Inc. In Joint Venture Linhr Consulting Inc. Lnine Consulting Inc. Lnw Consulting Inc Locus Systems Inc. Logic 2000 Incorporated Logical Planet Inc. Makwa Resourcing Inc. Makwa Resourcing Inc., Tpg Technology Consulting Ltd. In Joint Venture Malarsoft Technology Corporation Malarsoft Technology Corporation, Cistel Technology Inc., Computacenter Canada Inc. In Joint Venture Maplefox Projects Inc. Maplesoft Consulting Inc. Maplestream Inc., Cofomo Inc. In Joint Venture Mara Consulting Inc Mastercard Canada Ulc Maverin Business Services Inc. Maverin Inc. Maximus Canada Services, Inc. Maxsys Staffing & Consulting Inc. Mcgowan Digital Group Inc. Mdos Consulting Inc. Merak Systems Corporation Messa Computing Inc. Metaflow Inc. Mgis Inc. Mgis Inc., B D M K Consultants Inc In Joint Venture Michael Wager Consulting Inc. Mindstream Training Center And Professional Services Bureau, Inc Mindwire Systems Ltd. Mindwire Systems Ltd., Akkada Professional Services Inc., Hubspoke Inc., In Joint Venture Mnp Llp Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture Munvo Solutions Inc. Myticas Consulting Inc. N12 Consulting Corporation Nattiq Inc. Naut'sa Mawt Resources Group, Inc. Navigov Inc., Solid Defence, Inc., In Joint Venture Navpoint Consulting Group Inc. New Technologies Inc. Newfound Recruiting Corporation Nextria Inc. Nexus Systems Group Inc. Niewe Technology And Consulting Ltd. Nisha Technologies Inc. Nortak Software Ltd. Northern Micro Inc. Nova Networks Inc. Nrns Incorporated Ntech Conseil Inc. Ntech Consulting Inc. Ntt Data Canada, Inc. Oggn Inc. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture Oliver Wyman Government Services Ulc Oliver, Wyman Limited/oliver, Wyman Limitee Onaki Création S.e.n.c., Ibiska Telecom Inc., In Joint Venture Onetriam Inc. Oomple Inc. Openframe Technologies And Mindstream Tc & Psb In Joint Venture Openframe Technologies, Inc. Orangutech Inc. Outwitly Inc Oxaro Inc. Palantir Technologies Canada Inc. Paralucent Inc Pennant Canada Limited Planit Search Inc. Pleiad Canada Inc. Portage Personnel Inc. Precisionerp Incorporated Precisionit Inc,ids Systems Consultants Inc., Precisionerp Incorporated, In Joint Venture Pricewaterhouse Coopers Llp Primex Project Management Limited Procom Consultants Group Ltd. Professional Quality Assurance Ltd. Prologic Systems Ltd. Prologic Systems Ltd. And Maplesoft Consulting Inc. In Jv Promaxis Systems Inc Promaxis Systems Inc. And Holonics Inc. In Joint Venture Prompta Inc. Protak Consulting Group Inc. Qa Consultants Inc. Qmr Staffing Solutions Incorporated Quallium Corporation Quarry Consulting Inc. Raise Limited Randstad Interim Inc. Redspace Inc. Reticle Ventures Canada Incorporated Rhea Inc. Rhea Inc., I4c Information Technology Consulting Inc., In Joint Venture Robertson & Company Ltd. Robina And Biban Associates Inc. Rs Tec Systems Inc S.i. Systems Ulc Samson & Associés Cpa/consultation Inc Sapper Labs Inc., Electronic Warfare Associates - Canada, Ltd, In Joint Venture Seasi Consulting Inc. Seasi Consulting Inc., Adastra Corporation , In Joint Venture Sélect Global International Ltée. Shore Consulting Group Inc. Simplic-it Inc. Sky Software Solutions Ltd Skyfly Solutions Inc., Ifathom Corp., Epi-use Now Inc. In Joint Venture Slalom Consulting Ulc Snapsearch Inc. Softchoice Corporation Softsim Technologies Inc. Solutions Moerae Inc Sonovision Canada Inc. Spaghetti Logic Inc. Spatial Research And Design Inc. Spearhead Management Canada Ltd. Spectra Fx Inc. Sra Staffing Solutions Ltd. Staffmax Staffing & Recruiting Corp. Steel River Group Ltd. Tundra Technical Solutions Inc. In Joint Venture Strategic Relationships Solutions Inc. Sundiata Warren Group Inc. Superheroes Academy Inc. Sylogix Consulting Inc. Symbiotic Group Inc. Symbiotic Group Inc., Akkodis Canada Inc., In Joint Venture Systematix It Solutions Inc., Systematix Technologies De L'information Inc., Les Services Conseils Systematix Inc., Systematix Technology Consultants Inc., In Joint Venture Systematix Solutions Ti Inc/systematix It Solutions Inc Systemscope Inc. T.e.s. Contract Services Inc. T.i.7 Inc., Quarry Consulting Inc., In Joint Venture Tag Hr The Associates Group Inc. Talencity Inc. Taligent Consulting Inc. Tato Recruiting Inc., S.i. Systems Ulc, In Joint Venture Teambuilder Consulting Inc. Tech4soft Inc., Expertise Technology Consulting Inc., In Joint Venture Technitask Inc Technomics, Incorporated Techwind Inc. Tecsis Corporation Teksystems Canada Corp./société Teksystems Canada Teksystems Canada Corp./société Teksystems Canada; Teksystems Global Services Corp. In Joint Venture Templates 4 Business, Inc. The Aim Group Inc. The Attain Group Inc. /le Groupe Atteindre Inc. The Barrington Consulting Group Inc. The Bell Telephone Company Of Canada Or Bell Canada/la Compagnie De Téléphone Bell Du Canada Ou Bell Canada The Halifax Computer Consulting Group Inc. The Ktl Group, Inc. The Lansdowne Consulting Group Inc. The One Information Corporation The Right Door Consulting & Solutions Incorporated The Vcan Group Inc. Thinking Big Information Technology Inc. Thinkpoint Inc. Thomas&schmidt Inc. Thoughtstorm Incorporated Tiree Facility Solutions Inc. Tpg Technology Consulting Ltd. Transatlantic Business Consulting Inc. Tricon Solutions Inc Trillys Systems Inc. Trm Technologies Inc. Tundra Technical Solutions Inc Turtle Island Staffing Inc. Turtle Technologies Inc. Unisys Canada Inc. V42 Management Consulting, Inc. Valcom Consulting Group Inc. Vantix Systems Inc. Verbena Consulting Inc. Versatil Bpi Inc, Solutionstat, Consultation Et Formation En Statistique Inc. , In Joint Venture Versatil Bpi Inc. Vooban Vurtur Communications Group Work4ce Inc. Worldhire Inc Worldreach Software Corporation Xelerance Corporation Yoush Inc. Zernam Enterprise Inc B.14 Technical Writer, Level 2 01 Millennium Consulting Inc. 1019837 Ontario Inc. 10947482 Canada Inc. 12326582 Canada Inc., 13737926 Canada Inc., 12394529 Canada Inc.. In Joint Venture 2isolutions Inc. 4165047 Canada Inc. 4165047 Canada Inc., Innovision Consulting Inc., In Joint Venture 49 Solutions Inc. 4plan Consulting Corp. 7 Theta Inc 7792395 Canada Inc. 9149481 Canada Inc. 9468269 Canada Corp. A Hundred Answers Inc. A. Net Solutions Inc. A.t. Consulting And Recruiting Inc. Accenture Inc. Access Corporate Technologies Inc. Acf Associates Inc. Acosys Consulting Services Inc. Acosys Consulting Services Inc./ Services Conseils Acosys Inc., Pricewaterhousecoopers Llp, In Joint Venture Action Personnel Of Ottawa-hull Ltd Adecco Employment Services Limited/services De Placement Adecco Limited Adga Group Consultants Inc. Adirondack Information Management Inc. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The Aim Group Inc.,in Joint Venture Adrm Technology Consulting Group Corp. Adrm Technology Consulting Group Corp. And Randstad Interim Inc Advanced Chippewa Technologies Inc. Affinity Staffing Inc. Agile Biztech Inc. Akendi Inc. Akkodis Canada Inc. Aligned Si Corp Alika Internet Technologies Inc. Alika Internet Technologies Inc., Lnine Consulting Inc. In Joint Venture Alithya Canada Inc Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc. In Jv Allan Clarke & Associates Inc.; The Halifax Computer Consulting Group Inc.; In Joint Venture Altis Human Resources (ottawa) Inc., And Excel Human Resources Inc., In Joint Venture Altis Recruitment & Technology Inc. Altruistic Informatics Consulting Inc. Amyantek Inc Andrew Mazeikis, Andrew Lee Appian Corporation Archipelago Alliance Inc. Arctiq Canada Inc. Artemp Personnel Services Inc Axons Canada Inc., Levio Conseils Inc., In Joint Venture Azur Human Resources Limited Bayleaf Software Inc Bdo Canada Llp Beyond Technologies Consulting Inc. Bits In Glass Inc. Bp & M Government Im & It Consulting Inc. Bridgetown Consulting Inc. C3sa Cybernetic Security Audit Inc. Cache Computer Consulting Corp. Cache Computer Consulting Corp., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., In Joint Venture Calian Ltd. Calian Ltd., Dwp Solutions Inc., In Joint Venture Captiva Consulting Inc. Cdw Canada Corp. Cgi Information Systems And Management Consultants Inc. Cistel Technology Inc. Closereach Ltd. Closereach Ltd., Snapsearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., In Joint Venture Cofomo Inc. Cogniva Information Solutions Inc. Compugen Incorporated Compustaff Corp. Compusult Limited Computacenter Canada Inc. Confluence Consulting Inc. Conoscenti Technologies Inc. Contract Community Inc. Convergence Concepts Inc. Core Software Corp Coretracks Inc. Corgta Inc. Creative Techinnov Software Solutions Inc. Csi Consulting Inc. Cvl Information Solutions Inc. Dare Human Resources Corporation Dargan Industries Inc. Deloitte Inc. Dffrnt Inc. Dls Technology Corporation Dolomite Networks Corporation Donna Cona Inc. Donna Cona Inc., Ibm Canada Limited In Joint Venture Dwp Solutions Inc. Eagle Professional Resources Inc. Eclipsys Solutions Inc Eminent Systems Inc. Enet4s Software Solutions Ltd., Entaros Inc. In Joint Venture Eperformance Inc. Equasion Business Technologies Consulting Inc Ernst & Young Llp Etico, Inc. Evision Inc., Softsim Technologies Inc. In Joint Venture Evolving Web Inc. Experis Canada Inc. Factr Limited, Altis Recruitment & Technology Inc., In Joint Venture Fifalde Consulting Inc. Flex Tech Services Inc. Four Point Solutions Ltd. Foursight Consulting Group Inc. Freebalance Inc. Fujitsu Consulting (canada) Inc./fujitsu Conseil (canada) Inc. Gef Consulting Inc. General Dynamics Land Systems – Canada Corporation Green Light Consulting Solutions Inc. Green Pi Inc Gsi International Consulting Inc. Holonics Inc. Hubspoke Inc. I.m.p. Group Limited I4c Information Technology Consulting Inc Ibiska Telecom Inc. Ibm Canada Limited/ibm Canada Limitée Idexia Inc. Ifathom Corporation Illuminz Solutions Inc. Info-electronics H.p. Systems Inc. Infosys Public Services Inc Infotek Consulting Services Inc. Innobec And Mdos In Jv Inround Innovations Incorporated, 3056058 Canada Inc., In Joint Venture Insync Systems Inc. Integra Networks Corporation Ipsg Technology Inc. Ipss Inc. Ipss Inc. / Long View Systems Corporation, In Joint Venture It/net - Ottawa Inc. It/net Ottawa Inc, Kpmg Llp, In Joint Venture Iti Canada Inc Jumping Elephants Incorporated Juno Risk Solutions Incorporated Kpmg Llp Kyndryl Canada Limited; Ism Information Systems Management Corporation In Joint Venture Le Groupe Conseil Bronson Consulting Group Lean Agility Inc. Leo-pisces Services Group Inc. Les Enterprises Norleaf Networks Inc. Leverage Technology Resources Inc. Levio Conseils Inc. Lightning Tree Consulting Inc., Burbeck Inc., And P.g. Rodler Consulting In Joint Venture Like 10 Inc. Like 10 Inc., Softmosis Inc. In Joint Venture Lnine Consulting Inc. Lnw Consulting Inc Logic 2000 Incorporated Logical Planet Inc. Makwa Resourcing Inc. Makwa Resourcing Inc., Tpg Technology Consulting Ltd. In Joint Venture Malarsoft Technology Corporation Malarsoft Technology Corporation, Cistel Technology Inc., Computacenter Canada Inc. In Joint Venture Maplesoft Consulting Inc. Maplestream Inc., Cofomo Inc. In Joint Venture Maverin Business Services Inc. Maverin Inc. Maximus Canada Services, Inc. Maxsys Staffing & Consulting Inc. Mdos Consulting Inc. Merak Systems Corporation Messa Computing Inc. Metaflow Inc. Mgis Inc. Mgis Inc., B D M K Consultants Inc In Joint Venture Michael Wager Consulting Inc. Mindstream Training Center And Professional Services Bureau, Inc Mindwire Systems Ltd. Mindwire Systems Ltd., Akkada Professional Services Inc., Hubspoke Inc., In Joint Venture Mnp Llp Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture Munvo Solutions Inc. Myticas Consulting Inc. Nattiq Inc. Naut'sa Mawt Resources Group, Inc. Navpoint Consulting Group Inc. New Technologies Inc. Newfound Recruiting Corporation Nextria Inc. Nexus Systems Group Inc. Niewe Technology And Consulting Ltd. Nisha Technologies Inc. Nortak Software Ltd. Northern Micro Inc. Nova Networks Inc. Nrns Incorporated Ntech Conseil Inc. Ntech Consulting Inc. Ntt Data Canada, Inc. Oggn Inc. