Computer Tenders
Computer Tenders
INDUSTRIAL TECHNOLOGY DEVELOPMENT INSTITUTE Tender
Chemical Products
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 167 K (USD 2.8 K)
Details: Description Please Quote Your Price For The Item/s Listed Below With The Following Conditions: • Electronic Copy Of Quotations Will Only Be Accepted If Sent Through The Bac E-mail Address, Admbac@itdi.dost.gov.ph And From The Official Email Address Of The Bidder Addressed To Mr. Eric M. Charlon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement. • Sealed Quotations Must Be Submitted To The Bac Office Addressed To Mr. Eric M. Charlon, Itdi-bac Chairperson, Sub-committee On Shopping & Small Value Procurement Per Quotation Indicating The Solicitation No. In Front Of The Sealed Envelope. • This Will Be Awarded Per Item To The Lowest Calculated Responsive Bidder. • Specify The Brand, Model And Specifications In Your Quotation With The Letterhead Of Your Company And Your Signature (quotations Without Specified Details Are Subject For Outright Disqualification). Deadline For Submission Of Bids: 1:00 P.m. – January 27, 2025 (monday) 1) 1 Bottle Pmsf Powder Synonym(s): Phenylmethanesulfonyl Fluoride, Phenylmethylsulfonyl Fluoride, Αtoluenesulfonyl Fluoride, Benzylsulfonyl Fluoride, Phenylmethylsulfonyl Fluoride Cas Number: 329-98-6 Molecular Weight: 174.19 Form: White Crystalline Powder Purity: Greater Or Equal To 99.0% Include Certificate Of Analysis Upon Delivery Quantity: 10 Grams For Molecular Biology Applications Expiry: 1 Year Upon Delivery 2) 1 Bottle Coomassie Brilliant Blue G 250 Powder Synonym(s): Acid Blue 90, Brilliant Blue G, Cyanine G, Polar Blue G, Serva Blue G, Protein Gel Stain Application: Used For The Visualization Of Proteins Separated By Sodium Dodecyl Sulfatepolyacrylamide Gel Electrophoresis. Cas Number: 6104-58-1 Molecular Weight: 854.02 Form: Red To Blue Crystalline Powder Purity: Greater Or Equal To 99.0% Include Certificate Of Analysis Upon Delivery Quantity: 10 Grams For Molecular Biology Applications Expiry: 1 Year Upon Delivery 3) 1 Bottle Bis-acrylamide Powder Synonym(s): N,n′-methylenebisacrylamide, Bis Cas Number: 110-26-9 Molecular Weight: 154.17 Form: Powder Grade: For Molecular Biology Include Certificate Of Analysis Upon Delivery Quantity: 50 Grams For Molecular Biology Applications Expiry: 1 Year Upon Delivery 4) 1 Bottle Edta Powder Synonym(s): Ethylenediaminetetraacetic Acid, (ethylenedinitrilo)tetraacetic Acid, Edathamil, Ethylenedinitrilotetraacetic Acid Cas Number: 60-00-4 Molecular Weight: 292.24 Ec Number: 200-449-4 Form: Powder Grade: Acs Grade Include Certificate Of Analysis Upon Delivery Quantity: 1 Kilogram For Molecular Biology Applications Expiry: 1 Year Upon Delivery 5) 1 Bottle Tris-hcl Powder Page 2 Of 3 Synonym(s): Tris Hydrochloride, Tris(hydroxymethyl)aminomethane Hydrochloride, Tromethane Hydrochloride Cas Number: 1185-53-1 Molecular Weight: 157.60 Form: White Crystalline Powder Grade: Acs Or Molecular Biology Grade Include Certificate Of Analysis Upon Delivery Quantity: 1 Kg For Molecular Biology Applications Expiry: 1 Year Upon Delivery 6) 1 Bottle Glycine Powder Synonym(s): Aminoacetic Acid, Aminoethanoic Acid, Glycocoll Cas Number: 56-40-6 Molecular Weight: 75.07 Ec Number: 200-272-2 Form: White Crystalline Powder Grade: Molecular Biology Grade Include Certificate Of Analysis Upon Delivery Quantity: 500 Grams For Molecular Biology Applications Expiry: 1 Year Upon Delivery 7) 1 Bottle D-glucose Powder Synonym(s): Dextrose Cas Number: 50-99-7 Molecular Weight: 180.16 Ec Number: 200-075-1 Form: White Crystalline Powder Grade: Molecular Biology Grade Include Certificate Of Analysis Upon Delivery Quantity: 1 Kilogram For Molecular Biology Applications Expiry: 1 Year Upon Delivery 8) 5 Bottle Absolute Ethyl Alcohol Synonym(s): Ethanol, Methylcarbinol Cas Number: 64-17-5 Molecular Weight: 46.07 Ec Index Number: 200-578-6 Form: Clear Liquid Grade: Acs Grade Include Certificate Of Analysis Upon Delivery Quantity: 1 Liter For Molecular Biology Applications Expiry: 1 Year Upon Delivery 9) 1 Bottle Methanol Synonym(s): Hydroxymethane, Methyl Alcohol, Carbinol Cas Number: 67-56-1 Molecular Weight: 32.04 Ec Index Number: 