Computer Tenders

Computer Tenders

Department Of Agriculture Tender

Goods
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱164,997.00 Delivery Period: 30 Calendar Days Delivery Site: Sudlon, Molave, Zamboanga Del Sur Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 2 Set "computer Desktop Set " 49,999.00 "specification/s: " Cpu – At Least 6 Cores 12 Threads, 3.9ghz Base Frequency And Max 4.9ghz,12 Mb Cache, 8 Gt/s Bus Speed Ram – At Least 16gb (2x8gb Dual Channeled) Ddr4 Dram 3200mhz Motherboard – At Least Lga 1200 Pcie 4.0, 32gbps M.2 Slot, Intel® 1 Gb, Ethernet, Hdmi, D-sub Usb 3.2 Gen 1 Type-a, Sata 6 Gbps, Com Header, And Rgb Header Storage – At Least Nv2 1 Tb M.2-2280 Pcie 4.0 X4 Nvme Solid State Drive Cpu Cooler – At Least 4.84""l X 3.03""w X 6.25""h, 12 Volts 2.4 Watts, Maximum 1800 Rpm Power Supply - At Least 750 W Power Supply Monitor – At Least 24” 1920 X 1080p Accessories – Semi-mechanical Keyboard And Mouse "warranty – One (1) Year Warranty " 2 1 Unit "laptop " 49,999.00 "specification/s: " "processor: Intel Core I5 - 1135g7 (11th Generation), 2.4 Ghz (base Clock Speed At 28 W Tdp) Boosting Up To 4.2 Ghz (1-core Boost)" Ram: 16 Gb Ddr4 Storage: 512 Gb Ssd Display: 15.6-inch Full Hd (1920 X 1080) Ips Battery Life: Up To 8 To 10 Hours Build Quality: Durable Materials, Comfortable Keyboard, Responsive Touchpad Ports: Usb 3.2 Gen 1 Type-a Ports Usb 3.2 Gen 2 Type-c Ports Hdmi 4-in-1 Card Reader (sd, Sdhc, Sdxc, Mmc) Headphone/microphone Jack Power Connector With Complete Accessories Weight: At Least 1.8 Kg Operating System: Windows 11, Windows 64-bit/ With Ms Office Warranty: One (1) Year Warranty Accessories: With Bag And Mouse 3 1 Unit "printer " 15,000.00 "specification/s: " Printer Type: Print, Scan And Copy Resolution: At Least Up To 5760 X 1440 Dpi Print Speed: Black: At Least Up To 33 Pages Per Minute Color: At Least Up To 15 Pages Per Minute First-page Print Time: At Least Approx. 10 Seconds (black) / 16 Seconds (color) Copying: Speed: At Least Up To 7.7 Images Per Minute (ipm) For Black And 3.8 Ipm For Color Max Resolution: At Least It Has A 600 X 600 Dpi Scanning: Optical Resolution: At Least It Has A 1200 X 2400 Dpi Flatbed Scan Area: At Least It Has 216 X 297 Mm Adf Capacity: At Least 30 Pages For A4, 10 Pages For Legal Paper Handling: Input: At Least 100 Sheets Of Plain Paper Output: At Least 30 Sheets Connectivity: At Least Usb, Wi-fi, Ethernet, Wi-fi Direct Dimensions: Has A 375 X 347 X 237 Mm Weight: At Least 5.0 Kg Ink Yield: Black: At Least Up To 4,500 Pages Color (cyan, Magenta, Yellow): At Least Up To 7,500 Pages
Closing Date30 Jan 2025
Tender AmountPHP 164.9 K (USD 2.8 K)