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture Oliver Wyman Government Services Ulc Onaki Création S.e.n.c., Ibiska Telecom Inc., In Joint Venture Onetriam Inc. Oomple Inc. Open Text Corporation Openframe Technologies And Mindstream Tc & Psb In Joint Venture Openframe Technologies, Inc. Orangutech Inc. Outwitly Inc Oxaro Inc. Paralucent Inc Pennant Canada Limited Philtam Corporation Pleiad Canada Inc. Portage Personnel Inc. Precisionerp Incorporated Precisionit Inc,ids Systems Consultants Inc., Precisionerp Incorporated, In Joint Venture Pricewaterhouse Coopers Llp Primex Project Management Limited Procom Consultants Group Ltd. Prologic Systems Ltd. Prologic Systems Ltd. And Maplesoft Consulting Inc. In Jv Promaxis Systems Inc Promaxis Systems Inc. And Holonics Inc. In Joint Venture Prompta Inc. Protak Consulting Group Inc. Qa Consultants Inc. Qmr Staffing Solutions Incorporated Quallium Corporation Quarry Consulting Inc. Raise Limited Randstad Interim Inc. Redspace Inc. Rhea Inc. Rhea Inc., I4c Information Technology Consulting Inc., In Joint Venture Robertson & Company Ltd. Robina And Biban Associates Inc. S.i. Systems Ulc Samson & Associés Cpa/consultation Inc Sapper Labs Inc., Electronic Warfare Associates - Canada, Ltd, In Joint Venture Seasi Consulting Inc. Seasi Consulting Inc., Adastra Corporation , In Joint Venture Shore Consulting Group Inc. Skyfly Solutions Inc., Ifathom Corp., Epi-use Now Inc. In Joint Venture Slalom Consulting Ulc Snapsearch Inc. Softchoice Corporation Softsim Technologies Inc. Solutions Moerae Inc Sonovision Canada Inc. Spaghetti Logic Inc. Spearhead Management Canada Ltd. Spectra Fx Inc. Sra Staffing Solutions Ltd. Staffmax Staffing & Recruiting Corp. Steel River Group Ltd. Tundra Technical Solutions Inc. In Joint Venture Strategic Relationships Solutions Inc. Sundiata Warren Group Inc. Superheroes Academy Inc. Sylogix Consulting Inc. Symbiotic Group Inc. Symbiotic Group Inc., Akkodis Canada Inc., In Joint Venture Systematix It Solutions Inc., Systematix Technologies De L'information Inc., Les Services Conseils Systematix Inc., Systematix Technology Consultants Inc., In Joint Venture Systematix Solutions Ti Inc/systematix It Solutions Inc Systemscope Inc. T.e.s. Contract Services Inc. T.i.7 Inc., Quarry Consulting Inc., In Joint Venture Tag Hr The Associates Group Inc. Talencity Inc. Taligent Consulting Inc. Tato Recruiting Inc., S.i. Systems Ulc, In Joint Venture Teambuilder Consulting Inc. Tech4soft Inc., Expertise Technology Consulting Inc., In Joint Venture Technomics, Incorporated Techwind Inc. Tecsis Corporation Teksystems Canada Corp./société Teksystems Canada Teksystems Canada Corp./société Teksystems Canada; Teksystems Global Services Corp. In Joint Venture Templates 4 Business, Inc. The Aim Group Inc. The Barrington Consulting Group Inc. The Bell Telephone Company Of Canada Or Bell Canada/la Compagnie De Téléphone Bell Du Canada Ou Bell Canada The Halifax Computer Consulting Group Inc. The Ktl Group, Inc. The Lansdowne Consulting Group Inc. The One Information Corporation The Vcan Group Inc. Thinking Big Information Technology Inc. Thinkpoint Inc. Thomas&schmidt Inc. Thoughtstorm Incorporated Tiree Facility Solutions Inc. Tpg Technology Consulting Ltd. Transatlantic Business Consulting Inc. Tricon Solutions Inc Trillys Systems Inc. Trm Technologies Inc. Tundra Technical Solutions Inc Turtle Island Staffing Inc. Turtle Technologies Inc. Unisys Canada Inc. V42 Management Consulting, Inc. Valcom Consulting Group Inc. Vantix Systems Inc. Verbena Consulting Inc. Versatil Bpi Inc, Solutionstat, Consultation Et Formation En Statistique Inc. , In Joint Venture Vurtur Communications Group Work4ce Inc. Worldhire Inc Worldreach Software Corporation Yoush Inc. Zernam Enterprise Inc P.6 Project Administrator, Level 2 01 Millennium Consulting Inc. 1019837 Ontario Inc. 10947482 Canada Inc. 2375812 Ontario Inc. 2isolutions Inc. 2tolead Limited 4165047 Canada Inc. 4165047 Canada Inc., Innovision Consulting Inc., In Joint Venture 49 Solutions Inc. 4plan Consulting Corp. 7 Theta Inc 7792395 Canada Inc. 9149481 Canada Inc. 9468269 Canada Corp. A Hundred Answers Inc. A. Net Solutions Inc. A.t. Consulting And Recruiting Inc. Accenture Inc. Access Corporate Technologies Inc. Acf Associates Inc. Acosys Consulting Services Inc. Acosys Consulting Services Inc./ Services Conseils Acosys Inc., Pricewaterhousecoopers Llp, In Joint Venture Action Personnel Of Ottawa-hull Ltd Adaptovate Inc Adastra Corporation Adecco Employment Services Limited/services De Placement Adecco Limited Adga Group Consultants Inc. Adirondack Information Management Inc. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The Aim Group Inc.,in Joint Venture Adrm Technology Consulting Group Corp. Adrm Technology Consulting Group Corp. And Randstad Interim Inc Advanced Chippewa Technologies Inc. Affinity Staffing Inc. Agile Biztech Inc. Akendi Inc. Akkodis Canada Inc. Aligned Si Corp Alika Internet Technologies Inc. Alika Internet Technologies Inc., Lnine Consulting Inc. In Joint Venture Alithya Canada Inc Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc. In Jv Allan Clarke & Associates Inc.; The Halifax Computer Consulting Group Inc.; In Joint Venture Alphinat Inc. Altis Human Resources (ottawa) Inc., And Excel Human Resources Inc., In Joint Venture Altis Recruitment & Technology Inc. Altruistic Informatics Consulting Inc. Amazon Web Services Canada, Inc. Amyantek Inc Andrew Mazeikis, Andrew Lee Anthony, Macauley & Associates (victoria) Inc Apption Corporation Archipelago Alliance Inc. Arctiq Canada Inc. Artech Technology Canada Limited Artemp Personnel Services Inc Attain Insight Solutions Inc. Aversan Inc. Axons Canada Inc., Levio Conseils Inc., In Joint Venture Azur Human Resources Limited Ba - Tech Consulting Inc. Bayleaf Software Inc Bdo Canada Llp Beyond Technologies Consulting Inc. Bits In Glass Inc. Bp & M Government Im & It Consulting Inc. Bridgetown Consulting Inc. Bryca Solutions Inc. Bryca Solutions Inc., Server Cloud Canada Inc., 2657319 Ontario Inc., In Joint Venture Burntedge Incorporated C3sa Cybernetic Security Audit Inc. C4i Training & Technology Inc. Cache Computer Consulting Corp. Cache Computer Consulting Corp., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., In Joint Venture Calian Ltd. Calian Ltd., Dwp Solutions Inc., In Joint Venture Cgi Information Systems And Management Consultants Inc. Charter Telecom Inc Cistel Technology Inc. Closereach Ltd. Closereach Ltd., Snapsearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., In Joint Venture Cofomo Inc. Cogniva Information Solutions Inc. Compustaff Corp. Compusult Limited Computacenter Canada Inc. Confluence Consulting Inc. Conoscenti Technologies Inc. Contract Community Inc. Coretracks Inc. Corgta Inc. Creative Techinnov Software Solutions Inc. Csi Consulting Inc. Cvl Information Solutions Inc. Dare Human Resources Corporation Dargan Industries Inc. Decisive Group Inc. Deloitte Inc. Destech Dffrnt Inc. Dls Technology Corporation Dnsnetworks Corporation Dolomite - Pur – Phirelight – Sphyrna In Jv Dolomite Networks Corporation Donna Cona Inc. Donna Cona Inc., Ibm Canada Limited In Joint Venture Dwp Solutions Inc. Dxc Technology Canada Co. Eagle Professional Resources Inc. Eclipsys Solutions Inc Eminent Systems Inc. Emtec Infrastructure Services Canada Corporation Enet4s Software Solutions Ltd Enet4s Software Solutions Ltd., Entaros Inc. In Joint Venture Entaros Corp. Equasion Business Technologies Consulting Inc Equasion Business Technologies Consulting Inc And Watershed Information Technology Inc In Cjv Ernst & Young Llp Etico, Inc. Evision Inc., Softsim Technologies Inc. In Joint Venture Experis Canada Inc. Factr Limited, Altis Recruitment & Technology Inc., In Joint Venture Fifalde Consulting Inc. Flex Tech Services Inc. Focus Systems Inc. Four Point Solutions Ltd. Foursight Consulting Group Inc. Freebalance Inc. Fujitsu Consulting (canada) Inc./fujitsu Conseil (canada) Inc. Gef Consulting Inc. General Dynamics Land Systems – Canada Corporation Green Light Consulting Solutions Inc. Green Pi Inc Groupe Intersol Group Ltee. Gsi International Consulting Inc. H2 Analytics Inc. Healthtech Inc. Hubspoke Inc. I.m.p. Group Limited I4c Information Technology Consulting Inc Ibiska Telecom Inc. Ibm Canada Limited/ibm Canada Limitée Idexia Inc. Ifathom Corporation Info-electronics H.p. Systems Inc. Infomagnetics Technologies Corporation (imt) Infosys Public Services Inc Infotek Consulting Services Inc. Innobec And Mdos In Jv Inround Innovations Incorporated, 3056058 Canada Inc., In Joint Venture Insum Solutions Inc Insync Systems Inc. Integra Networks Corporation Intelan Consulting Inc. Ipsg Technology Inc. Ipss Inc. Ipss Inc. / Long View Systems Corporation, In Joint Venture It/net - Ottawa Inc. It/net Ottawa Inc, Kpmg Llp, In Joint Venture Iti Canada Inc Jl13 Concepts Inc Juno Risk Solutions Incorporated Kainos Canada Inc. Kimbo Design Inc. Koloa Solutions Inc. Kovasys Inc Kpmg Llp Kyndryl Canada Limited; Ism Information Systems Management Corporation In Joint Venture Laboratoire De Confiance Numérique Du Canada Langui Systems Inc Le Groupe Conseil Bronson Consulting Group Leo-pisces Services Group Inc. Les Enterprises Norleaf Networks Inc. Leverage Technology Resources Inc. Levio Conseils Inc. Lightning Tree Consulting Inc., Burbeck Inc., And P.g. Rodler Consulting In Joint Venture Like 10 Inc. Like 10 Inc., Softmosis Inc. In Joint Venture Linhr Consulting Inc. Lnine Consulting Inc. Lnw Consulting Inc Louis Tanguay Informatique Inc. Makwa Resourcing Inc. Makwa Resourcing Inc., Tpg Technology Consulting Ltd. In Joint Venture Malarsoft Technology Corporation Malarsoft Technology Corporation, Cistel Technology Inc., Computacenter Canada Inc. In Joint Venture Maplefox Projects Inc. Maplesoft Consulting Inc. Maplestream Inc., Cofomo Inc. In Joint Venture Mastercard Canada Ulc Maverin Business Services Inc. Maverin Inc. Maxsys Staffing & Consulting Inc. Mcgowan Digital Group Inc. Mdos Consulting Inc. Merak Systems Corporation Messa Computing Inc. Metaflow Inc. Mgis Inc. Mgis Inc., B D M K Consultants Inc In Joint Venture Michael Wager Consulting Inc. Mindstream Training Center And Professional Services Bureau, Inc Mindwire Systems Ltd. Mindwire Systems Ltd., Akkada Professional Services Inc., Hubspoke Inc., In Joint Venture Mnp Llp Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture Munvo Solutions Inc. Myticas Consulting Inc. N12 Consulting Corporation Nattiq Inc. Naut'sa Mawt Resources Group, Inc. Navigov Inc., Solid Defence, Inc., In Joint Venture Navpoint Consulting Group Inc. Neosoft Technologies Inc. New Technologies Inc. Newfound Recruiting Corporation Nextria Inc. Nexus Systems Group Inc. Niewe Technology And Consulting Ltd. Nisha Technologies Inc. Nortak Software Ltd. Nova Networks Inc. Nrns Incorporated Ntech Conseil Inc. Ntech Consulting Inc. Ntt Data Canada, Inc. Oggn Inc. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture Oliver Wyman Government Services Ulc Onaki Création S.e.n.c., Ibiska Telecom Inc., In Joint Venture Oomple Inc. Openframe Technologies And Mindstream Tc & Psb In Joint Venture Openframe Technologies, Inc. Orangutech Inc. Oxaro Inc. Palantir Technologies Canada Inc. Paper Leaf Design Ltd. Paralucent Inc Pleiad Canada Inc. Portage Personnel Inc. Precisionerp Incorporated Precisionit Inc,ids Systems Consultants Inc., Precisionerp Incorporated, In Joint Venture Pricewaterhouse Coopers Llp Primex Project Management Limited Procom Consultants Group Ltd. Professional Quality Assurance Ltd. Prologic Systems Ltd. Prologic Systems Ltd. And Maplesoft Consulting Inc. In Jv Promaxis Systems Inc Promaxis Systems Inc. And Holonics Inc. In Joint Venture Prompta Inc. Protak Consulting Group Inc. Qa Consultants Inc. Qmr Staffing Solutions Incorporated Qsp Geographics Inc. Quallium Corporation Quarry Consulting Inc. R2i Incorporated Raise Limited Randstad Interim Inc. Rhea Inc. Risk Sciences International Inc. Robertson & Company Ltd. Rock Networks Inc. S.i. Systems Ulc Saige Technologies Ulc, 9345540 Canada Inc., In Joint Venture Samson & Associés Cpa/consultation Inc Sapper Labs Inc., Electronic Warfare Associates - Canada, Ltd, In Joint Venture Sas Institute (canada) Inc. Scalian Inc. Seasi Consulting Inc. Seasi Consulting Inc., Adastra Corporation , In Joint Venture Shore Consulting Group Inc. Skyfly Solutions Inc., Ifathom Corp., Epi-use Now Inc. In Joint Venture Snapsearch Inc. Softchoice Corporation Softsim Technologies Inc. Solana Networks Inc. Solutions Moerae Inc Sonovision Canada Inc. Spaghetti Logic Inc. Spearhead Management Canada Ltd. Spectra Fx Inc. Sphyrna Security Incorporated Sra Staffing Solutions Ltd. Staffmax Staffing & Recruiting Corp. Steel River Group Ltd. Tundra Technical Solutions Inc. In Joint Venture Strategic Relationships Solutions Inc. Sundiata Warren Group Inc. Superheroes Academy Inc. Symbiotic Group Inc. Symbiotic Group Inc., Akkodis Canada Inc., In Joint Venture Systematix It Solutions Inc., Systematix Technologies De L'information Inc., Les Services Conseils Systematix Inc., Systematix Technology Consultants Inc., In Joint Venture Systematix Solutions Ti