200-659-6 Form: Clear Liquid Grade: Acs Grade Include Certificate Of Analysis Upon Delivery Quantity: 1 Liter For Molecular Biology Applications Expiry: 1 Year Upon Delivery 10) 1 Vial Anti-his Tag Antibody Conjugate: Horse-radish Peroxidase Isotype: Mouse Igg Antigen: 6x Histidine Tag Concentration: 1 Mg/ml Volume: 50 Ul Include Certificate Of Analysis Upon Delivery Expiry: 1 Year Upon Delivery 11) 1 Bottle Glacial Acetic Acid Cas Number: 64-19-7 Molecular Weight: 60.05 Ec Number: 200-580-7 Form: Clear Liquid Grade: Acs Or Molecular Grade Include Certificate Of Analysis Upon Delivery Quantity: 1 Liter For Molecular Biology Applications Expiry: 1 Year Upon Delivery Delivery Period: 60 Calendar Days Warranty: N/a Important Reminders: Price: Inclusive Of All Applicable Taxes Price Validity: Pls. Specify Payment Terms: 15-30 Days Credit Delivery Terms: Pls. Specify Warranty Terms: Pls. Specify (if Applicable) Chemicals And Reagents- Delivery Shall Be Accompanied With Certificate Of Analysis Equipment- Delivery Shall Be Accompanied With Installation/test And Warranty Certificates Computer And Computer Parts- Delivery Shall Be Accompanied With Test/warranty Certificates This Shall Be Part Of The Delivery If Found Acceptable. Items Are To Be Delivered At Property & Procurement Section, 2nd Floor, Metrology Bldg., Itdi, Dost Compound, Bicutan, Taguig City. Additional Requirements: Upon Submission Of Quotation (abc > P50,000.00) * Philgeps Registration Certificate/number * Mayor’s/business Permit * Income/business Tax Return Or Tax Clearance Certificate * Pcab License (for Infra Projects) * Tax Identification Number (tin) * Bank Details: Account Name, Account Number, Bank Name And Branch (preferably Landbank Of The Philippines) Note: For Bank Transfers, If The Creditor’s Account Is Maintained Outside The Agency’s Mds-gsb, Corresponding Bank Charges Shall Be Borne/paid By The Creditor/payee Concerned.
National Institutes Of Health Tender
Laboratory Equipment and Services
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: Federal Business Opportunities (fbo) sources Sought Notice solicitation Number: 75n95025q00125 2. Title: Brand-name Or Equal, Acquisition Of Agilent Bioanalyzer 5200 Fragment Analyzer System For Etb Group At Ncats. 3. Classification Code: 6640 4. Naics Code: 334516 – Analytical Laboratory Instrument Manufacturing Dollars Or Number Of Employees: 1,000 Employees description: the Purpose Of This Requisition Is To Procure Brand Name Or Equal, Acquisition Of Bioanalyzer 5200 Fragment Analyzer System For Etb Group At Ncats. The Item Includes The Agilent Bioanalyzer 5200 Fragment Analyzer System, Computer And Monitor, Controller And Analysis Software, Capillary Array, And Installation/familiarization Services.for Advancing Translational Sciences (ncats) background: the National Institutes Of Health (nih) Is The Nation’s Leading Medical Research Agency And The Primary Federal Agency Whose Mission Is To Seek Fundamental Knowledge About The Nature And Behavior Of Living Systems And The Application Of That Knowledge To Enhance Health, Lengthen Life, And Reduce Illness And Disability, Conducting, Supporting And Making Medical Discoveries That Improve People’s Health And Save Lives. the National Center For Advancing Translational Sciences (ncats) Is A Part Of The National Institutes Of Health (nih), Whose Mission It Is To Catalyze The Generation Of Innovative Methods And Technologies That Will Enhance The Development, Testing And Implementation Of Diagnostics And Therapeutics Across A Wide Range Of Human Diseases And Conditions. the Bioanalyzer 5200 Is A Highly Validated Piece Of Equipment For Nucleic Acid Quantification And Characterization, Which Is Important Step In Studies That Intersect With Next-generation Sequencing Approaches. The Fragment Analyzer System Is A Multiplexed Capillary Electrophoresis (ce) Instrument For Performing Automated, High Throughput Separation And Quantification Of Double Stranded Nucleic Acids (dna And/or Rna). Separation Is Achieved By Applying An Electric Field Through A Narrow Bore (50 µm I.d.) Fused Silica Capillary Array Filled With Various Conductive Gel Matrices Designed To Sieve Dna/rna Molecules Of A Specific