The City Government Of Baguio Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-230 Rebidding January 15, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Fifteen (15) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot It Equipment 755,037.60 2 Unit 14 Inch Laptop - M4 Max Chip With 14‑core Cpu, 32‑core Gpu, 16‑core Neural Engine - 36gb Unified Memory - 1tb Ssd Storage - 14-inch Liquid Retina Xdr Display - Nano-texture Display - 96w Usb-c Power Adapter - Three Thunderbolt 5 Ports, Hdmi Port, Sdxc Card Slot, Headphone Jack, Magsafe 3 Port - Backlit Keyboard With Touch Id - Us English - With Backpack 2 Unit 15.3 Inch Laptop M3 Chip With 8-core Cpu, 10-core Gpu, 16-core Neural Engine 24gb Unified Memory 1tb Ssd Storage 15.3-inch Liquid Retina Display With True Tone 1080p Facetime Hd Camera Magsafe 3 Charging Port Two Thunderbolt / Usb 4 Ports 70w Usb-c Power Adapter Backlit Keyboard With Touch Id - Us English With Backpack 2 Unit Desktop Computer - Operating System: Microsoft Win 11 Home 64bit Eng Intl 1pk Dsp Oei Dvd Processor: Intel Core I5 12400 Or Ryzen 5 5600g (box Type) Or Higher Motherboard: Lga1700 B660m Or Am4 B550 Or Higher Ram: 16gb (dual, 2x 8gb) Ddr4 3200 Or 16gb (dual, 2x 8gb) Ddr4 3200 For Ryzen Ssd: 500gb Ssd Nvme Gen3 Or Higher Power Supply Unit: At Least 700watts, 80 Plus Bronze Certified Chassis/casing: Atx Chassis With At Least 1 Fan Monitor: 23.8-24 Inches 1920 X 1080 Led Flat Ips Vga And Hdmi Ports Others: Usb Keyboard And Mouse Ups: 1000va | 600w, Ups, Avr, 4 Outlet A) All Parts Of The Desktop Should Be Covered By At Least 1-year Warranty. B) The Operating System Must Be Installed And Activated By The Supplier C) The Supplier Must Submit All Serial Numbers, And All Physical Boxes And All Their Contents Must Be Included During Delivery. D) The Unit Must Be Sealed For Further Checking Of Mitd Additional Notes: A) This Is A Lot Bidding, Partial Bids Are Not Allowed; B) Please Indicate Brand Of Offer And Attach Technical Brochure In The Eligibility And Technical Proposal; C) Please Indicate Unit Prices Of Offers In The Financial Proposal; D) For Undbranded Desktops, Please Indicate Itemized Unit Prices Of Each Desktop Components E) Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of It Equipment Purpose: For Use Of Bac Goods And Services And Bac Infrastructure Under Cmo Pr No. 2 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 31, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-government Agency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Name Of Establishment Bidder's Signature
Closing Date31 Jan 2025
Tender AmountPHP 755 K (USD 12.8 K)

Department Of Environment And Natural Resources - DENR Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php.60,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The “procurement Of 2 Units Action Camera” For Which This Request For Quotation Is Issued. 2. The Department Of Environment And Natural Resources Herein After Referred To As “the Purchaser” Now Request You To Submit Price Quotation For The “procurement Of 2 Units Action Camera” Of The Following: Item No. Description Quantity Unit 1 Action Camera W/ Case 2 Units Specifications: Video: 5.3k60, 4k120, 2.6k240 And More / 8x Slow-mo / 24.7mp Frame Grabs Photo: 27mp / Interval Photo / Single Photo / Interval Photo / Night Photo / 30 Fps Burst / Raw Time Lapse: 5.3k Time Warp 3.0 Video / Star Trails / Light Painting / Vehicle Light Trails / 5.3k Time Lapse Video / Time Lapse Photo / 5.3k Night Lapse Video / Night Lapse Photos Content Specs + Offload Auto-upload To The Cloud + Get A Highlight Video Automatically Wireless Transfer Ultrafast Wired Transfer To Phone Sd Card Transfer To Computer Case: -protects From Mud, Dirt And Debris During Extreme Activities -fron Lcd Screen Remains Accessible For Viewing -waterproof Down To 19ft (60m) – Perfect For Deep-water Diving -include A Skeleton Backdoor For Improved Audio Capture And Easy Access To The Camera’s Touch Screen -flat Glass Lens For Sharp, High-quality Images Above And Below Water For Official Use Of Chief, Cdd And Pambcs Staff. 3. A Set Of Technical Specifications For The Above Items Are Provided In Attachment 1. 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. 4. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 5. It Is The Intent Of The Purchaser To Evaluate The Bid/ Quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/ Quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchaser’s Technical Specifications. Or It Is The Intent Of The Purchaser To Evaluate The Bid/quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchasers’ Technical Specifications. 6. Quotations Must Be Delivered At The Address Above Within Seven (7) Days. 7. Your 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 If The Contract Is Awarded. 8. All Bids / Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “procurement Of 2 Units Action Camera”. 9. Bids/ Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 10. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Notice To Proceed (ntp) Or The Purchase Order (po). The Supplier Should Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Delivery Site: Department Of Environment And Natural Resources Region Iii, Diosdado Macapagal Regional Government Center Brgy. Maimpis, City Of San Fernando, Pampanga 12. The Applicable Rate For Late Deliveries Is One Tenth (1 / 10) Of One (1) Percent Of The Cost Of The Unperformed Portion 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 Amount Of The Contract, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. The Department Of Environment And Natural Resources 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 (denr) 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 Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 14. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specifications C) Proof Of Philgeps Registration (sgd.) Laudemir S. Salac Rbac Chairman
Closing Date3 Feb 2025
Tender AmountPHP 60 K (USD 1 K)