Inc/systematix It Solutions Inc Systemscope Inc. T.e.s. Contract Services Inc. T.i.7 Inc., Quarry Consulting Inc., In Joint Venture Tag Hr The Associates Group Inc. Talencity Inc. Taligent Consulting Inc. Tato Recruiting Inc., S.i. Systems Ulc, In Joint Venture Teambuilder Consulting Inc. Tech4soft Inc., Expertise Technology Consulting Inc., In Joint Venture Technitask Inc Technomics, Incorporated Techwind Inc. Tecsis Corporation Teksystems Canada Corp./société Teksystems Canada Teksystems Canada Corp./société Teksystems Canada; Teksystems Global Services Corp. In Joint Venture Templates 4 Business, Inc. The Aim Group Inc. The Barrington Consulting Group Inc. The Bell Telephone Company Of Canada Or Bell Canada/la Compagnie De Téléphone Bell Du Canada Ou Bell Canada The Halifax Computer Consulting Group Inc. The Herjavec Group The Ktl Group, Inc. The Lansdowne Consulting Group Inc. The One Information Corporation The Print Operations Group Inc The Right Door Consulting & Solutions Incorporated The Vcan Group Inc. Thinking Big Information Technology Inc. Thinkpoint Inc. Thomas&schmidt Inc. Thoughtstorm Incorporated Tiree Facility Solutions Inc. Tpg Technology Consulting Ltd. Trailmark Systems Inc. Transatlantic Business Consulting Inc. Tricon Solutions Inc Trillys Systems Inc. Trm Technologies Inc. Tundra Technical Solutions Inc Turtle Island Staffing Inc. Turtle Technologies Inc. Unisys Canada Inc. V42 Management Consulting, Inc. Valcom Consulting Group Inc. Valencia Iip Advisors Limited Vooban Vurtur Communications Group Work4ce Inc. Worldreach Software Corporation Yoush Inc. Zernam Enterprise Inc P.9 Project Manager, Level 2 01 Millennium Consulting Inc. 1019837 Ontario Inc. 10947482 Canada Inc. 12326582 Canada Inc., 13737926 Canada Inc., 12394529 Canada Inc.. In Joint Venture 2375812 Ontario Inc. 2isolutions Inc. 2tolead Limited 4165047 Canada Inc. 4165047 Canada Inc., Innovision Consulting Inc., In Joint Venture 49 Solutions Inc. 4plan Consulting Corp. 7 Theta Inc 7792395 Canada Inc. 8075611 Canada Limited 9149481 Canada Inc. 9468269 Canada Corp. A Hundred Answers Inc. A. Net Solutions Inc. A.t. Consulting And Recruiting Inc. Accenture Inc. Access Corporate Technologies Inc. Acf Associates Inc. Acosys Consulting Services Inc. Acosys Consulting Services Inc./ Services Conseils Acosys Inc., Pricewaterhousecoopers Llp, In Joint Venture Action Personnel Of Ottawa-hull Ltd Adaptovate Inc Adastra Corporation Adecco Employment Services Limited/services De Placement Adecco Limited Adga Group Consultants Inc. Adirondack Information Management Inc. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The Aim Group Inc.,in Joint Venture Adobe Systems Federal Llc Adrm Technology Consulting Group Corp. Adrm Technology Consulting Group Corp. And Randstad Interim Inc Advanced Chippewa Technologies Inc. Affinity Staffing Inc. Agile Biztech Inc. Akendi Inc. Akkodis Canada Inc. Aligned Si Corp Alika Internet Technologies Inc. Alika Internet Technologies Inc., Lnine Consulting Inc. In Joint Venture Alithya Canada Inc Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc. In Jv Allan Clarke & Associates Inc.; The Halifax Computer Consulting Group Inc.; In Joint Venture Alphabyte Solutions Inc. Alphinat Inc. Altaml Inc. Altis Human Resources (ottawa) Inc., And Excel Human Resources Inc., In Joint Venture Altis Recruitment & Technology Inc. Altruistic Informatics Consulting Inc. Amazon Web Services Canada, Inc. Amyantek Inc Andrew Mazeikis, Andrew Lee Anthony, Macauley & Associates (victoria) Inc Appian Corporation Apption Corporation Archipelago Alliance Inc. Arctiq Canada Inc. Artech Technology Canada Limited Artemp Personnel Services Inc Attain Insight Solutions Inc. Aversan Inc. Axons Canada Inc., Levio Conseils Inc., In Joint Venture Azur Human Resources Limited Ba - Tech Consulting Inc. Bayleaf Software Inc Bdo Canada Llp Bevertec Cst Inc. Beyond Technologies Consulting Inc. Bits In Glass Inc. Bp & M Government Im & It Consulting Inc. Breckenhill Inc. Bridgetown Consulting Inc. Bryca Solutions Inc. Bryca Solutions Inc., Server Cloud Canada Inc., 2657319 Ontario Inc., In Joint Venture Burntedge Incorporated C3sa Cybernetic Security Audit Inc. C4i Training & Technology Inc. Cache Computer Consulting Corp. Cache Computer Consulting Corp., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., In Joint Venture Calian Ltd. Calian Ltd., Dwp Solutions Inc., In Joint Venture Captiva Consulting Inc. Cdw Canada Corp. Cgi Information Systems And Management Consultants Inc. Charter Telecom Inc Cistel Technology Inc. Closereach Ltd. Closereach Ltd., Snapsearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., In Joint Venture Cofomo Inc. Cogniva Information Solutions Inc. Compugen Incorporated Compustaff Corp. Compusult Limited Computacenter Canada Inc. Confluence Consulting Inc. Conoscenti Technologies Inc. Contract Community Inc. Convergence Concepts Inc. Core Software Corp Coretracks Inc. Corgta Inc. Csi Consulting Inc. Cvl Information Solutions Inc. Dare Human Resources Corporation Dargan Industries Inc. Decisive Group Inc. Deloitte Inc. Dffrnt Inc. Dls Technology Corporation Dnsnetworks Corporation Dolomite - Pur – Phirelight – Sphyrna In Jv Dolomite Networks Corporation Donna Cona Inc. Donna Cona Inc., Ibm Canada Limited In Joint Venture Dwp Solutions Inc. Dxc Technology Canada Co. Eagle Professional Resources Inc. Eclipsys Solutions Inc Eminent Systems Inc. Emtec Infrastructure Services Canada Corporation Enet4s Software Solutions Ltd Entaros Corp. Eperformance Inc. Equasion Business Technologies Consulting Inc Equasion Business Technologies Consulting Inc And Watershed Information Technology Inc In Cjv Ernst & Young Llp Essa Technologies Ltd. Etico, Inc. Evision Inc., Softsim Technologies Inc. In Joint Venture Evolving Web Inc. Experis Canada Inc. Factr Limited, Altis Recruitment & Technology Inc., In Joint Venture Fifalde Consulting Inc. Flex Tech Services Inc. Focus Systems Inc. Forge Experience Design Inc Four Point Solutions Ltd. Foursight Consulting Group Inc. Freebalance Inc. Fujitsu Consulting (canada) Inc./fujitsu Conseil (canada) Inc. Gartner Canada Co. Gef Consulting Inc. Gelder, Gingras & Associates Inc. General Dynamics Land Systems – Canada Corporation Green Light Consulting Solutions Inc. Green Pi Inc Groupe Intersol Group Ltee. Gsi International Consulting Inc. H2 Analytics Inc. Hays Specialist Recruitment (canada) Inc. Healthtech Inc. Holonics Inc. Hubspoke Inc. I.m.p. Group Limited I4c Information Technology Consulting Inc Ibiska Telecom Inc. Ibm Canada Limited/ibm Canada Limitée Idea Theorem Inc. Idev Solutions Inc. Idexia Inc. Ifathom Corporation Illuminz Solutions Inc. Info-electronics H.p. Systems Inc. Infomagnetics Technologies Corporation (imt) Infosys Public Services Inc Infotek Consulting Services Inc. Innobec And Mdos In Jv Inround Innovations Incorporated, 3056058 Canada Inc., In Joint Venture Instrux Media Corp. Insum Solutions Inc Insync Systems Inc. Integra Networks Corporation Intelan Consulting Inc. Ipsg Technology Inc. Ipss Inc. Ipss Inc. / Long View Systems Corporation, In Joint Venture It/net - Ottawa Inc. It/net Ottawa Inc, Kpmg Llp, In Joint Venture Iti Canada Inc Jl13 Concepts Inc Jumping Elephants Incorporated Juno Risk Solutions Incorporated Kainos Canada Inc. Karantech Corp Kimbo Design Inc. Koloa Solutions Inc. Kovasys Inc Kpmg Llp Kyndryl Canada Limited; Ism Information Systems Management Corporation In Joint Venture Laboratoire De Confiance Numérique Du Canada Langui Systems Inc Le Groupe Conseil Bronson Consulting Group Lean Agility Inc. Leo-pisces Services Group Inc. Les Enterprises Norleaf Networks Inc. Leverage Technology Resources Inc. Levio Conseils Inc. Lightning Tree Consulting Inc., Burbeck Inc., And P.g. Rodler Consulting In Joint Venture Like 10 Inc. Like 10 Inc., Softmosis Inc. In Joint Venture Lnine Consulting Inc. Lnw Consulting Inc Locus Systems Inc. Logical Planet Inc. Louis Tanguay Informatique Inc. Makwa Resourcing Inc. Makwa Resourcing Inc., Tpg Technology Consulting Ltd. In Joint Venture Malarsoft Technology Corporation Malarsoft Technology Corporation, Cistel Technology Inc., Computacenter Canada Inc. In Joint Venture Maplefox Projects Inc. Maplesoft Consulting Inc. Maplestream Inc., Cofomo Inc. In Joint Venture Mara Consulting Inc Mastercard Canada Ulc Maverin Business Services Inc. Maverin Inc. Maximus Canada Services, Inc. Maxsys Staffing & Consulting Inc. Mcgowan Digital Group Inc. Mdos Consulting Inc. Merak Systems Corporation Messa Computing Inc. Metaflow Inc. Mgis Inc. Mgis Inc., B D M K Consultants Inc In Joint Venture Michael Wager Consulting Inc. Mindstream Training Center And Professional Services Bureau, Inc Mindwire Systems Ltd. Mindwire Systems Ltd., Akkada Professional Services Inc., Hubspoke Inc., In Joint Venture Mnp Llp Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture Munvo Solutions Inc. Myticas Consulting Inc. N12 Consulting Corporation Nattiq Inc. Naut'sa Mawt Resources Group, Inc. Navigov Inc., Solid Defence, Inc., In Joint Venture Navpoint Consulting Group Inc. Neosoft Technologies Inc. New Technologies Inc. Newfound Recruiting Corporation Nextria Inc. Nexus Systems Group Inc. Niewe Technology And Consulting Ltd. Nisha Technologies Inc. Norconex Inc. Nortak Software Ltd. Northern Micro Inc. Nova Networks Inc. Nrns Incorporated Ntech Conseil Inc. Ntech Consulting Inc. Ntt Data Canada, Inc. Oggn Inc. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture Oliver Wyman Government Services Ulc Onaki Création S.e.n.c., Ibiska Telecom Inc., In Joint Venture Oomple Inc. Openframe Technologies And Mindstream Tc & Psb In Joint Venture Openframe Technologies, Inc. Orangutech Inc. Outwitly Inc Oxaro Inc. Oxd Consulting Ltd. Palantir Technologies Canada Inc. Paper Leaf Design Ltd. Paralucent Inc Philtam Corporation Planit Search Inc. Pleiad Canada Inc. Portage Personnel Inc. Precisionerp Incorporated Precisionit Inc,ids Systems Consultants Inc., Precisionerp Incorporated, In Joint Venture Pricewaterhouse Coopers Llp Primex Project Management Limited Procom Consultants Group Ltd. Professional Quality Assurance Ltd. Prologic Systems Ltd. Prologic Systems Ltd. And Maplesoft Consulting Inc. In Jv Promaxis Systems Inc Promaxis Systems Inc. And Holonics Inc. In Joint Venture Prompta Inc. Protak Consulting Group Inc. Qa Consultants Inc. Qmr Staffing Solutions Incorporated Qsp Geographics Inc. Quallium Corporation Quarry Consulting Inc. R2i Incorporated Raise Limited Randstad Interim Inc. Realit Management Inc. Reticle Ventures Canada Incorporated Rhea Inc. Rhea Inc., I4c Information Technology Consulting Inc., In Joint Venture Risk Sciences International Inc. Robertson & Company Ltd. Robina And Biban Associates Inc. Rock Networks Inc. Rockwell Collins Canada Inc. Rs Tec Systems Inc S.i. Systems Ulc Samson & Associés Cpa/consultation Inc Sapper Labs Inc., Electronic Warfare Associates - Canada, Ltd, In Joint Venture Sas Institute (canada) Inc. Scalian Inc. Seasi Consulting Inc. Seasi Consulting Inc., Adastra Corporation , In Joint Venture Shore Consulting Group Inc. Sia Partners Inc. / Sia Partenaires Inc. Simplic-it Inc. Skyfly Solutions Inc., Ifathom Corp., Epi-use Now Inc. In Joint Venture Slalom Consulting Ulc Snapsearch Inc. Softchoice Corporation Softsim Technologies Inc. Solana Networks Inc. Solutions Moerae Inc Sonovision Canada Inc. Spaghetti Logic Inc. Spearhead Management Canada Ltd. Spectra Fx Inc. Sphyrna Security Incorporated Sra Staffing Solutions Ltd. Staffmax Staffing & Recruiting Corp. Steel River Group Ltd. Tundra Technical Solutions Inc. In Joint Venture Strategic Relationships Solutions Inc. Sundiata Warren Group Inc. Superheroes Academy Inc. Sylogix Consulting Inc. Symbiotic Group Inc. Symbiotic Group Inc., Akkodis Canada Inc., In Joint Venture Systematix It Solutions Inc., Systematix Technologies De L'information Inc., Les Services Conseils Systematix Inc., Systematix Technology Consultants Inc., In Joint Venture Systematix Solutions Ti Inc/systematix It Solutions Inc Systemscope Inc. T.e.s. Contract Services Inc. Tag Hr The Associates Group Inc. Talencity Inc. Taligent Consulting Inc. Tato Recruiting Inc., S.i. Systems Ulc, In Joint Venture Teambuilder Consulting Inc. Tech4soft Inc., Expertise Technology Consulting Inc., In Joint Venture Technitask Inc Technomics, Incorporated Techwind Inc. Tecsis Corporation Teksystems Canada Corp./société Teksystems Canada Teksystems Canada Corp./société Teksystems Canada; Teksystems Global Services Corp. In Joint Venture Templates 4 Business, Inc. The Aim Group Inc. The Barrington