Size Range. When A High Voltage Is Applied To The Capillary Array, Injected Dna/rna Migrates Through The Gel Matrix As A Function Of Length Or Size, With Smaller Sized Fragments Eluting Faster Than Larger Sized Fragments. At A Point Toward The Far End Of The Capillary Array, Detection Of The Separated Dna/rna Is Achieved By Fluorescence Of A Sensitive Intercalating Dye Present In The Separation Gel Matrix, Which Fluoresces When Bound To Double Stranded Dna Or Rna Molecules. The Fragment Analyzer System Utilizes A High Intensity Light Emitting Diode (led) Excitation Light Source That Is Focused Across The Capillary Array Detection Window And Imaged Onto A Sensitive, Two-dimensional Charge-coupled Device (ccd) Detector. By Monitoring The Relative Fluorescence Unit (rfu) Intensity As A Function Of Time During The Ce Separation, Digital Electropherograms Representative Of The Dna/rna Content Of 12-, 48-, Or 96-samples Are Collected In A Single Experimental Run. purpose And Objectives: brand Name Or Equal, Acquisition Of Agilent Bioanalyzer 5200 Fragment Analyzer System For Etb Group At Ncats. The Item Includes The Bioanalyzer 5200 Fragment Analyzer System, Computer And Monitor, Controller And Analysis Software, Capillary Array, And Installation/familiarization Services. The Bioanalyzer 5200 Fragement Analyzer Can Characterize Nucleic Acids And Sequencing Libraries. The Agilent 5200 Is A Mid-throughput, Electrophoresis Machine For The Analysis Of Dna & Rna. The System Utilizes A Plate-based, Capillary System With A Self-loading Electrophoretic Gel, To Analyze As Little As 50 Pg/ul Of Rna Or 300 Pg/ul Of Dna. The 5200 Is Able To Run Up To 288 Samples Without Manual Intervention From Multiwell Plates And Has Improved Sensitivity And Resolution Over The Bioanalyzer 2100. project Requirements: one (1x) Bioanalyzer 5200 Fragment Analyzer System As Listed In This Documentation. salient Characteristics capillary-based, Automated, High Throughput Separation And Quantification Of Double Stranded Nucleic Acids (dna And/or Rna), With Generation Of Digital Electropherograms For Quantitation Of Nucleic Acid Size (bp) And Concentration. anticipated Period Of Performance: anticipated To Be Delivered Approximately 30 Days Aro place Of Delivery: the Place Of Delivery Shall Be: 9800 Medical Center Dr Bldg B Rockville, Md 20850 other Important Considerations: Independently And Not As An Agent Of The Government, The Contractor Shall Furnish All The Necessary Services, Qualified Personnel, Material, Equipment, And Facilities, Not Otherwise Provided By The Government As Needed To Perform The Work Mentioned Above. capability Statement /information Sought. Respondents Must Provide Clear And Convincing Documentation Of Their Capability Of Providing The Services Specified In This Notice. Also, Information Must Be Provided In Sufficient Details Of The Respondents’ (a) Staff Expertise, Including Their Availability, Experience, Formal And Other Training; (b) Current In-house Capability To Perform The Work; (c) Prior Completed Projects Of Similar Nature; (d) Corporate Experience And Other Management Capability; And (e) Examples Of Prior Completed Government Contracts, References, And Other Related Information. the Respondent Must Also Provide Their Duns Number, Organization Name, Address, Point Of Contact, And Size And Type Of Business (e.g., 8(a), Hubzone, Etc., Pursuant To The Applicable Naics Code And Any Other Information That May Be Helpful In Developing Or Finalizing The Acquisition Requirements. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. the Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Giuliana Faller, Contract Specialist At E-mail Address Giuliana.faller@nih.gov. the Response Must Be Received On Or Before January 27, 2025, At 9 Am Eastern Time. “disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”
Municipality Of Maragusan Compostela Valley Tender
Publishing and Printing
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 56.4 K (USD 963)