City Of San Carlos Tender

Software and IT Solutions
Philippines
Details: Description The Office Of The College Administrator, Binalatongan Community College, San Carlos City, Pangasinan Is Need Of It Equipment.,this City. 9 Units Desktop Computer Specifications: 6-core/12-thread, Base Clock: 2.6 Ghz, 4.4 Ghz Max Boost 128gb Ssd 1tb Hdd 21 Inches Flat Screen Monitor Usb Keyboard And Mouse Licensed Windows 10 Operating System Headset Portable Ssd (ssd External Drive-usb) 7000 1 Unit Projector (5500 Lumens) Projectors Facets: Resolution, Projectors Facets:xgacontrast ; Ratio, Projectors Facets:15,000:1 ;inputs & Interfaces, Projectors Facets:rj-45 & Rs-232; Brightness Range Lumens, Projectors Facets:4001features, Projectors Facets:wifi; Quick Corner; Laser / Lamp, Projectors Facets:lamp Projection Technology: Projection Technology:rgb Liquid Crystal Shutter Projection System (3lcd) Brightness: White Light Output (normal/eco):5,500lm / 3,800lm; Colour Light Output:5,500lm 1 Unit Projector (4000 Lumens) Wireless Lan – Built-in: Supported Speed For Each Mode Infrastructure:ieee 802.11n (2.4ghz): 72.2 Mbps*2 Ieee 802.11a (5ghz): 54mbps*2 Ieee 802.11b (2.4ghz): 11 Mbps*2 Ieee 802.11g (2.4ghz): 54 Mbps*2 Ieee 802.11n (5ghz): 150 Mbps*2 Wireless Lan Security:infrastructure: Open, Wpa2/wpa3-psk, Wpa2/wpa3-eap Supported Eap Type: Peap, Peap-tls, Eap-tls, Eap-fast Projection Technology: Projection Technology:rgb Liquid Crystal Shutter Projection System (3lcd) Brightness: White Light Output (normal/eco):4,000 Lmcolour Light Output:4,000 Lm Geometric Correction: Vertical/horizontal Keystone:±30° / ±30° (auto Vertical Keystone Only); Quick Corner: Yes Projectors Facets: Resolution, Projectors Facets:fullhdcontrast Ratio, Projectors Facets:16,000:1; Brightness Range Lumens, Projectors Facets:2000features, Projectors Facets:wifi , Screen Mirroring, Quick Corner; Laser / Lamp, Projectors Facets:lamp Specifications Of Main Parts: Lcd:size: 0.61” (c2fine) Native Resolution: 1080plight Source:lamp Life: (normal / Eco): 5,500 / 12,000 Hrs Type: 230w Uheaspect Ratio:16:9projection Lens:zoom Ratio: 1 – 1.6 Throw Ratio: 1.32 – 2.14 (wide To Tele) F-number: 1.51 – 1.99 Focal Length: 18.20 – 29.20 Mm Type: Optical Zoom (manual) / Focus (manual) 1 Unit Laptop Display: 5.6-inch Full Hd (1920 X 1080) Ips Display 144hz Refresh Rate (for Smoother Gameplay And Visual Experience) 100% Srgb Color Gamut For Accurate Color Reproduction Anti-glare Coating For Better Outdoor Visibility Processor: (8 Cores, 16 Threads, Base Clock: 3.2 Ghz, Boost Clock: Up To 4.4 Ghz) Graphics: Nvidia Geforce Rtx 3060 With 6gb Gddr6 Vram (supports Ray Tracing And Dlss For Better Gaming And Graphics Performance) Ram: 16gb Ddr4 (expandable In Some Models, Typically 2 Slots) Dual-channel Memory For Better Overall Performance Storage: 512gb Or 1tb Pcie Nvme Ssd (fast Boot Times And Application Loading) Option To Add An Additional Storage Drive (usually An M.2 Or Sata Ssd) Operating System: Windows 11 Home Or Pro (depending On Configuration) Ports And Connectivity: 1 X Usb 3.2 Type-c (with Displayport Support) 2 X Usb 3.2 Type-a 1 X Usb 2.0 Type-a 1 X Hdmi 2.1 1 X Microsd Card Reader Wi-fi 6 (802.11ax) For Faster And More Stable Internet Connections Bluetooth 5.0 Audio: 50wh Or 56wh Battery (up To 6-8 Hours Of Usage, Depending On Tasks) Fast Charging Supported (typically 50% Charge In 30 Minutes) Webcam: 720p Hd Webcam With Privacy Shutter Keyboard: Full-size Backlit Keyboard With A Numeric Keypad Additional Features: Fingerprint Reader For Easy And Secure Login (on Supported Models) Metallic Finish Design With A Sleek, Modern Look Thermal Management With An Advanced Cooling System (dual-fan Design) Weight: Approximately 1.65 Kg (varies Slightly Depending On Configuration)
Closing Date6 Feb 2025
Tender AmountPHP 760 K (USD 12.9 K)