Consulting Group Inc. The Bell Telephone Company Of Canada Or Bell Canada/la Compagnie De Téléphone Bell Du Canada Ou Bell Canada The Halifax Computer Consulting Group Inc. The Herjavec Group The Ktl Group, Inc. The Lansdowne Consulting Group Inc. The One Information Corporation The Print Operations Group Inc The Right Door Consulting & Solutions Incorporated The Vcan Group Inc. Thinking Big Information Technology Inc. Thinkpoint Inc. Thomas&schmidt Inc. Thoughtstorm Incorporated Tiree Facility Solutions Inc. Tpg Technology Consulting Ltd. Trailmark Systems Inc. Transatlantic Business Consulting Inc. Tricon Solutions Inc Trillys Systems Inc. Trm Technologies Inc. Tundra Technical Solutions Inc Turtle Island Staffing Inc. Turtle Technologies Inc. Unisys Canada Inc. V42 Management Consulting, Inc. Valcom Consulting Group Inc. Valencia Iip Advisors Limited Vantix Systems Inc. Verbena Consulting Inc. Versatil Bpi Inc, Solutionstat, Consultation Et Formation En Statistique Inc. , In Joint Venture Vooban Vurtur Communications Group Work4ce Inc. Worldhire Inc Worldreach Software Corporation Yoush Inc. Zernam Enterprise Inc Additional Information For Bidders For Services Requirements, Bidders Must Provide The Required Information As Detailed In Article 2.3 Of Part 2 Of The Bid Solicitation, In Order To Comply With Treasury Board Policies And Directives On Contracts Awarded To Former Public Servants. Security Requirement: There Are Security Requirements Associated With This Requirement: Supplier Security Clearance Required: Secret Security Level Required (document Safeguarding): None Citizen Restriction: Canadian For Additional Information, Consult Part 6 – Security And Other Requirements, And Part 7 – Resulting Contract Clauses. For More Information On Personnel And Organization Security Screening Or Security Clauses, Bidders Should Refer To The Industrial Security Program (isp) Of Public Works And Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) Website. Location Of Work: Region: National Capital Region Specific Location: Services Must Be Provided On-site At One (1) Of The Following Dnd Facilities In The National Capital Region. These Locations May Include, But Are Not Limited To: • National Printing Bureau (npb) – 45 Boulevard Sacre-cœur, Gatineau, Québec; • The Sil – 1941 Robertson Road, Ottawa, Ontario; • Carling Campus – 60 Moodie Drive, Ottawa, Ontario; • National Research Council Facility – 1920 Research Private, Ottawa, Ontario; • Istar Lab – 130 Bentley Avenue, Ottawa Ontario. Bidders’ Inquiries Inquiries Regarding This Request For Proposal Requirement Must Be Submitted To The Contracting Authority: Name: Kelsey Lawrence Email: Kelsey.lawrence2@forces.gc.ca The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement.
Closing Date5 Aug 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
location
United States
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-03 Effective: 23 February 2024 this Is A Total Small Business Set-aside In Accordance With Far 13.003 (b)(1) On A Firm-firm Fixed-price (ffp) Basis. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 334515, With A Business Size Standard Of Small_. The Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 6625. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase: two - Programmable Dc Power Supply . all Interested Companies Shall Provide Quotations For The Following: x - See Specification Attachment supplies: Brand Name Or Equal. items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. software/hardware/services: 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. note: Maintenance Renewals - The Performance Period For Maintenance Renewals, (software Licenses, Services, Etc.), Must Begin On Or After The Date Of Contract Award. The Performance Period Cannot Be Back Dated. If Reinstatement Fees Are Required, They Must Be Listed On Separate Line Items. delivery Address: x U.s. Naval Research Laboratory 4555 Overlook Avenue, S.w. bldg. 2 East High Bay washington, Dc 20375 **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-todate 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 (apr 2008) • 52.212-1, "instructions To Offerors-commercial Items" • 52.212-3, "offerors Representations And Certifications-commercial Items 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 Items." 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 Items • 52.203-3, Gratuities (apr 1984) • 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 Representation • 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 - 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 Items 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 Items • 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 Work Flow 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 Items • 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 Duns Number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. government Point Of Contact purchasing Agent Name: Kayrelly Aguirre-arroba email: Kayrelly.aguirre-arroba2.civ@us.navy.mil tel: 202-875-9394 please Reference This Combined Synopsis/solicitation Number N0017325q5311 On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations; Therefore, Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following 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 Award 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). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail. unless Already Completed In Sam.gov, The Following Provision Must Also Be Completed And Returned By the Offeror: interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13, 2020 instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Offer. far 52.204-24 Representation Regarding Certain Telecommunications And Video surveillance Services Or Equipment the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has represented That It ‘‘does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other contractual Instrument’’ In The Provision At 52.204–26, Covered Telecommunications Equipment Or services—representation, Or In Paragraph (v) Of The Provision At 52.212–3, Offeror Representations And certifications– Commercial Items. (a) Definitions. As Used In This Provision-backhaul, Covered Telecommunications equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And substantial Or Essential Component Have The Meanings Provided In The Clause 52.204–25, Prohibition On contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or after August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In the Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service that Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service that Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any system, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A federal Contract. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For ‘‘covered Telecommunications Equipment Or Services.’’ (d) Representations. The Offeror Represents That— (1) It . Will, . Will Not Provide Covered Telecommunications Equipment Or Services To The government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This section If The Offeror Responds ‘‘will’’ In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror represents That— It . Does, . Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds ‘‘does’’ In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has responded ‘‘will’’ In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, as Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded ‘‘does’’ In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) statement Of Need Pr 1301231721 title: Programmable Direct Current (dc) Power Supply i. Purpose programmable Dc Power Supply To Provide Controlled Power For Experimental Apparatus. ii. Scope the U.s. Naval Research Laboratory Has A Requirement For Programmable Dc Power Supply (quantity 2 Each). These Programmable Power Supplies Need To Have Following Requirements: • Rated Output Power Of 30kw • Dc Output Voltage From 0 – 375 Vdc • Dc Output Current From 0 – 77 Adc • Front Panel Must Provide 37-pin External I/o Rs232 Connection • Ac Input Voltage 480 Vac, 3 Phase. • Vendor Must Provide National Institute Of Standards (nist) Traceable Calibration And Certificate iii. Period Of Performance 90-120 Days After Receipt Of Order iv. Delivery Location shipment Of Deliverable Items Specified In The Scope Of Work Shall Be Delivered To The Following Address: u.s. Naval Research Laboratory 4555 Overlook Avenue, Sw washington, Dc 20375 bldg. 2 East High Bay attention: Zachary Conaway v. Inspection And Acceptance Criteria the Items Listed In The Scope Of This Document Must Be Received And In Full Working Order To Be Accepted As Final By Nrl
Closing Date30 Apr 2025
Tender AmountRefer Documents 

Philippine Information Agency - PIA Tender

Software and IT Solutions
location
Philippines
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of All-in-one Desktop And Mid-range Laptop Computers For The Enhancement Of Hrdd Proper And Training / Examination Room 1. The Philippine Information Agency (pia) Intends To Procure All-in-one Desktop And Mid-range Laptop Computers For The Enhancement Of Hrdd Proper And Training / Examination Room With An Approved Budget For The Contract (abc) Of One Million Two Hundred Seventy-four Thousand Pesos Only (php 1,274,000.00). 2. The Pia Bids And Awards Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline To The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From The Bac-secretariat At The Address And Contact Numbers Given Below From February 3 - 24, 2025, 8:00 A.m. To 4:00 P.m. 5. The Schedule Of Bidding Activities Are As Follows: Activities Schedule Advertisement/posting Of Request For Quotation /start Of Availability Of Request For Quotation Starting Feb. 3, 2025 (monday) Pre-negotiation Conference February 11, 2025 (tuesday) 1:30 Pm Pia Procurement Conference, 2nd Flr., Pia Bldg., Visayas Ave., Qc Submission Of Quotations And Legal/technical Documents (in Sealed Envelope) February 24, 2023 (monday) 10:00am Pia Procurement Section, 2nd Flr., Pia Bldg., Visayas Ave., Qc Opening Of Quotations February 24, 2023, 1:30 Pm Pia Procurement Conference, 2nd Flr., Pia Bldg., Visayas Ave., Qc 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission In Five (5) Copies (1 Original And 4 Certified True Copies) And An Electronic Copy Contained In A Usb Flash Drive (1 Technical Component And 1 Financial Component) Pia Building, Visayas Avenue, Diliman, Quezon City On Or Before February 24, 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contact Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contracts Shall Refer To Procurement Of All-in-one Desktop And Mid-range Laptop Computers Which Shall Be Completed Within The Last Five (5) Years Prior To The Date Of Submission Of The Best And Final Offer. C) Bid Security In Any Of The Following Form As Prescribed Under 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc Or (php 25,480.00). Ii. In Case Of Surety Bond, Submit Also A Certification Issued By The Issuance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of Abc Or Php 63,700.00) Iii. Bid Securing Declaration. D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable; In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. The Head Of The Procuring Entity (hope) Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Not Award The Contract In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations. 