Details: Description 3 Btl/s Alcohol - Rubbing, 70% Ethyl, 500ml 5 Ream/s Paper - Book Subs.20 Short ( 8 1/2"x11" ) 25 Ream Paper - Book A4,210mmx297mm,min Of 70gsm 10 Ream Paper - Book Legal,216mmx330mm(8-1/2"x13"),min Of 70gsm 1 Doz. Envelop - Expanding Long Brown 5 Doz. Folder - Long-brown 3 Pc/s Calculator - Ms 20v-12 Digits 3 Pc/s Ribbon- Cartridge - Lq310+ Dot Matrix 30 Pc/s Ribbon- Refill - Lq310 12 Btl/s Ink - Epson 003 (black) 3 Btl/s Ink - Epson 003 (cyan) 3 Btl/s Ink - Epson 003 (magenta) 3 Btl/s Ink - Epson 003 (yellow) 2 Roll/s Tape - Masking, 24mm (1") Width, Usable Lenght 50m 1 Roll/s Tape - Masking, 48mm (2") Width, Usable Lenght 50m 1 Roll/s Tape - Transparent 24mm (1") Width Usable Lenght Of 50m 1 Roll/s Tape - Transparent, 48mm (2") Width, Usable Lenght Of 50m 1 Pc/s Tape - Double Sided 1" 3 Pc/s Tape - Cloth Duct 2" 4 Pack/s Paper - Photo Short 2 Pack/s Paper - Velum-legal Size 30's/pack 2 Pc/s Mouse - Pad 3 Box Rubber Band - No. 18 5 Doz/s Pen - Sign-1.0 Gel Pen - Black 20 Box/s Staple Wire - #35 2 Pc/s Stapler W/ Remover - #35 Heavy Duty 4 Pc/s Remover - Staple Wire Plier Type 2 Pc/s Marker Pen - Permanent, Broad Point, Black 1 Btl/s Ink - Refill For Permanent Marker, Black 5 Pad/s Stick Note Pad - 2" X 3" 8 Pc/s Sticky Notes - 10x20 Piece Color-for Tabbing 10 Box/s Computer Forms - 2 Ply 11"x9 1/2" Carbonless 20 Pc/s Correction Tape - W/ Case 3 Set/s Highlighter - Flourescent Asstd Color, 3 Colors/ Set 4 Pc/s Pencil - Mechanical 4 Tube/s Mechanical Pencil - Lead, 0.5 (for Steadler) 5 Pc/s Eraser - Rubber, Small 2 Pc/s Scissors - Stainless Heavy Duty 1 Pc/s Puncher - Heavy Duty 2 Box/s Clip - Paper-vinyl Coated ( Medium ) 2 Box/s Clip - Paper-vinyl Coated ( Small ) 1 Box Binder Clip - #2 1 Box/s Binder Clip - 1 1/2" ( 1 1/2" Width ) 1 Box/s Fastener - Paper, Vinyl Coated, 50 Sets/box 1 Box/s Ballpen - Ordinary,red 50's 2 Bag/s Cotton - Roll-300grms. 2 Roll/s Toilet Tissue - Twin Ply
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|see Schedule Page|tbd|tbd|tbd|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334511|1350||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 142 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract. Check One: Firm-fixed-price ___ Estimated ___ Nte ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Computer,radar Sim .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Computer,radar Sim Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be
performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor
or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;03956 4305803-1;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Province Of Zamboanga Del Sur Tender
Software and IT Solutions
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 99 K (USD 1.6 K)
Details: Description Republic Of The Philippines Region Ix Province Of Zamboanga Del Sur Pagadian City Bids And Awards Committee Provincial Capitol, Pagadian City Invitation For Submission Of Quotation (small Value Procurement) The Provincial Government Of Zamboanga Del Sur, Through Its Bids And Awards Committee, Invites Suppliers/dealers For The Purchase Of Office Supplies And It Equipment For Iph Office To Enhance Capacity For Health System Evaluation And Data-driven Decisions Through Timely Lgu Health Scorecard Completion In Zamboanga Del Sur (cy 2025) To Submit Price Quotation Of The Following: Item No. /item Description/ Qty./ Unit Pr No. 2024-11-49/ipho 1 /laptop Computer Processor: Intel Core I5-13420h Or Equivalent Graphics Card: Nvidia Geforce Rtx 2050 (4gb Gddr6) Or Equivalent Display: 15.6” Full Hd (1920 X 1080), 144hz, Ips Memory: 16 Gb Ddr5 Storage: 512 Gb Nvme Ssd Operating System: Windows 11 Home Or Equivalent Ports: Minimum Of 1 Usb Type-c, 2 Usb Type-a, Hdmi, And An Audio Jack Connectivity: Wi-fi 6 And Bluetooth 5.1 Or Higher Battery: 3-cell, At Least 57.5 Wh Build: Durable Chassis In A Black Finish/ 1/ Unit Pr No. 2024-10-129/ipho 1 /external Hard Drive Storage Capacity: 1tb Connectivity: Usb 3.0/ 3/ Unit 2 /all-in-one Ink Tank Printer Printer Type: Print, Scan, Copy Maximum Paper Size: 215.9 X 1200 Mm Maximum Resolution: 5760 X 1440 Dpi Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black/colour): Up To 7.0 Ipm/1.7 Ipm Scanner Type: Flatbed Colour Image Scanner Optical Resolution: 600 X 1200 Dpi Maximum Scan Area: 216 X 297 Mm Rated Voltage: Ac 220-240 V Rated Frequency: 50-60 Hz Standby: 4.0 W Dimensions (w X D X