Philippine Rice Research Institute Tender

Others
Philippines
Details: Description 1 Unit Flash Drive, 128 Gb 1 Unit Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2 Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2 First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2 2 Units Printer Specification: Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-rr, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Color (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi 5 Pieces Converter/adapter Universal All-in-one Power Adapter Adaptor Charger Plug Converts Power Outlet When Traveling To Other Countries And Easy Storage 1 Unit Brand New Laptop (min) 12th Gen Or Later Or Equivalent .6cores (2 Performance Core + 4 Efficient Cores)/ 8 Threads. 4.4 Ghz Performance Core Max Turbo Frequency, 3.3 Ghz Efficient Core Max Turbo Frequency. 10mb Smart Cache, 10nm Built-in Graphics (min) 1 Pc Ddr4 Memory 8gb (min) 512gb Nvme M.2 Ssd (min) 15.6 (minimum) Ips Led Screen Built In 1080p Webcam Usb3 Ports-2 (min) Hdmi Port, Vga Port (optional) Minimum 3 Usb Ports Licensed, Latest 64bit Os With Ntfs File System Licensed, Latest 32-64bit, Office Suite Including Word Processor, Spread Sheet, Presentation For Business (perpetual License) Slim And Lightweight Additional Wireless Mouse (optional) 1 Unit Laptop Computer (min) 12th Gen Or Later Or Equivalent, 6 Cores (2 Performance Core + 4 Efficient Cores)/8threads 4.4 Ghz Performance Core Max Turbo Frequency, 3.3ghz Efficient Core Max Turbo Frequency, 10mb Smart Cache, 10nm; Built-in Graphics (min); 1 Pc Ddr4 Memory 8gb (min); 250 Gb Nvme M,2 Ssd (min); 14" (minimum) Ips Led Screen; Usb3 Ports - 2 (min); Hdmi Port, Vga Port (optional); Minimum 3 Usb Ports; Licensed, Latest Office Suite Including Word Processor, Spreadsheet, Presentation For Business (perpetual License); Slim And Lightweight; Wireless Mouse 3 Pieces External Data Storage Portable External Solid State Drive Nvme 1tb Featuring 1050mb/s2 Read And 1000mb/s2 Write Speeds 1 Unit Ultrawide Monitor | 34 Inches | Curved | Aspect Ratio: 21:9 | Resolution: 3440 X 1440 (wqhd)| Panel: Ips | 100hz To 144hz | 1ms | Dp And Hdmi 1 Unit Wireless Keyboard Ergonomic Design | Wireless With Usb Receiver Or Bluetooth | Full-size Keyboard With A Cushioned Palm Rest And Wrist Support Sensor Sensitive For Multi Devices And For Programming Purposes 1 Unit Wireless Mouse Advanced Optical Tracking Ergonomic Design | 4000 Dpi Sensor With Adjustable Dpi Increments | Long Battery Life (up To 70 Days) With Usb-c Charging | Supports Bluetooth And Usb Receiver Number Of Buttons: 6 (left/right-click, Back/forward, Middle Button, Scroll-wheel With Middle Click) Customization App Supported By Logi Options+ On Windows And Macos Sensor Sensitive For Multi Devices And For Programming Purposes 1 Unit Docking Station Ports: Usb 3.0/3.1, Usb-c 3.1/3.2, Hdmi 2.0 Or 2.1
Closing Date5 Feb 2025
Tender AmountPHP 197.7 K (USD 3.3 K)