10. For Further Information, Please Refer To: Ms. Jupalyn L. Benedicto Head, Bac Secretariat 2nd Floor, Pia Central Office, Visayas Avenue, Diliman, Quezon City (02) 8920-4338 / 0999-887-9307 Piacentral.bids@pia.gov.ph Issued This 30th Day Of January 2025. Atty. Allan Vincent B. Lorenzo Chairperson, Bids And Awards Committee Date: 30 January 2024 Annex “a” Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Philippine Information Agency Central Office. Item Number Description Quantity Total Delivered, Weeks/months 1. All-in-one Desktop Computer 16 Units 90 Days Upon Issuance Of Notice To Proceed 2. Mid-range Laptop Computers 10 Units 90 Days Upon Issuance Of Notice To Proceed *** Nothing Follows*** I Hereby Verify To Comply With All The Above Requirements. __________________________________________________________ Signature Over Printed Name Of The Authorized Representative ___________________________________________________________ Company Name ___________________________________________________________ Date Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Technical Specifications I. Sixteen (16) Units Of All-in-one Desktop Computer  Processor - Intel Core I5-13420h 8 Core, 12 Threads Or Equivalent  Memory - 8gb Ddr5 5200 So Dimm  Storage - 1tb Ssd M.2 2280 Gen 4 Tlc  Graphics - Intel Uhd Graphics  Display - 23.8 Fhd (1920 X 1080), Anti-glare, 99% Srgb  Connectivity - Integrated 100/1000m; - Wlan + Bluetooth Wi-fi ®6, 802.11ax 2x2 + Bt5.2  Os - Windows 11 Home  Software - Ms Office Home & Student 2021  With Wireless Keyboard And Wireless Mouse  Warranty - Three (3) Years Premium Care / Supplier’s Warranty  Design - Case Color White Or Cloud Grey (color Shall Be Uniform To All Units To Be Delivered) Ii. Ten (10) Units Of Mid-range Laptop Computers  Processor - Raptor Lake I5-13420h Or Equivalent  Os - Windows 11 Pro  Display - 14” 16:10 Fhd+ (1920 X 1200), Ips-level Panel  Graphics - Iris Xe Graphics  Memory - 8gb Ddr4 (3200mhz)  Storage - 512gb Nvme Pcie Ssd Gen 4x4 W/o Dram  Camera - Hd Type (30fps@720p) With Noise Reduction  Keyboard - Single Backlight Keyboard (white)  Connectivity - Gb Lan, Wi-fi 6e Ax211, Bluetooth V5.3  With Laptop Bag And Mouse  Two (2) Years Warranty Iii. Warranty And Support In Addition To The Warranty Provided Above, The Supplier Must Also Provide At Least 90 Days Of Complimentary Technical Support Upon Delivery Of The Procurement Items Iv.scope Of Work A.supplier • Certification That The Sixteen (16) Units All-in-one Desktop And Ten (10) Units Laptop Computers Have Been Delivered. • Provision Of Technical Support From Supplier And/or Manufacture. • Submit Certification As Authorized Distributor Or Reseller. • Present Their Proposed Unit During The Bid Opening, Preferably By Demonstrating The Actual Unit Or Through Video Or Brochure Presentations. B.procuring Entity • Certification That The Sixteen (16) Units All-in-one Desktop And Ten (10) Units Laptop Computers Are Compliant With The Technical Specifications And Free From Manufacturer’s Defects And Damages Upon Delivery. • That Abovementioned Computers Are Burned-in By Random Sampling. V. End-user Requirement The Technical Specifications Provided Are The Minimum Requirements. Bidders May Offer Higher Specifications Than Those Presented To Prevent Stock Unavailability, Avoid Delays In The Procurement Process, And Ensure Continuity Of Operations In The Hrdd. However, Such Proposals Will Be Subjected To Evaluation By The Technical Working Group (twg) And Must Comply With The Provisions Of Ra9184 And Its Implementing Rules And Regulations. Furthermore, The Bid Amount Must Remain Within The Approved Budget For The Contract (abc), And No Specification Should Fall Below The Minimum Requirements Outlined In The Section Vi Technical Specifications. Accordingly, Any Variation In The Technical Specifications Must Always Be Reasonable And Advantageous To The Government. *** Nothing Follows**** Name: ____________________________________________________________________ Legal Capacity: ___________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For Behalf Of: ______________________________ Date: _____________________________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Statement Of Single Largest Completed Contract (within Five (5) Years From The Date Of Submission And Receipt Of Bids) Name Of Client Name Of The Contract Date And Status Of The Contract Kind Of Goods Amount Of Contract Value Of Outstanding Contracts Date Of Delivery I Hereby Verify To Comply With All The Above Requirements. __________________________________________________________ Signature Over Printed Name Of The Authorized Representative ___________________________________________________________ Company Name ___________________________________________________________ Date Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] _________________________________________________________________________ Republic Of The Philippines) City Of _______________________) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Price Schedule For Goods Offered From Within The Philippines [shall Be Submitted With The Bid If Bidder Is Offering Goods From Within The Philippines] ______________________________________________________________________________ For Goods Offered From Within The Philippines Name Of Bidder ________________________ Project Id No._________ Page ___of___ 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Appendix “1” Bid Form For The Procurement Of Goods [shall Be Submitted With The Bid] _________________________________________________________________________ Bid Form Date : _________________ Project Identification No. : _________________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Of Agentcurrencycommission Or Gratuity ________________________________________________ ________________________________________________ ________________________________________________ (if None, State “none”) ] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of [name Of The Bidder] As Evidenced By The Attached [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: ___________________________________________________________________ Legal Capacity: _____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Date: ___________________
Closing Date24 Feb 2025
Tender AmountPHP 1.2 Million (USD 21.8 K)

DEPT OF THE NAVY USA Tender

Software and IT Solutions...+1Machinery and Tools
corrigendum
Corrigendum : Closing Date Modified
location
United States
Details: Combined Synopsis/solicitation For Commercial Items this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-03 Effective: 23 February 2024 this Is A Total Small Business Set-aside In Accordance With Far 13.003 (b)(1) On A Firm-firm Fixed-price (ffp) Basis. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 513210. the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 7a20. the Naval Research Laboratory (nrl), Located In Monterey, Ca, Is Seeking To Purchase F5 Extended Warranty Coverage For Big-ip Load Balancer. all Interested Companies Shall Provide Quotations For The Following: __x__ See Specification Attachment supplies: Brand Name Or Equal. items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. software/hardware/services: 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. note: Maintenance Renewals - The Performance Period For Maintenance Renewals, (software Licenses, Services, Etc.), Must Begin On Or After The Date Of Contract Award. The Performance Period Cannot Be Back Dated. If Reinstatement Fees Are Required, They Must Be Listed On Separate Line Items. delivery Address: ___x___ U.s. Naval Research Laboratory 7 Grace Hopper Avenue, Stop 2 bldg. 704 monterey, Ca 93943-5502 **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 (apr 2008) • 52.212-1, "instructions To Offerors-commercial Items" • 52.212-3, "offerors Representations And Certifications-commercial Items 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 Items." 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 Items • 52.203-3, Gratuities (apr 1984) • 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 Representation • 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 - 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 Items 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 Items • 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 Work Flow 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 Items • 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 Duns Number And Cage Code On Your Quote. all Quotations Shall Be Sent Via E-mail. government Point Of Contact purchasing Agent Name: Kayrelly Aguirre-arroba email: Kayrelly.aguirre-arroba2.civ@us.navy.mil tel: 202-875-9394 please Reference This Combined Synopsis/solicitation Number N0017325q5303 On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following 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 Award 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). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail. unless Already Completed In Sam.gov, The Following Provision Must Also Be Completed And Returned By the Offeror: interim Far Rule 2019-009, Published On July 14, 2020, And Effective On August 13, 2020 instruction To Offeror: Complete The Attached 52.504-24 And Include It With Your Offer. far 52.204-24 Representation Regarding Certain Telecommunications And Video surveillance Services Or Equipment the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has represented That It ‘‘does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other contractual Instrument’’ In The Provision At 52.204–26, Covered Telecommunications Equipment Or services—representation, Or In Paragraph (v) Of The Provision At 52.212–3, Offeror Representations And certifications– Commercial Items. (a) Definitions. As Used In This Provision-backhaul, Covered Telecommunications equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And substantial Or Essential Component Have The Meanings Provided In The Clause 52.204–25, Prohibition On contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or after August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In the Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service that Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115–232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service that Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any system, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A federal Contract. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For ‘‘covered Telecommunications Equipment Or Services.’’ (d) Representations. The Offeror Represents That— (1) It ☐ Will, ☐ Will Not Provide Covered Telecommunications Equipment Or Services To The government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This section If The Offeror Responds ‘‘will’’ In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror represents That— It ☐ Does, ☐ Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds ‘‘does’’ In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has responded ‘‘will’’ In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, as Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services— (a)if The Service Is Related To Item Maintenance: A Description Of All Covered telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded ‘‘does’’ In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: for Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment and Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) attachment statement Of Need title: F5 Maintenance Renewal i. Purpose extend F5 Warranty Coverage Of Bit-ip Load Balancer. ii. Scope the Vendor Will Provide F5 Extended Warranty Coverage For The Division’s Big-ip Load Balancer iii. Period Of Performance pop Is 09/30/2024 – 09/29/2025 iv. Delivery Location shipment Of Deliverable Items Specified In The Scope Of Work Shall Be Delivered To The Following Address: naval Research Laboratory 7 Grace Hopper Ave mail Stop 2 monterey, Ca 93943 attention: William Green v. Inspection And Acceptance Criteria the Items Listed In The Scope Of This Document Must Be Received And In Full Working Order To Be Accepted As Final By Nrl
Closing Date11 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
location
United States