H): 375 X 347 X 179mm Weight: 3.9 Kg/ 2 /unit Approved Budget For The Contract (abc): ₱99,015.50 Procurement Will Be Conducted In Consonance With Section 53.9 (small Value Procurement) Of The Revised Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184, Otherwise Known As The “government Procurement Reform Act”. Only Sealed Bids/canvass From Eligible Supplier/s Will Be Opened And A Purchase Order /contract Will Only Be Awarded To The Lowest Calculated And Responsive Bidder. Request For Quotation (rfq) Must Be Submitted In A Sealed Envelope And Addressed To: Joefe P. Suson Bac Chairperson Bids And Awards Committee -goods And Services Provincial Government Of Zamboanga Del Sur Provincial Capitol, Pagadian City Advertisement/posting Of Invitation: January 17-23, 2025 Deadline Of Submission Of Sealed Canvass: January 24, 2025 @ 10:00 Am Opening Of Sealed Canvass: January 24, 2025 @ 10:00 Am Interested Bidders Can Obtain Further Information, Rfq Form, And Technical Specification From Ms. Donna E. Ligan, Bac Head Secretariat At Telephone Number (062) 2142-868. (sgd) Joefe P. Suson Provincial Administrator Bac Chairperson-goods And Services Province Of Zamboanga Del Sur
Mindanao State University Tender
Software and IT Solutions
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 141.4 K (USD 2.4 K)
Details: Description The Western Mindanao State University, Through Its Bids And Awards Committee (bac), Is Inviting Philgeps Registered Suppliers To Apply For Eligibility And To Submit Bids For The Item Mentioned Hereunder: 1.) Ten (10) Pcs Of Usb Wired Optical Mouse 2.) Ten (10) Pcs Of Usb Wired Optical Keyboard 3.) Ten (10) Pcs Of Flash Drive 64gb 4.) Two (2) Unit Of Internal Hard Drive Specification - Hdd Sata, Capacity: 1tb, Size: 3.5 Inch 5.) Two (2) Unit Of Desktop Computer Specification: . Processor: 12m Cache, Up To 4.3ghz (or Higher) . Motherboard: Highly Rated (branded) Compatible Motherboard . Memory: 8gb Ddr4 Or Higher . Graphics: 2 Gb Ddr3 Or Higher . Storage: At Least 256gb Ssd + 1tb Sata Hdd . Display: At Least 21.5" Led Monitor . Connectivity: Wifi, Bluetooth, Ethernet, Thunderbolt (optional), Hdmi . I/o Ports: Usb Ports 2.0, Usb 3.0, Audio Jacks, Vga, Lan . Accessories: Combo Usb Keyboard And Mouse With Pad, Ups With Built-in Avr 720 Va Or Higher . With Latest Licensed Os (64 Bit Pro Version) . With Latest Proprietary Office Application Installed 6.) One (1) Unit Of Printer Specification: Multifunction Ink Tank Printer Specification: . Copy, Print, Scan, Fax . Adf Capability . Bi-directional Printing . Print Speed: (black) Up To 33ppm; (colour) Up To 15ppm . Maximum Copy Resolution: At Least 600 X 600 Dpi . Maximum Copy Size: Legal . Scanner Type: Flatbed Colour Image Scanner . Maximum Scan Area: 216 X 297 Mm (8.5 X 11.7") . Scanner Resolution: At Least 1200 X 2400 Dpi . Network: Ethernet, Wi-fi Ieee 802.11b/g/n & Wi-fi Direct Delivery Period: 10 Days The Criteria To Be Used For The Eligibility Check Of The Prospective Bidders, Examination And Evaluation Of Bids, Post-qualification And All Matters Relevant To This Procurement Shall Be In Accordance With Republic Act. No. 9184 (the Government Procurement Reform Act) And Its Implementing Rules And Regulations. Pursuant To Annex “h” Documentary Requirements Interested Bidders Are Required To Submit Their Valid And Current Mayor’s Permit, Philgeps Registration And Other Relevant Documents (if Necessary), Upon The Submission Of Quotation. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Bid, Which Complies With The Necessary Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative/s. Submission Of Quotation And Eligibility Documents Is On Or Before February 5, 2025 9:30 Am At The Bac Office, 2nd Floor, Admin Building, Western Mindanao State University, Normal Road, Baliwasan, Zamboanga City. Open Submission May Be Submitted Manually, Email (bac@wmsu.edu.ph) Or Through Facsimile At (062) 991-1771 Loc 1003 For Inquiries, You May Coordinate With The Bac Secretariat At Telephone No. (062) 991-1771 Loc 1003 The Western Mindanao State University Reserves The Right To Reject Any Or All Bids And To Accept The Bid Most Advantageous To The Government, And To Award The Contract By Lot, If Warranted.