Department Of Agriculture Tender

Software and IT Solutions
Philippines
Details: Description Negotiated Procurement-two Failed Biddings For The Procurement Of Various Ict Applications/software/subscription 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Negotiated Procurement-two Failed Biddings Through The National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of One Million Three Hundred Sixty Nine Thousand Eight Hundred Pesos (₱1,369,800.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Ict Applications/software/subscription. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Ict Applications/software/subscription With The Following Details/specifications: 1) 1 Pc Autodesk Autocad Lt 2025 @ 552,000.00 Specifications: 5 Users 3-year Subscription 2) 1 Pc Sketchup Pro @ 172,500.00 Specifications: 5 Users 1-year Subscription" 3) 1 Pc Autodesk Civil3d 2025 @ 586,500.00 Specifications: Commercial New Single-user Eld 3-year Subscription" 4) 1 Pc Software Load Expenses For The Bytex Feasibility Analyzer @ 58,800.00 Specifications: Renewal License Number (rln) With Non-expiring Built-in 999,999 Calculations Of Software Load, 1 Computer Deliver To: Da-7, Regional Office 7, Mandaue City, Cebu Delivery Of The Goods Is Required Within 30 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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. The Following Eligibility Requirements & Other Documents Shall Be Submitted On Or Before February 3, 2025, 10:00 Am Upon Payment Of Applicable Fee At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City: Eligibility Requirements: 1. Valid Sec/dti/cda Registration Certificate; 2. Valid Mayor’s/business Permit (for A 2-year Coverage Mayor’s/business Permit Specifically In Cebu City, Attach Official Receipt (or) As Proof Of Payment For Renewal; 3. Valid Platinum Philgeps Registration (not Expired During Opening Of Bids); 4. Valid Bir Tax Clearance (not Expired During Opening Of Bids); 5. Annual Income Tax Return Of The Preceding Tax Year; 6. Business/vat Percentage Tax Return; 7. Omnibus Sworn Statement (notarized)/secretary’s Certificate (notarized) (if There’s Any); 8. Tax Exemption Certificate (if There’s Any) 4. Pre-negotiation Conference For The Negotiated Procurement With Interested Bidders/suppliers Will Be Conducted On January 21, 2025, 2:00 Pm At Da-7 Rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 5. A Complete Set Of Canvass Form May Be Acquired By Interested Bidders From January 13, 2025 To January 31, 2025 At 8:00am To 5:00pm, Office Hours From The Address Below Upon Payment Of A Non-refundable Fee Of ₱5,000.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 3, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 7. The Deadline Of Submission And Opening Of The Eligibility Requirements And Canvass/bid Form (best Offer) Will Be On February 3, 2025, 10:00 Am At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 8. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 9. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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. 10. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 January 13, 2025 ( Sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)

Municipality Of Nabas, Aklan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Municipality Of Nabas, Through Its Local Budget Approved By The Sanggunian, Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos And 00/100 (p 3,500,000.00), Being The Approved Budget For The Contract (abc) To Payment Under The Contract Of The Improvement Of 2nd Floor Offices Located At Nabas Municipal Building, Poblacion, Nabas, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Nabas Now Invites Sealed Bids From Eligible Bidders For The Improvement Of 2nd Floor Offices Located At Poblacion, Nabas, Aklan. Bidders Should Have Successful Experience As Prime Contractor In The Project Contract (as Solo Or In Joint Venture/consortia) Of At Least One (1) Work Of A Nature And Complexity Equivalent To The Works In The Last Two (2) Years With Single Works Cited To Be At Least Fifty Percent (50%) Of Value Of Estimated Contract Cost Of Works Under Bid And Have An Annual Turnover From All Works Averaged Over The Last Three (2) Years Equal To One Hundred Percent (100%) Of The Value Of Bid Under Consideration For Award. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. Subject To Exceptions Stated In This Bidding Document, Only Bids From Bidders Who Pass An Eligibility Check Will Be Accepted. The Bidder Who Passed The Technical Requirements And Complied With The Required Performance Specifications And Parameters Will Be Considered For The Financial Evaluation. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post- Qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Is Determined As Such During Post-qualification. 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 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Municipality Of Nabas, Aklan And Inspect The Bid Documents At The Address Given Below From 8:00 Am To 5:00 Pm. A Complete Set Of Bid Documents In English May Be Purchased By Interested Bidders On January 16, 2025 To February 4, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of P 5,000.00. 5. The Municipality Of Nabas Will Hold A Pre-bid Conference Open To All Interested Bidders On January 23, 2025 At 2:00 Pm, At The Conference Room, Office Of The Mayor, Municipal Hall, Poblacion, Nabas, Aklan. 6. Interested Bidders Must Submit Their Bids At The Address Below On Or Before 2:00 Pm Of February 4, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Prescribed. Bid Opening Shall Be At 2:00 Pm February 4, 2025. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Bidder Shall Be Responsible To Download From The Gppb Website All Other Parts Of The Standard Bid Documents For Infrastructure/goods 4th Edition December 2010. 8. The Municipality Of Nabas, Aklan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. All Bidders Shall Be Registered With The Lgu Per Article W, Section 3w.01 Item (3) Letter (g) Of The Nabas Revenue Code As Amended 2009 With An Annual Registration Fee Of Five Hundred Pesos 00/100 (p 500.00). 10. All Winning Bidders Who Will Be Awarded With Contracts By This Lgu Shall Pay A Contractor’s Tax As Per Article A Section 2a.01 Item (e) Of The Nabas Revenue Code As Amended 2009. 11. For Further Information, Please Refer To: Ray Niño Ii C. Gonzales Computer Operator I/ Bac Secretariat Lgu-nabas, Poblacion, Nabas, Aklan 5607 Telno.036-289-1298 Baclgunabas@gmail.com (sgd.) Johann Ken V. Juguan Bac Chairman
Closing Date4 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)