Details: Sources Sought: Service And Maintenance Of The Steris Ultrasonic Cleaners. this Is A Sources Sought And Is Not A Request For Competitive Quotes. the Department Of Veterans Affairs, Birmingham Va Medical Center Intends To Award A Firm Fixed Price Contract: The Objective Of This Sources Sought Is To Determine If A Sdvosb Or Vosb Set Aside Can Be Done To Award Service And Maintenance Of The Steris Ultrasonic Cleaners. the Naics Code For This Requirement Is 811210; The Small Business Size Standard Is $34 Million. this Notice Of Sources Sought Is Not A Request For Competitive Quotes; However, All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. All Information Received By 3:00pm Est On February 6, 2025 May Be Considered By The Government. Responses Shall Be Submitted To William Prenzler, Contract Specialist At William.prenzler@va.gov Email Subject Line Shall State, Service And Maintenance Of The Steris Ultrasonic Cleaners, Sources Sought . A Determination By The Government To Do A Set Aside For Sdvosb Or Vosb To Compete This Proposed Contract Based On Responses To This Notice Is Solely Within The Discretion Of The Government. this Request Is For A Base + 4 Year Full Service Maintenance contract To Support All Steris Sterilization Equipment At The Birmingham Va medical Center. base Pop: 6/1/2025 - 5/31/2026 parts And Service: 1 Caviwave Pro Ultrasnc Clner 17 Gal 208v/3ph/132hz Sn 1116tc0028 1 Yr 2 Reliance Vision Sc 460- 480v 3ph 60hz Steam Htd Sn 3601617029 1 Yr 3 Amsco 400 48 Pvac Sd Hinge Lh R1w Stm 480v Sn 033651609 1 Yr 4 Amsco 400 48 Pvac Sd Hinge Lh R1w Stm 480v Sn 033281601 1 Yr 5 Reliance Vision Sc 460- 480v 3ph 60hz Steam Htd Sn 3601617028 1 Yr 6 Amsco 400 16x16x26 Pvac Sd Slide Rec Stm Sn 031841312 1 Yr 7 1227 C & Utensil W/disinf 460-480v,60hz,steam,dmd Sn 3635616001 1 Yr 8 Caviwave Pro Ultrasnc Clner 17 Gal 208v/3ph/132hz Sn 1016tc0021 1 Yr 9 Amsco 400 16x16x26 Pvac Sd Slide Rec Stm Sn 031851318 1 Yr statement Of Work / Salient Characteristics steris Sterilizer Maintenance contractor Shall Provide The Birmingham Va Medical Center With Full-service Maintenance And Support Of All Steris Ultrasonic Cleaners, Washer/disinfectors, Sterilizers, And Cart Utensil Washers Located At The Hospital. title: Steris Sterilizer Maintenance purpose: Contractor Shall Provide The Birmingham Va Medical Center With Full-service Maintenance And Support Of All Steris Ultrasonic Cleaners, Washer/disinfectors, Sterilizers, And Cart Utensil Washers Located At The Hospital. Equipment Shall Be Maintained In Operational Condition In Accordance With The Manufacturer S Specifications. The Base Pop For This Contract Is 6/1/2025 5/31/2026 With Four Consecutive Option Years To Follow. background: The Birmingham Va Medical Center Sterile Processing Services Sterilizes Equipment For Use In Surgery, Gastroenterology, And Bronchoscopy, Amongst Other Services. The Timely Sterilization Of This Equipment Is Imperative To Maintain Patient Care. Should Any Sterilization Equipment Require Repair, It Is Imperative It Is Addressed In A Timely Matter. description/product Specifications: deliverables Need By Date: The Base Pop For This Contract Is 6/1/2025 5/31/2026 With Four Consecutive Option Years To Follow. deliverable Location: Birmingham Va Medical Center 700 19th St S Birmingham, Al 35233 definitions/acronyms: a. Biomedical Engineering Supervisor Or Designee, Room G505, Phone # 205-933-8101, Extension 5252 Or 5501. b. Co - Contracting Officer. c. Cor - Contracting Officer Technical Representative. d. Pm - Preventive Maintenance Inspection. Services Which Are Periodic In Nature And Are Required To Maintain The Equipment In Such Condition That It May Be Operated In Accordance With Its Intended Design And Functional Capacity With Minimal Incidence Of Malfunction Or Inoperative Conditions. e. Fse - Field Service Engineer. A Person Who Is Authorized By The Contractor To Perform Maintenance (corrective And/or Preventive) Services On The Vamc Premises. f. Esr - Vendor Engineering Service Report. A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Condition Of The Contract. g. Acceptance Signature. Va Employee Who Indicates Fse Demonstrated Service Conclusion/status And User Has Accepted Work As Complete/pending As Stated In Esr. h. Authorization Signature. Cor's Signature; Indicates Cor Accept Work Status As Stated In Esr. i. Nfpa - National Fire Protection Association. j. Cdrh - Center For Devices And Radiological Health. k. Osha - Occupational Safety And Health Administration. l. Jcaho - Joint Commission On Accreditation Of Healthcare Organizations. m. Fda - Food And Drug Administration. n. Dvamc - Department Of Veterans Affairs Medical Center. o. Normal Working Hours - Monday Through Friday, 8:00 A.m. 5:00 P.m., Excluding Weekends And Federal Holidays, conformance Standards: contract Service Shall Ensure That The Equipment Functions In Conformance With The Latest Published Edition Of Nfpa-99, Osha, Cdrh, Jcaho, Fda And Manufacturer Specifications. hours Of Coverage: a. Normal Hours Of Coverage Shall Be Monday Through Friday From 7:00 A.m. To 4 P.m., Excluding Weekends And Federal Holidays. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By Cor. b. Preventive Maintenance Inspections Are To Be Scheduled At Least One Week In Advance With Contracting Officer S Technical Representative (cor). Coordination May Be Done By Telephone. c. Preventive Maintenance Inspections Will Be Performed At A Frequency In Accordance With Manufacturer Recommendations. d. Federal Holidays Observed By The Dvamc Are: New Year S Day, Labor Day, Martin Luther King Day, Columbus Day, President's Day, Veterans Day, Juneteenth, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day. unscheduled Maintenance: a. The Contractor Shall Maintain The Equipment In Accordance With Section Iii, Conformance Standards. The Contractor Shall Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. All Required Parts Shall Be New And Furnished By The Contractor. b. The Co, Cor Or Designated Alternate Has The Authority To Approve/request A Service Call From The Contractor. c. Response Time: Contractor's Fse Must Respond With A Telephone Call To The Cor And His/her Designee Within 30 Minutes After Receipt Of Telephoned Notification 24 Hours Per Day. If The Problem Cannot Be Corrected By Phone, The Fse Will Commence Work (on-site Physical Response) Within Four (4) Hours After Receipt Of Notification And Will Proceed Progressively To Completion Without Undue Delay. For Example, If Hours Of Coverage Are 8:00 A.m. To 5:00 P.m., A 4 Hours Response Means, If A Call Is Placed At 3:45 P.m. Monday, August 10, The Fse Must Start On-site Service Before 10:45 A.m. Tuesday, August 11, Except When Outside Hours Of Coverage Is Authorized By The Cor. scheduled Maintenance: a. The Contractor Shall Perform Pm Service To Ensure That Equipment Listed In The Schedule Performs In Accordance With Section Iii, Conformance Standards. The Contractor Shall Provide And Utilize Procedures And Checklists, With Worksheet Originals Indicating Work Performed And Actual Values Obtained (as Applicable) And Shall Provide Said Documentation To The Cor At The Completion Of The Pm. Pm Services Shall Include, But May Not Be Limited To, The Following: 1) Cleaning Of Equipment. 2) Reviewing Operating System Software Diagnostics To Ensure That The System Is Operating To The Manufacturer's Specifications. 3) Calibrating And Lubricating The Equipment. 4) Performing Remedial Maintenance Of Non-emergent Nature. 5) Testing And Replacing Faulty And Worn Parts And/or Parts Which Are Likely To Become Faulty, Fail Or Become Worn. 6) Inspecting, And Replacing Where Indicated, Tubing For Wear And Fraying. 7) Measuring, Adjusting And Calibrating As Necessary. 8) Inspecting, And Replacing Where Indicated, Electrical Wiring And Cables For Wear And Fraying, 9) Inspecting And Replacing Where Indicated, All Mechanical Components For Mechanical Integrity, Safety, And Performance. 10) Image Quality Assessment. 11) Apply Gummed Label, Dated & Signed, Certifying Performance And Safety To Meet Manufacturer Published Specifications As Of That Date. 12) Returning The Equipment To The Operating Condition Defined In Section Iii, Conformance Standards. 13) Providing Documentation (worksheet) Of Services Performed On Each Machine Tested. pm Services Shall Be Performed In Accordance With, And During The Hours Defined In, The Preventive Maintenance Schedule Established Herein. All Exceptions To The Pm Schedule Shall Be Arranged And Approved In Advance With The Cor. Any Charges For Parts, Services, Manuals, Tools, Or Software Required To Successfully Complete Scheduled Pm Are Included Within This Contract, And It S Agreed Upon Price, Unless Specifically Stated In Writing Otherwise. b. The Contractor Shall Furnish Documentation, Including All Measurements And Calibration Data. c. The Contractor Shall Furnish All Backup Documentation To Ensure That The System Is Performing In Accordance With Iii, Conformance Standards. parts: the Contractor Shall Furnish And Replace Parts To Meet Up-time Requirements (consumables Are Not Covered). The Contractor Has Ready Access To Unique And/or High Mortality Replacement Parts. All Parts Supplied Shall Be Compatible With Existing Equipment. The Contract Shall Include All Parts And Software. The Contractor Shall Use New Parts. Re-built Parts Or Used Parts, Those Removed From Other Equipment, Shall Not Be Installed Without Approval By The Cor. service Manuals: the Dvamc Shall Not Provide Services Manuals Or Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Operational And Technical Documentation, (such As Operational And Service Manuals, Schematics, And Parts List), Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name, And/or The Manuals Themselves Shall Be Provided To The Co Or Cor Upon Request. documentation/reports: the Documentation Will Include Detailed Descriptions Of The Scheduled And Unscheduled Maintenance Procedures Performed, Including Replaced Parts Required To Maintain The Equipment In Accordance With Conformance Standards. Such Documentation Shall Meet The Guidelines As Set Forth In Section Iii, Conformance Standards. In Addition, Each Esr Shall, At A Minimum, Document The Following Data Legibly And In Complete Detail: a. Name Of Contractor. b. Name Of Fse Who Performed Services. c. Contractor Service Esr Number/log Number. d. Date, Time (starting And Ending), And Hours-on-site For Service Call. e. Description Of Problem Reported By Cor/user. f. Identification Of Equipment To Be Serviced: Inventory Id Number (equipment Entry Number), Manufacturer's Name, Device Name, Model Number, Serial Number, And Any Other Manufacturer's Identification Numbers. g. Itemized Description Of Service Performed, Including: Labor And Travel, Parts (with Part Numbers), Materials And Circuit Location Of Problem/corrective Action. h. Total Cost To Be Billed. i. Signatures: 1. Fse Performing Services Described. 2. Va Employee Who Witnessed Service Described May Initial Said Esr, But Only The Cor Has The Authority To Sign The Esr j. Equipment Downtime. k. Va Purchase Order Number. note: Any Additional Charges Claimed Must Be Approved By The Cor Before Service Is Completed. reporting Requirements: the Contractor Shall Be Required To Report To The Biomedical Engineering Supervisor Or Designee. This Check In Is Mandatory. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr (s). The Fse Shall Be Required To Log Out With The Biomedical Section Manager Or Designee, And Submit The Esr (s) To The Cor. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature". If The Cor Is Unavailable A Signed, Authorized, Copy Of The Esr Will Be Sent To The Contractor After The Work Can Be Reviewed (if Request Or Noted On The Esr). payment: invoices Will Be Paid In Arrears On A Monthly Basis. additional Charges: there Will Be No Additional Charge For Time Spent At The Site During, Or After The Normal Hours Of Coverage Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts. reporting Required Services Beyond The Contract Scope: the Contractor Shall Immediately, But Not Later Than 24 Consecutive Hours After Discovery Notify The Co And Cor, In Writing, Of The Existence Or The Development Of Any Defects In, Or Repairs Required For The Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish The Co And Cor With A Written Estimate Of The Cost To Make Necessary Repairs. condition Of Equipment: the Contractor Accepts Responsibility For The Equipment Described In The Schedule "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Shall Not Relieve The Contractor From Performance Of The Requirements Of This Contract. bidder S Qualifications: the Bidder Is Required To Submit Sufficient Evidence Of Adequate Equipment, Facilities, Personnel And Necessary Experience To Establish Responsibility And Integrity To Meet The Requirements Of This Contract. Any Bidder, Who Does Not Have Adequate Experience, Personnel And/or Equipment, In The Opinion Of The Contracting Officer, Will Be Rejected. To Assist In This Determination, Offeror Is Required To Furnish The Following Information: a. Number Of Years Experience Performing The Type Of Services Indicated Within. b. Number Of Personnel Regularly Employed On A Full-time Basis. c. Bidders Who Have Not Previously Provided The Same Or Similar Type Services At This Medical Center Are Required To Furnish For Evaluation Purposes, The Names, Addresses And Telephone Numbers Of Three (3) Companies For Whom Exact Services Have Been Furnished. d. Provide Certification That Contractor Has Manufacturer Updated Maintenance Software, Manuals, And Parts. competency Of Personnel Servicing Equipment: a. Each Respondent Shall Have An Established Business, With An Office And Full Time Staff. The Staff Includes A "fully Qualified" Fse And A "fully Qualified" Fse Who Will Serve As The Backup. b. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Manufacturer Training Programs Within The Last Two Years, For The Equipment Identified In The Equipment Schedule, And Annual Refresher Course. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience, With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance, On Equipment Listed. c. The Fses Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses For Each Make And Model The Contractor Services At The Dvamc. The Co May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Dvamc Equipment. The Co And/or The Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Dvamc Equipment. d. Subcontractor Will Not Be Used Under This Contract Unless Authorized And Approved By The Cor. test Equipment: prior To Commencement Of Work On This Contract, The Contractor Shall Provide The Dvamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Dvamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Dvamc. Test Equipment Calibration Shall Be Traceable To A National Standard. identification, Parking, Smoking, And Va Regulations: the Contractor's Fse Shall Wear Visible Identification At All Times While On The Premises Of The Dvamc. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Dvamc Police Service. The Dvamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Dvamc. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. obtaining A Va Identification Badge: within The First Month Of The Service Contract, The Contractor S Service Technician(s) To Arrange With The Biomedical Section Manager To Obtain Identification Badge. The Process Requires Contractor S Service Technician(s) To Bring Two (2) Valid Forms Of Identification, Completion Of Va Form 0711, Finger Prints, Photograph, And Possible Background Check. The Process Of Receiving The Identification Badge Takes 2-4 Weeks. insurance: a. Worker Compensation And Employer's Liability. Contractors Are Required To Comply With Applicable Federal And State Worker Compensation And Occupational Disease Statutes. b. General Liability. Contractors Are Required To Have Bodily Injury Liability Insurance Coverage Written On The Comprehensive Form Of Policy Of At Least $500,000 Per Occurrence. c. Property Damage Liability. Contractors Are Required To Have Property Damage Liability Insurance Coverage Of At Least $500,000. d. Medical Liability. Contractors Are Required To Have Indemnification And Medical Liability Insurance Coverage Of At Least $1,000,000. performance Requirements Summary: a. Summary Table: factor no. performance Indicator performance Standard method Type Of Surveillance incentive/ disincentive b.1.3 repairs Performed To Manufacturer S Specifications. device(s) Performs To Manufacturer S Specification. 99% bmet & Cor Observations. 1% For Each Non-performing Device. (max Of 10%) deduction Amount On Each Defective/repaired Device Billing. b.1.5.c response Time. contractor S Fse Responses With A Telephone Call Within 30 Minutes And On-site Within 4 Hours. 90% bmet & Cor Observations & Documentation. 1% For Each Late Response X Hours Late. (max Of 10%) deduction Amount On Each Quarterly Billing. b.1.9 provide Required Documentation. detailed Repair Documentation Submitted With Repaired Device(s). Within Two (2) Working Days After Repaired Device(s). 99% bmet & Cor Verifies Each Repaired Device(s) Service Call. 1% For Each Late Device Documentation X Days Late. (max Of 10%) deduction Amount On Each Quarterly Device Billing. b. Performance Requirements Summary Method Of Applications: the Contractor Is Required To Perform All The Work Specified In The Performance Work Statement. If The Contractor Fails To Perform A Specific Element Of The Work, Payments For The Task In Question Will Be Subject To Reductions As Specified. Any Amount Deducted For Deviation From The Required Performance Will Be Reflected In An Amount Commensurate With The Task. records Management Language For Contracts: contractor Shall Comply With Va Handbook 6300.1 Records Management Procedures And Va Handbook 6500.6 Contract Security. Both Can Be Found At: https://www.va.gov/vapubs/search_action.cfm?dtype=2 **note: This Link Is The Complete List Of Va Handbooks And Are In Sequential Order. **instructions For Accessing Va Handbooks At Link Listed Above: click On Link Above And Once It Is Opened, Please Scroll Down On The Left Side Until You Get To Va Handbook 6300.1. once There, Go To The Pdf Format Column And Click On Pdf. va Handbook 6300.1 Will Then Ask You To Open Or Save The Document. please Follow The Same Instructions Listed Above For Accessing Va Handbook 6500.6. all Contractor Employees Working On This Requirement Are Required To Complete Mandatory Annual Training Entitled, Va Privacy And Information Security Awareness And Hippa Training Prior To Providing Service For Each Year Of The Contract With Copies Sent To The Cor For Each And Available For Audit As Requested. The Course Numbers Are Va10203 And Va 10176. You Must Select That You Are A Contractor. Contractor Employees Are To Self-enroll Into Tms Via The Link: https://va-cm03.ns2cloud.com/learning/user/selfregistrationuserselection.do a Va Employee Will Escort The Contractor When Contractor Is Required To Enter/work In Sensitive Areas.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

Misamis Occidental Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
corrigendum
Corrigendum : Tender Amount Updated
location
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Calamba Tel. No. (088) 271-3215 / 271-4730 _______________________________________________ Invitation To Bid For Procurement Of Common-use Supplies And Equipment (cse) And Non-cse Office Supplies 1. The Municipality Of Calamba, Misamis Occidental, Through The General Fund Intends To Apply The Sum Of Eight Hundred Eighty Seven Thousand Four Hundred Ninety Four Pesos & 60/100 (p887,494.60) Being The Abc To Payments Under The Contract For Procurement Of Common-use Supplies And Equipment (cse) And Non-cse Office Supplies, With The Project Identification Number Lgucal-pb-2025-09. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item# Description Quantity Unit Lot A Abc Of Lot A – 514,655.60 1 Acetate Film, Legal, 100 Sheets/box 1 Box 2 Arch File 3" With 2 Rings A4 15 Piece 3 Archival Box (corbox) 14 Piece 4 Ballpen, 0.5, Black (12pcs/box) 151 Box 5 Ballpen, 0.5, Blue (12pcs/box) 4 Box 6 Ballpen, 0.7, Black (12pcs/box) 15 Box 7 Ballpen, 0.7, Blue (12pcs/box) 2 Box 8 Box Cutter, Heavy Duty, Big 12 Piece 9 Box Cutter Blade Refill, 10pcs/tube 6 Tube 10 Brown Envelope, Long 1224 Piece 11 Brown Envelope, Short 619 Piece 12 Calculator, 12 Digits 14 Unit 13 Calculator Scientific, 12 Digits, 417 Functions 2 Unit 14 Carbon Paper Film, Long, Black 3 Box 15 Certificate Holder, A4 154 Piece 16 Certificate Holder, Legal 12 Piece 17 Certificate Special Paper, Parchment A4 (cream) 94 Pack 18 Certificate Special Paper, Parchment A4 (apple Green Color) 5 Pack 19 Certificate Special Paper, Parchment Legal (cream) 16 Pack 20 Clip Backfold, 25mm(1"), 12pcs/box 23 Box 21 Clip Backfold, 50mm(2"), 12pcs/box 18 Box 22 Columnar Book, 4 Column, 216 X 280mm 10 Piece 23 Columnar Book, 6 Column, 216 X 280mm 10 Piece 24 Cork Board (30" X 40") 1 Piece 25 Cork Board (30" X 60") 3 Piece 26 Correction Pen, Quick Dry, 7ml 11 Piece 27 Correction Tape, 5mm X 12m 209 Piece 28 Data/magazine File Box, Metal, 3 Layer 4 Piece 29 Date Stamp / Dater Up To 2029 (mm/dd/yyyy Format) 5 Piece 30 Display Book/ Clear Book, 80/100 Pockets Long 30 Piece 31 Expanded Envelop,brown, Legal, With Garter 62 Piece 32 Expanded Plastic Envelop With Handle (legal) 6 Piece 33 Folder, Long, Brown 376 Piece 34 Folder, Long, White 1217 Piece 35 Folder, Short, Brown 124 Piece 36 Folder, Short, White 105 Piece 37 Glitter Paper, A4, Assorted Color 13 Pack 38 Glue, All-purpose, 225gms 41 Bottle 39 Glue Gun, Compatible With 1/2" Stick Glue 3 Piece 40 Glue Stick, All-purpose, 20g(minimum) 45 Piece 41 Gun Tacker Staple, Heavy Duty T-50 (1/2 Or 12mm) 3 Piece 42 Gun Tacker Staple Wire 23/8 Staple 5 Box 43 Gun Tacker Staple Wire Y-50 12mm, 1000staple/box 5 Box 44 Highlighter Pen, Green 23 Piece 45 Highlighter Pen, Orange 24 Piece 46 Highlighter Pen, Yellow 40 Piece 47 Index Tabbing, Numbers 14 Packs 48 Mailing Envelope (no Window), Ordinary, White, Short 6 Box 49 Mailing Envelope (no Window), White, Long (25pcs/bundle) 21 Bundle 50 Notebook, 80lvs 10 Piece 51 Paper Clip, Coated, Jumbo 71 Box 52 Paper Clip, Coated, Small 104 Box 53 Paper Fastener, Plastic Coated Metal 18 Box 54 Paper Fastener, Plastic, Long 9 Box 55 Paper Fastener, Plastic. Standard 38 Box 56 Paste Well W/ Spatula, 200g 5 Piece 57 Pencil #2 W/ Eraser 27 Piece 58 Pencil Eraser, Big, White 5 Piece 59 Pencil Sharpener(for No.2 Pencil) 6 Piece 60 Permanent Marker, Broad, Black, 31 Piece 61 Permanent Marker, Fine, Black, 23 Piece 62 Permanent Marker Refill, Black 5 Box 63 Photo Paper, Glossy, 180gsm, A4, 20sheets/pack 42 Pack 64 Philippine National Flag, 3' X 6' Polyester Flag 6 Piece 65 Plastic Envelope, Long 208 Piece 66 Plotter Paper 20" X 50' 1 Roll 67 Puncher, 2 Holes, Heavy Duty, Big 12 Piece 68 Ring Binder, Plastic, Black, 1" X 1.5m, Pcs. 12 Length 69 Ring Binder, Plastic, Black, 2&1/2" X 1.5m, Pcs. 12 Length 70 Ring Binder, Plastic, Black, 2" X 1.5m, Pcs. 12 Length 71 Record Book, 7" X 11.22", 150pages, Standard 7 Piece 72 Record Book, 7" X 11.22", 300pages, Standard 34 Piece 73 Record Book, 7" X 11.22", 500pages, Standard 18 Piece 74 Record Book, Mini (5.5" X 8.5"), 500pages 23 Piece 75 Rubber Band, Big 7 Box 76 Rubber Band, Small 6 Box 77 Ruler 12" X 1.5" 8 Piece 78 Scissors 6.5"/ 6 1/2 35 Piece 79 Scissors 7" Heavy Duty 8 Piece 80 Signpen, 0.3, Black (12pcs/box) 22 Box 81 Signpen, 0.5, Black (12pcs/box) 3 Box 82 Signpen, 0.7, Black (12pcs/box) 16 Box 83 Signpen, 0.7, Black (12pcs/box) 1 Box 84 Signpen, 0.7, Red (12pcs/box) 1 Box 85 Special Paper, Pale Cream, 8.5" X 13", 90gsm 12 Pack 86 Special Paper, Pale Cream, 8.5" X 13", 180gsm 260 Pack 87 Stamp Pad Ink,refill, Violet 30ml 4 Bottle 88 Stamp Pad With Ink, Violet 6 Piece 89 Stamp Pad With Ink, Violet, Big 12 Piece 90 Staple Remover 10 Piece 91 Staple Remover/tucker Remover (plier Type) 4 Piece 92 Stapler #10 18 Piece 93 Stapler #35 16 Piece 94 Stapler W/ Staple Remover, Heavy Duty, #35 16 Piece 95 Stapler, Long Arm (heavy Duty) 12"depth, 25 Sheets Capacity, Durable Metal Stapler 1 Piece 96 Staple Wire, #10-1m, (1000wires/box) 1 Box 97 Staple Wire, #35(26/6), (5000wires/box) 115 Box 98 Stick Glue For Glue Gun, 1/2" 5 Piece 99 Sticker Paper, A4 Glossy, Matte, Printable 5 Pack 100 Sticky Notes, 0.5" X 2.5", Assorted Color (4pads/pack) 25 Pack 101 Sticky Notes, 0.75" X 3", Assorted Color (4pads/pack) 19 Pack 102 Sticky Notes, 1.5" X 3", Assorted Color (4pads/pack) 8 Pack 103 Sticky Notes, 3" X 3" 9 Pads 104 Tape Dispenser, Heavy Duty 3 Piece 105 Tape, Double-sided, Foam Tape , 1" 149 Roll 106 Tape, Masking Tape, 1" X 30m 28 Roll 107 Tape, Masking Tape, 2" X 30m 28 Roll 108 Tape, Packing Tape Brown, 2" X 30m 15 Roll 109 Tape, Scotch, Clear 1" X 30m 56 Roll 110 Tape, Scotch, Clear 2" X 50m 40 Roll 111 Thumbtacks, Brass Plated 4 Box 112 Tucker Remover (plier Type) 2 Piece 113 Type Writter Ribbon Black 5 Piece 114 Us Bondpaper, Multicopy, A3, Sub. 20 6 Ream 115 Us Bondpaper, Multicopy, A4, 70gsm 662 Ream 116 Us Bondpaper, Multicopy, F4b (8.5" X 13") 431 Ream 117 Whiteboard Marker, Black, Fine, 28 Piece 118 Whiteboard Marker, Black, Fine (12pcs/box) 6 Piece 119 Whiteboard Marker, Black, Round 11 Piece 120 Whiteboard Marker Ink Refill, Black, 30ml 4 Bottle 121 Yellow Pad Paper 1 Pads Lot B Abc Of Lot B- 230,735.00 1 Adjustable Projector Tripod Stand 19 Pack 2 Anti-virus, 3in1 8 Pack 3 Brother Ink, Bt6000 Black 9 Pads 4 Brother Ink, Bt5000 Cyan 3 Piece 5 Brother Ink, Bt5000 Yellow 149 Roll 6 Brother Ink, Bt5000 Magenta 28 Roll 7 Brother Ink, Btd60 Black 28 Roll 8 Epson Ink, 001 Black 15 Roll 9 Epson Ink, 001 Cyan 56 Roll 10 Epson Ink, 001 Yellow 40 Roll 11 Epson Ink, 001 Magenta 4 Box 12 Epson Ink, 003 Black 2 Piece 13 Epson Ink, 003 Cyan 5 Piece 14 Epson Ink, 003 Yellow 6 Ream 15 Epson Ink, 003 Magenta 662 Ream 16 Epson Ink, T49k Black 431 Ream 17 Epson Ink, T49k Cyan 28 Piece 18 Epson Ink, T49k Yellow 6 Piece 19 Epson Ink, T49k Magenta 11 Piece 20 Epson Ink, 664 Black 4 Bottle 21 Epson Ink, 664 Cyan 4 Bottle 22 Epson Ink, 664 Yellow 4 Bottle 23 Epson Ink, 664 Magenta 4 Bottle 24 Epson Printer Ribbon Lx-300+ Cartridge 6 Cartridge 25 Epson Printer Ribbon Lq-310 Cartridge 12 Cartridge 26 Epson Printer Ribbon Lq2190 4 Cartridge 27 External Hard Drive, 1tb 1 Unit 28 Hp 682 Ink Catridge Black 10 Cartridge 29 Hp 682 Ink Catridge Colored 10 Cartridge 30 Mouse, Optical, Usb Type Connection 2 Unit 31 Mouse, Wireless 2 Unit 32 Pen Pointer (usb Wireless Powerpoint Laser) 1 Piece 33 Notebook