Municipality Of La Trinidad, Benguet Tender
Publishing and Printing
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 84.5 K (USD 1.4 K)
Details: Description 20 Bottle Alcohol, Ethyl, 70%, Scented, 500ml (-5ml) 3 Box Ballpen, Ordinary, Fo-gelb08, 0.5mm, 12pcs./box 1 Box Clip, Back Fold, All Metal, Clamping, 50mm (-1mm) 2 Set Computer Keyboard With Mouse 60 Piece Correction Tape, Film Base Type, Ul 6m Min. 15 Piece Data Folder With Finger Ring, For Legal Size 1 Pack Drum Cartridge For Docucenre-v C2265 5 Box Battery, Aa, E91bp2, Max 50 Piece Envelope, Brown, Documentary, Legal Size/long 1 Box Envelope, White Mailing, 80gsm, No Window 4 Bottle Ink, Epson L210, Black 10 Bottle Ink, Epson L3210, Black 15 Bottle Ink, Epson L3210, (magenta, Cyan, Yellow) 1 Pack Folder, For Legal Size, 100pcs. /pack 1 Piece Internet Lan Cable Wire/network Cable, 10 Meters 5 Pack L-type, Transparent Plastic Folder 5 Pack Nylon, Plastic Zip Tie Cord Strap, Black, 3x200mm 10 Ream Bond Paper, Long, 80gsm, 24 Subs 10 Ream Bond Paper, Short, 80gsm, 24subs 2 Piece Stapler With Staple Remover, Standard Type 60 Piece Sign Pen, Black, Liquid Gel, 0.5mm 10 Piece Sign Pen, Black, G-tec-c4 0.4mm 30 Piece Sign Pen, Blue, Liquid Gel, 0.5mm 20 Piece Sign Pen, Red, Liquid Gel, 0.5mm 20 Pack Toilet Tissue Paper, 3 Ply, 10 Rolls Per Pack 1 Piece Toner For Fuji Xerox V Cc2265, Black 2 Unit Awp Aid1500 Pro Aide Pro Lcd 1500va-900w Ups With Avr Uninterruptible Power Supply (6-sockets) Specifications: Microprocessor-based Digital Processor Wide Input Voltage And Frequency Range Faster Charging Capacity Overload & Short Circuit Protection Awp Aid1500 Pro Lcd Ratings: 1500va/900w Battery: 2x12v/8ah Interface: 6x Universal Socket Form Factor: Tower Size:37.0cmx16.2cmx28.7cm/90x305x165mmweight: 10.7kg Compact Design Automatic Voltage Regulation (avr) Led Display Or Lcd Display Selectable Microprocessor-based Digital Control Auto Sensing Frequency Wide Input Voltage Range Auto Restart When Mains Power Is Restored Auto Track Mains Phase To Ensure That Inverter Output Voltage Has Same Phase With Utility Voltage, Reducing Transfer Time And Peak Surge. Intelligent Battery Management: Battery Temperature Compensation To Extend The Battery Life; Three-stage Charging To Shorten Recharge Time Short Circuit, Battery Overcharge / Over Discharge, Overload, Surge Protections Automatic Charging In Off Mode Cold Start Optional Usb & Rj45 Ports Unattended Safety Shutdown: System Alarm And Auto Power-on / Off By Usb Interface Communicating With Pc Warranty: 1 Year 1 Unit Waste Toner Container For Docucentre – V C2264 **please See Attached Approved Request For Quotation For Further Details.