Overseas Workers Welfare Administration - OWWA Tender

Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Department Of Migrant Workers Overseas Worker Welfare Administration Regional Welfare Office Xi Lynjun Alegre-sardido Besjc Bldg., Candelaria Street, Ecoland Ii, Bucana, Davao City Tel No. (082) 221-8593; Email Address: Owwadavaoprocurement@gmail.com Request Of Price Quotation Date Sir: Please Quote Your Lowest Net Price(s), Taxes Included On The Item(s) Hereunder Listed And Submit Your Quotation In Duplucate Copies And Enclosed In A Sealed Envelope Marked "proposal For Supplly And Delivery Of Various Items" Addressed To Overseas Workers Welfare Administration At Lynjun Alegre-sardido Besjc Bldg., Candelaria Street, Ecoland Ii, Bucana Davao City Anne A. Alban Gina Mae L. Quimora Supply Officer Officer-in-charge Quantity Unit Articles Unit Price Total 100 Ream Bookpaper, Legal Size, 80gsm 6 Ream Colored Paper, Legal Size, Yellow, 80gsm, 500s 2 Ream Colored Paper, Legal Size, Green, 80gsm, 500s 2 Ream Colored Paper, Legal Size, Purple, 80gsm, 500s 12 Pack Double Sided Glossy Photo Paper, 120gsm, A4 12 Pack Double Sided Glossy Photo Paper, 120 Gsm, Legal Size 12 Piece Filer Magazine 12 Unit Computer Mouse, Usb Type 6 Unit Electronic Calculator, Desktop, 12 Digits 12 Piece Alkaline Battery, 9 Volts, Good Quality 6 Box Fastener, Plastic Coated, 8 1/2 Long 6 Piece Dater Stamp, Smallest 12 Pad Stamp Pad, Felt, Violet Or Purple 1 Piece Pvc Cutting Mat Multiple Sizes Self Healing Cutting Pad Double-sided/cutting Board 3 Unit 360 Stapler Rotation, Heavy Duty Stapler 12 Roll Tape, Duct Tape, 48 Mm 12 Roll Tape, Packaging Tape, 48mm 24 Roll Tape, Transparent, 24mm, 100 M 12 Roll Tape, Double Sided Tape, 24mm, 20 Meters 6 Roll Tape, Nano Double Sided Tape, 5m 48 Box Clip, Backfold, 19mm 24 Box Clip, Backfold, 25mm 12 Box Clip, Backfold, 50mm 6 Piece Puncher, Heavy Duty, 75xl 12 Piece Cutter/utility Knife, For General Purposes, Heavy Duty 1 Pack Laminating Film, 125 Microns, Box, Legal Size 12 Box Face Mask, 50s 10 Bot Alcohol, Ethyl, 1 Gallon 12 Pack Garbage/trashbag, Extra Large (black) 12 Pack Garbage/trashbag, Xxl Size (black) 12 Pack Garbage/trashbag, Large Size (black) 12 Bag Sando Bag, Large Size 12 Bot Handsoap Liquid, 1000 Ml 3 Piece Waste Basket, Non-rigid Plastic 6 Piece Broom (walis Tambo) 2 Piece Spin Mop, Heavy Duty 3 Piece Dipper (tabo) 12 Piece Deodorant Cake 1 Bot No More Nail, 360g Glue, Liquid Nail 12 Piece Air Freshener For Airconditioner, 12 Set Dishwashing Sponge With Foam, 3s 12 Bot Dishwashing Liquid, Kalamansi, 1000 Ml, Good Quality 12 Piece Dishwashing Paste, 400g 2 Set Mop Handle 10 Piece Welcome Mat, Not-slip, Outdoor (office Use) Red Or Green Color Abc: Php 91,259.00 Office Supplies For 1st Quarter 2025 Note : 1. Please Attach Philgeps Certificate And Mayor's/business Permit. 2. Use Of Non-discretion/non-discrimanatory Selection Criteria As Tie-breaking Method In Case Of Two Or More Bidders Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb) In Accordance With Gppb Circular No. 06-2005. 3. Based On The Above Requirement/s All Price Quote/submitted Shall Be Considered Final And Unalterable And Vat Inclusive. 4. Proposal/quotation Submitted Without Signature Of The Authorized Signatory Shall Not Be Accepted. 5. Bid Modifications As Well As Bids Submitted Beyond The Scheduled Deadline Shall Not Be Considered. 6. The Owwa Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Delivery : 15-30 Days Terms Of Payment : Government Terms (name Of Supplier Price Validity: 30 - 120 Days (signature Of Owner/manager) (print Name) (contact Number) (date)
Closing Date20 Jan 2025
Tender AmountPHP 91.2 K (USD 1.5 K)