Stand And Cooling Pad Cooling Fan For Laptop, Compatible With 10" - 14" Laptops, 2 Usb Ports 7 Unit 34 Usb 3.0 Hub, 4 Ports 1 Unit 35 Usb 32gb 1 Piece 36 Usb 64gb 15 Piece 37 Usb Otg Flashdrive, 32 Gb 2 In 1 Type C & Micro Usb Stick Pendrive For Android 2 Piece Lot C Abc Of Lot C -127,854.00 1 Air Freshener, 320ml, (lemon) 16 Cannister 2 Bathroom/toilet Cleaner, Multi-purpose, 1l 10 Bottle 3 Battery Aa, Long Lasting (2pcs/pack) 28 Pack 4 Battery Aa, Long Lasting (100pcs/box) 2 Box 5 Battery Aaa, Long Lasting (4pcs/pack) 8 Pack 6 Battery Aaa, Long Lasting (100pcs/box) 1 Box 7 Bleach, 500ml, Original, 99.9% Antibac 3 Bottle 8 Bleach, 1 Liter, Original, 99.9% Antibac 1 Bot 9 Bleach, 1 Gallon, Original, 99.9% Antibac 8 Bot 10 Broom (soft), Tambo 16 Piece 11 Broom (stick), Walis Tingting 13 Piece 12 Cleaning Towel 18 Piece 13 Dishwashing Liquid, 500ml 1 Bot 14 Dishwashing Liquid, 1 Liter 44 Bot 15 Disinfectant Multi-purpose Liquid Bleach, 1 Gallon 7 Bottle 16 Disinfectant Spray 400g 4 Cannister 17 Dust Bin(garbage Can), 25 Liters 5 Piece 18 Dust Pan 7 Piece 19 Fabric Conditioner, 1 Liter 7 Bottle 20 Filer Tray, 3 Layers 1 Piece 21 Floor And Wall Scrub Brush Wooden Long Handle 4 Piece 22 Floor Brush, Long Handle 2 Piece 23 Floor Mop, Spin Mop With Extra Mop Head 3 Set 24 Floor Rug 9 Piece 25 Floor Wax, 355g, Red Dye 9 Cans 26 Furniture Cleaner 2 Piece 27 Garbage Bag, Medium (10bags/roll) 10 Roll 28 Garbage Bag, Large (10bags/roll) 57 Roll 29 Garbage Bag, White, Xl (10bags/roll) 15 Roll 30 Garbage Bag, 21"x 23" (10bags/roll) 30 Roll 31 Garden Gloves 2 Pair 32 Glass Cleaner, 500ml 5 Bottle 33 Glass Cleaner, 500ml, Spray Type 2 Bottle 34 Hand Soap, Liquid, Refill, 1 Liter 22 Bottle 35 Hand Towels, 100% Cotton, 15"x 25" 25 Piece 36 Ice Candy Bag, 1 3/4 X 10", 50 Packs 1 Bundle 37 Multi-purpose Insect Spray, Water Base, 600ml 7 Cannister 38 Muriatic Acid (1gal/bottle) 6 Botte 39 Plastic Cover (thick) 1 Roll 40 Plastic Cover (thin) 1 Roll 41 Rubbing Alcohol, 70%, 500ml 125 Bot 42 Rubbing Alcohol, 70%, 1 Gallon, Ethyl 31 Bot 43 Soap, Bathroom Soap, 60g 14 Piece 44 Soap, Detergent Bar, 135g 13 Bar 45 Soap, Powdered Soap, 1.1 Kg/pack 9 Pack 46 Steel Filling Cabinet 3 Drawer With Safe Vault 1 Unit 47 Steel Filling Cabinet 4 Drawer With Safe Vault 1 Unit 48 Storage Box , 60l Capacity 2 Piece 49 Straw Twine 8 Roll 50 Toilet Deodorant Cake 18 Piece 51 Toilet Paper, 2 Ply (12rolls/pack) 34 Pack 52 Toilet Paper, 3 Ply 50 Roll 53 Wet Wipes, Big, 80sheets/pack 26 Pack 54 Wooden Gavel And Block, 1 Set Lot D Abc Of Lot D - 14,250.00 1 Automatic Floor Polisher, 150w - 220v 1 Unit 2 Sealer Machine, 200/300mm Impulse Heat Sealer, For Polyethylene (pe) And Polypropylene (pp) , Power: 200w, Source: 220v/240v, 50/60hz 1 Unit 2. The Municipality Of Calamba, Misamis Occidental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 45 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Office Of Bac Secretariat, Local Government Unit, Calamba, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00-12:00 A.m., 1:00-5:00 P.m.) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11, 2025 To February 26, 2025, From 8:00 Am To 5:00 Pm (mondays To Fridays Only) From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. The Bidder May Opt To Bid The Whole Project Or By Lot. Below Are The Fees Per Lot. Lot A - P1,000.00 Lot B - P 500.00 Lot C - P 500.00 Lot D - P 500.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 26, 2025, 2:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 26, 2025, 2:00 P.m. At The Bac Conference Room, Multi-purpose Hall, Calamba, Misamis Occidental. {[if Applicable, Insert] And/or Via [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 10 . The Municipality Of Calamba, Misamis Occidental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jopson D. Baones Chairperson, Bids And Awards Committee Lgu-calamba, Misamis Occidental Tel. No. (088) 271-3215 Email Address-baclgucalambamisocc@gmail.com Fax No. (088) 271-3221 Website:www.calambamisocc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] February 9, 2025 [date Of Issue]
Closing Date26 Feb 2025
Tender AmountPHP 887.4 K (USD 15.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
location
United States
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project _#_528a6-21-603_design Replace Buldings 76, 92 And 103 Flat Roofs___ At The _bath Va Medical Center, 76 Veterans Ave, Bath, Ny 14810. This Project Will Design The Replacement To The Flat Roofing Systems On The B-76 Hospital, B-92 Recreation Center, And B-103 Warehouse. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330edit The Naics Code And Size Standard Based On The Selection: 541330 (size Standard $16.5m) Or 541310 (size Standard $8m) And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $2,000,000 And $5,000,000. This Is A 100% Service-disabled Veteran Owned Small Business Select The Appropriate Set-aside set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before (6/30/2025). Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), Replace With 852.219-74 For Vosb Set Asides va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022) all Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required Edit Based On Scope For That Project 528a6-21-603 Perform A Full Project Schematic Design, And Design Development From Conceptual To As Built Documentation, Including Investigation, Design Review And Verification, And Contract Management. Provide Investigative And Schematic Services, Construction Documents, Working Drawings, Specifications, Cost Estimate, Shop Drawing Review And Construction Period Services As Required To Provide Replacement Of The Existing Building 76, 92, 103 Flat Roof Systems. Services Will Include All Architectural Or Other Engineering (civil, Mechanical, Electrical, Etc.) Work Associated With This Project Until Completion. Final Design Submission Shall Include Phased Drawings Of All Abatement, Demolition, And Construction Work As Required To Allow The Continuous Use Of All The Areas Associated Around Each Construction Area. provide Design Documents To Determine, Plan, And Document The Most Effective Replacement Of The Roofing Systems. This Will Include Full Study On What Needs Scoped With The Flat Roofs And Drainage And Provide Information And Options For Bath Va Selection Into Project. services Will Include All Site/civil, Mechanical, Electrical Or Other Engineering Or Architectural Work Associated With This Project Until Completion. the Total Roof Square Footage Will Need To Be Verified By The Architect And Engineering Firm(s). the Architect And Engineering Firm(s) Will Need To Evaluate And Determine The Correct Storm Drainage System And Sizing For Each Applicable Flat Roof In This Project To Operate Properly. The Architect And Engineering Firm Will Need To Evaluate, Identify And Verify Existing Structural/ Architectural, Mechanical, Electrical, Plumbing, And Mechanical/ Electrical Roof Equipment Attributes To The Flat Roof Systems As Needed To Provide Detailed Installation Details For The New Flat Roof Systems To Be Installed. x. Location Edit Accordingly Based On Location. bath Va Medical Center. cost Range Edit Based On The Appropriate Construction Estimate. estimated Construction Cost Range: Between $2,000,000 And $5,000,000. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In __180___ Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 400 Miles This Can Be Edited, If Necessary. This Should Be Standard But Could Be Adjusted Slightly Over/under If Reasonable And Does Not Restrict Competition. If The A/e Is Within 450 Then Acceptable If Considerably Closer Perhaps They Receive An Above Acceptable Rating And If Further Than 450 Miles, They Would Receive A Marginal Or Below Satisfactory Rating For This Evaluation Factor Only. An A/e Should Not Be Excluded Just Because They Are More Than 450 Miles Away From The Va. From The Prime Contractor S Main Office Or Official Satellite Office To The Bath Va Medical Center, Bath, Ny 14810 Edit Va Location Accordingly this Distance Is Determined According To Http://maps.google.com/ this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) Replace This Entire Section With 852.219-74 For A Vosb Set Aside va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â  Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Devan.bertch@va.gov No Later Than __1:00__pm, Eastern Standard Time (est) On_february 27th, 2025__. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title table Of Contents copy Of Valid State Registration For Each Lead Designer copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification duns Number cage Code tax Id Number email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date27 Feb 2025
Tender AmountRefer Documents 

Environmental Management Bureau Tender

Software and IT Solutions
location
Philippines
Details: Description 2 Request For Quotation (rfq) Mobile Workstation Rfq No. Emb-pgss-2024-12-249 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Mobile Workstation 1 Unit 200,000.00 200,000.00 Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Oracle 19c: Oracle 19.3 Enterprise Edition And Standard Edition 2 Oracle 21c: Oracle 21.3 Enterprise Edition And Standard Edition 2 Raster: Dem, Jpg2k, Dted, Mrsid® , Ecw, Png, Esri® Grid, Tiff, Jpeg, Esri® Ascii Autodesk Sdf: 3.0 Esri Arcgis: Arcgis® 10.8.2 ; Arcgis 10.7.1 Mysql: 8.0 Odbc: The Fdo Odbc Provider Has Been Tested With Corresponding Versions Of Odbc Drivers That Are Shipped With The Relevant Supported Operating Systems Version Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php200,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 22, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Mobile Workstation Under Rfq No. Emb-pgss-2024-12-249 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Mobile Workstation Quantity: 1 Unit Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Unit Mobile Workstation Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Mobile Workstation Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Unit Operating System: 64-bit Microsoft ® Windows® 11 And Windows 10 Version 1809 Or Above Processor: Basic (2.5-2.9 Ghz Processor With 8 Logical Cores (base) Arm Processors Are Not Supported. Recommended (3+ Ghz Processor (base), 4+ Ghz (turbo)) Memory: Basic (8gb); Recommended (32gb) Display Resolution: (conventional Displays: 1920 X 1080 With True Color; High Resolution & 4k Displays: Resolution Upto 3840 X 2160 (with "recommended" Display Card) Display Card: Basic (2gb Gpu With 29 Gb/s Bandwidth And Directx 11 Compliant); Recommended (8 Gb Gpu With 106 Gb/s Bandwidth And Directx 12 Compliant Disk Space: 10.0 Gb (suggested Ssd) Pointing Device: Ms-mouse Compliant .net Framework: .net 8 Mobile Workstation Must Be Compatible And Work Efficiently With Autocad 2025. Must Meet The Minimum System Requirements Of Autocad 2025 Additional Requirements For Large Datasets, Point Clouds, And 3d Modelling Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Memory: 32gb Ram Or More Disk Space: 6gb Free Hard Disk Available, Not Including Installation Requirements Display Card: 3840 X 2160 (4k) Or Greater True Color Video Display Adapter; 12gb Vram Or Greater; Pixel Shader 3.0 Or Greater; Directx- Capable Workstation Class Graphics Card Autocad Toolset Requirements (additional Requirements) Autocad Map 3d: Disk Space: 20gb; Memory: Basic (16gb), Recommended (32gb) Autocad Electrical: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb); Microsoft Access Database Engine 2016 Redistributable (x64)(16.0.5044.1000) Or Later, Unless Microsoft Office 2016 (x64) Or Later Is Already Installed. Installation On Systems With 32-bit Microsoft Office/365 Applications Is Not Supported Autocad Architecture: Disk Space: 20gb; Memory: Basic (16gb); Recommended (32gb) Autocad Mep: Disk Space: 21gb; Memory: Basic (16gb); Recommended (32gb) Autocad Plant 3d: Disk Space: 12gb; Memory: Recommended For 3d Modeling (32gb) Autocad Mechanical: Disk Space: 12gb; Memory: Basic (16gb); Recommended (32gb) Autocad Raster Design: Disk Space: 1gb Fdo Provider Requirements Microsoft Sql Server: Microsoft Sql Server 2019 Standard And Enterprise Editions; Microsoft Sql Server 2022 Standard And Enterprise Editions Oracle 12c Release 2: Oracle 12.2.0.1.0 Enterprise Edition And Standard Edition 2 Ogc Wms: Wms 1.3.0 Ogc Wmts: Wtms 1.0.0 Ogc Wfs: Wfs 2.0.0 Sqlite: Sqlite 3.27.2 Postgresql: Postgresql 15.4 + Postgis 3.4 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date22 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
5151-5160 of 5241 archived Tenders