BATANGAS STATE UNIVERSITY ALANGILAN Tender
Publishing and Printing
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)
Details: Description Invitation To Bid For Procurement Of Books For Lamb Libraries 2024 1. The Batangas State University, Through The Program Of Receipts And Expenditures Fy 2024 And Supplemental Budget Fy 2024 Intends To Apply The Sum Of Four Million Eight Thousand Fifty-eight Pesos (php 4,008,058.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Books For Lamb Libraries 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot Description Approved Budget For The Contract Cost / Price Of Bidding Documents 1 Aerospace, Automotive, Mechanical, Naval Architecture And Marine Engineering Php 291,555.00 Php 500.00 2 Agriculture And Forestry Php 159,784.00 Php 500.00 3 Architecture, Fine Arts, And Design Php 545,368.00 Php 1,000.00 4 Chemical, Petroleum, Industrial And Food Engineering & Technology Php 415,785.00 Php 500.00 5 Civil, Environmental, And Sanitary Engineering Php 601,261.00 Php 1,000.00 6 Electrical, Electronics, Instrumentation, And Mechatronics Engineering Php 350,581.00 Php 500.00 7 General Education/ General Engineering Php 219,678.00 Php 500.00 8 Information Technology And Computer Science Php 648,129.00 Php 1,000.00 9 Civil/ Construction/ Highway, Urban, Environmental And Sanitary Engineering Php 775,937.00 Php 1,000.00 2. The Batangas State University Now Invites Bids For Procurement Of Books For Lamb Libraries 2024. Delivery Of The Goods Is Required Fifteen (15) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty (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. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 09, 2024 – January 03, 2025 By Downloading The Same, Free Of Charge From The Website Philgeps And The Batangas State University (http://www.batstate-u.edu.ph). Provided, However, That Bidders Shall Pay The Applicable Fee For Bidding Documents, Pursuant To The Guidelines Issued By Gppb, Not Later Than The Submission Of Their Bids. The Amount Of The Bidding Documents Is On A Per-lot Basis Which Should Be Directly Deposited To The Account Of Batangas State University Only Upon Coordination To The Bac Secretariat For The Details Of Payment. Prior To The Deadline Of Submission Of Bids, The Bidder Shall Send A Copy Of The Proof Of Payment Of Purchase Of Bidding Documents To The E-mail Address Identified In The Invitation To Bid. Only Bidders With A Confirmed Payment Shall Be Allowed To Submit Their Bids, Which Shall Not Be Beyond The Deadline Specified For The Submission Of Bids. The Bac Secretariat Shall Be Responsible For The Confidentiality Of The Submitted Documents And Integrity Of The Submission Process. Note: For The Complete Set Of Invitation To Bid/bidding Documents, Kindly See The Associated Components Attached.
DEFENSE LOGISTICS AGENCY USA Tender
Textile, Apparel and Footwear
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Description: Note: This Is A Pre-solicitation Notice, Not A Solicitation. The Solicitation Spe1c1-24-r-0007 Has Been Issued To Dibbs On 11/27/2024. solicitation Number: Spe1c1-24-r-0007 item 1: Coveralls, Flyer's, Cwu-27p, Men's, Green – Pgc#00470 - Lead Nsn 8415-01-043-9529 item 2: Coveralls, Flyer's, Cwu-27p, Men's, Tan – Pgc#03845 item 3: Coveralls, Flyer's, Cwu-27p, Women's, Green, Type I, Standard Zipper – Pgc#02826 – Lead Nsn 8410-01-502-1948 item 4: Coveralls, Flyer's, Cwu-27p, Women's, Green, Type Ii, Extended Zipper – Pgc#02635 - Lead Nsn 8410-01468-6966 item 5: Coveralls, Flyer's, Cwu-27p,women's, Tan, Type I, Standard Zipper – Pgc#03847 item 6: Coveralls, Flyer's, Cwu-27p, Women's, Tan, Type Ii, Extended Zipper – Pgc#03848 item 7: Coveralls, Flyer's, Maternity 27p, Green – Pgc#01030 – Lead Nsn 8410-01-696-1931 purchase Descriptions: men's: Yacl-wp Pd 99-01, Dated 20 April 2001 women's: Fns Pd 99-04, Dated 28 April 2003 maternity: 11-pd 20024, Dated 4 March 2022 dla Troop Support Clothing And Textiles Will Be Providing Electronic Patterns. In Order For A Vendor To Be Able To Receive, View, And Use Digital Patterns, It Must Have The Computer Aided Design (cad) Software Gerber Accumark, Storage Area Version 9 Or Higher. Accumark Zip Files Will Be The Primary Form Of Receiving All Government-furnished Patterns As The Government Will Not Be Converting Into Other Cad Formats Or Down-converting Into Storage Area Version 8. during The Solicitation Phase, Paper Patterns Will Be Issued