University Of The Philippines Tender

Healthcare and Medicine
Philippines
Details: Description Supply Of Various Equipment For College Of Dentistry Clinic And Laboratory Use (2nd Rebid) Dental Microscope Specifications:  Microscope Body With User Interface Close To The Handgrip  Coupling 120° For Maneuverability  Wide-field 12.5x (with Reticle)  Wide-field 10x  Lens More Than 230mm Focus (working Distance 200-500mm)  Triled Illumination System O Natural Colored Light O Orange Color Mode For Sensitive Composite Materials O Green Color Mode For Contrast Between Blood And Tissue  Augmented Visualization Mode  180° Tiltable Tube  Appropriate Posture For The Tiltable Angle  Integrated Hd Camera And Video Recording (1080p)  Hdmi Output  Recording On Usb Attached Storage  Mode Control  Floor Stand With Casters With The Following Accessories:  Drape Kit  Packs Of Resterilizable Cover For The Lens And Handles  Lens  Handgrip  Mode Control  Magnification Changer  Pd Adjustment Of The 180° Tiltable Tube  Goggle Non Sterile With The Following Features/ Inclusions:  1 Year Warranty On Parts And Services  2kva Or Compatible Ups With Trolley Optical Mark Recognition (omr) Scanning Machine Specifications: Maximum Scanning Speed: Approx. 3,000 Forms Per Hour Maximum Scan Area: 48 X 108 Or Better Read Technique: Reflective Read Number Of Readheads : One Readhead Channels: 40 Or 48 Or Greater Mark Discrimination: 100-level, User-set Threshold And Discrimination Difference With 16-level Mark Darkness Transmission Marks: Marks By No. 2 Pencils, Computer Optical Mark Recognition (omr) Pre-slugs, Preprinted Lithocode Mark Shapes: Rectangles, Ovals And Circles Input: Automatic Document Feeder (adf) - 150 Sheets Or More, Automatic Double-sheet Detection Output: 180-in Each Bin Dimensions, L X W X H: 31” X 14” X 6” (79 X 36 X 15 Cm) Weight: Light-weight Power Requirement: 110 - 240 Vac, 50/60 Hz Noise: Office Environment Calibration: Automatic, On-line, Continuous Self-calibration Operating Condition Temperature: Room Temperature Relative Humidity: Non-condensing Interface Communication Interface: Rs-232c Serial Interface Data Output Format: Asynchronous Ascii Baud Rate: 4,500 To 40,000 Bits/sec Form Paper Size: 2.25” X 6” (5.7 X 15.2 Cm) To 8.5”x 14” (21.6 X 35.6 Cm) Transport Speed: 15 In./second Or Better Software Operating Software: Integral Form Translation Software Translates Mark Data Into Application Program-compatible Information, Permits User-defined Revision Checks And Gather Multiple Form Descriptions Automatic Document Feeder: 150 Sheets Or More, Automatic Double-sheet Detection Printer: Up To 100 Characters Bar Code Reader: Applicable Bar Code Type Ink Reader: Pencil, Markers, Blue And Black Ball-point Pens Utility Software: Scanner Software Dual Readhead: In Unison Reads Both Sides Of A Two-sided Form. Warranty: 1 Year For Parts And Services Portable (handheld) Xray Specifications:  Focal Spot : 0.4 Mm (iec 60336)  Tube Voltage : 65 Kv  Tube Current : 2.5 Ma  Exposure Time Range : 0.05 ~ 0.05 Second  Total Filtration: Minimum 1.5 Mm Ai  Source To Skin Distance: 200 Mm  X-ray Field : Default: 60 Mm Round, 30x40 Mm  Maximum Duty Cycle :1 : 30  Power Input : 22.2 V  Weight : 2.4 Kgs. *without Backscatter Shield  Dimension : 165 Mm X 280 Mm X 297 Mm (lxwxh) Warranty: At Least 2 Years For Parts And Services Covered. Wall Mounted Dental Xray Specification:  Generator Size/ Weight: 140 X 150 X 70 / 2.5 Kg  Rated Output Power: Maximum 0.5 Kw Voltage Generator:  Type: Inverter  Tube Voltage (kv) 50 – 70 Kv  Tube Current (ma) 4.0 – 7.0 Ma  Cooling Protect Protect ≥ 50°c  Inherent Filtration 1.0 Mm Al Eq.  Added Filtration 1.0 Mm Al  Total Filtration Minimum 2.0 Mm Al Xray Tube:  Focal Spot Size: 0.4 Mm  Target Angle: 12.5 Degree  X-ray Coverage: 70 Mm At Sid 200 Mm Or Equivalent  Duty Cycle: 1:60 Or More Please See Terms And Conditions For X-ray Machine, Periapical On Page 34 Please See Terms And Conditions For Dental Operating Microscope On Page 35