On Request. The Request For The Pattern Submitted Via Https://www.dla.mil/troop-support/clothing-and-textiles/industry-support/spec-request/ Should State Clearly In The Special Instructions That A Paper Pattern Is Required. this Procurement Contains A Four (4) Year Ordering Period. Within The Four-year Ordering Period, There Will Be Four 12-month Price Tier Periods. the Below Quantities Are The Combination Of The Listed About Seven (7) Items (item 1, Item 2, Item 3, Item 4, Item 5, Item 6, Item 7). The Quantities Are For Four (4) One-year Ordering Periods. Within The Four (4) One-year Ordering Periods, There Will Be Four (4) 12-month Price Tier Periods. the Minimum Quantity Is 15,975 Units. the Maximum Quantity Is 383,400 Units With A Monthly Shipping Maximum Of 10,650 Units. the Annual Estimated Quantity (aeq) Is 63,900 Units For Each Tier Period (tier 1, Tier 2, Tier 3 & Tier 4). The Aeq Is Further Broken Down By Each Item And Each Tier As Follows: pgc Aeq 00470 50,000 03845 8,000 02826 1,500 02635 2,100 03847 50 03848 450 01030 1,800 this Procurement Is For The Manufacture And Delivery Of Seven 27p Coveralls. This Subject Procurement Will Have One (1) Lot And Will Be Solicited Under Full And Open Competition (unrestricted). The Proposed Solicitation Will Result In One Award Of Firm-fixed Price, Indefinite-delivery, Indefinite-quantity Type Contract. this Solicitation Will Be Evaluated Under Best Value Trade Off Source Selection Procedures With The Following Evaluation Factors: 1) Product Demonstration Models (pdm), 2) Past Performance Confidence Assessment, 3) Small Business Support. Offerors Are Required To Include Product Demonstration Models (pdms). Evaluation Will Consist Of Pdm, Past Performance, Small Business Support And Price. fob: Destination inspection/acceptance: Origin delivery Destination: Vstj, Vstg, Vstz production Lead Time (plt): For Initial Delivery Order, The Plt Is 240 Days With Pre-production Approval. Pre-production Sample(s) Will Be Due 30 Days After Award. Pre-production Evaluation Would Take 30 Days. If Pre-production Is Waived/approved, Then The Plt For Initial Delivery Order Is 180 Days After Contract Award/delivery Order Issuance And/or The Date Of Pre-production Waived/approved. For All Subsequent Delivery Orders, The Plt Is 180 Days. this Solicitation Has Been Posted To The Dla Internet Bid Board System (dibbs) On 11/27/2024. All Offerors Must Be Registered In The System For Award Management (sam). All Responsible Sources May Submit Offers Which, If Received In Timely Fashion, Shall Be Considered. important Note On Foreign Content:
the Defense Appropriations And Authorization Acts And Other Statutes (including What Is Commonly Referred To As "the Berry Amendment" Impose Restrictions On The Dod's Acquisition Of Foreign Products And Services. Generally, Clothing And Textile Items (as Defined In Dfars Clause 252.225-7012) And "specialty Metals" (as Defined In Dfars Clause 252.225-7014) Must Be Grown, Reprocessed, Reused, Melted Or Produced In The United States, Its Possessions Or Puerto Rico, Unless One Of The Dfars 225.7002-2 Exceptions Applies. all Items Used In The Fabrication Of The End Item Must Be 100% U.s. Made Out Of 100% U.s. Materials And Are To Be Furnished By The Contractor. The Government Does Not Intend To Use Far Part 12 For This Acquisition. important Notice On Availability Of Solicitations: availability Of Solicitations, Far 5.102(d) Applies, As Our Office No Longer Issues Solicitations Or Amendments In Paper Form. Offeror Should Register To Receive Notification Of This Solicitation Or Solicitation Amendments. The Solicitation Will Be Posted On The Dla Internet Bid Board System (dibbs) At Https://www.dibbs.bsm.dla.mil/. Detailed System Requirements And Instructions For Registration Can Be Found On The Dla Dibbs Home Page Accessed On Https://www.dibbs.bsm.dla.mil/. Once The Solicitation Is Posted, It Will Be Available For Viewing On Dibbs. From The Dibbs Homepage, Select "solicitations" From The Top Bar To Search For The Solicitation. Dibbs Help Can Be Accessed From The Dibbs Homepage. contracting Office Address: defense Logistics Agency, Dla Troop Support - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, Pa, 19111-5096, United States point Of Contact(s): baotran Dao, Contracting Officer, Email: Baotran.dao@dla.mil kathryn Callahan, Contract Specialist, Email: Kathryn.callahan@dla.mil
6471-6480 of 6795 archived Tenders