Closing Date3 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: 1. This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6 In Conjunction With Far Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. 1.a. Project Title: Millenium Hx Portable Reverse Osmosis Service 1.b. Description: Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide Quarterly Maintenance Services On Selected Government Owned Portable Mar Cor/evoqua Reverse Osmosis Equipment At The Va Greater Los Angeles Healthcare System (va Glahs). 1.c. Project Location: Va Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request For Quotes (rfq) - 36c26225q0309. 1.e. Set Aside: This Solicitation Is Issued As An Unrestricted Open Market. 1.f. Applicable Naics Code: 221310, Water Supply And Irrigation Systems. 1.g. Small Business Size Standard: $41 Million 1.h. Type Of Contract: Firm Fixed Price 1.i. Period Of Performance: One Year 1.j. Wage Determination Applicable To This Project: Sca Wd 2015-5613 Revision 27 1.l. Request For Information (rfi) Should Be Submitted Via Email No Later Than 2pm Pst Monday, January 6th, 2025, To Ositadima.ndubizu@va.gov 2. Statement Of Work 2.1. Objective. Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide Quarterly Maintenance Services On Selected Government Owned Portable Reverse Osmosis Equipment At The Va Greater Los Angeles Healthcare System (va Glahs). 2.2. Background. - The Va Greater Los Angeles Healthcare System (vaglahcs) Requires Quarterly Maintenance Services On Selected Government Owned Portable Reverse Osmosis Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Performance Work Statement (pws), All Va, Local, State, And Federal Policies, And Regulations. 2.3. Scope. The Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Pws. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Cor Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The Portable Reverse Osmosis Systems According To The Schedule Below. the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. services the Contractor Shall Provide Services Described In The Below Chart. emergency Repair Services emergency Funds Are Set Aside For Any Repair Services That Are Needed these Emergency Funds Will Cover Service Cost For The Portable Reverse Osmosis System If These Systems Encounter Any Issues. contractor Must Respond To Service Requests Within 24 Hours. Onsite Evaluation (if Required) Must Occur Within 3 Business Days Of Receiving A Service Request. the Contractor Shall Provide An Estimated Cost For The Repair Parts/services And Must Receive Consent From The Cor Before Proceeding. equipment List covered equipment equipment Name serial Number/brand ee# equipment Description 31311-mh01 1365065 177385 millenium Hx 31311-mh02 1367468 177386 millenium Hx 31311-mh03 1367471 177387 millenium Hx 31311-mh04 1367472 177388 millenium Hx 31311-mh05 1367473 177389 millenium Hx 31311-mh06 1367474 177390 millenium Hx schedule qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Cor Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. 2.4. Performance Monitoring. The Contracting Officer Representative (cor) Will Monitor Contractor Performance And Certify The Work Was Done In Accordance With The Sow. 2.5. Period Of Performance. The Period Of Performance Will Be One Year. work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Cor Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Cor And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Cor Or His/her Designee. all Time Shall Be Approved In Advance By The Contracting Officer S Representative (cor). Allow 5-days For Approval Of Any Alternate Working Hours Needed. a. National Holidays: new Year S Day January 01 martin Luther King S Birthday Third Monday In January president S Day Third Monday In February memorial Day Last Monday In May juneteenth June 19 independence Day July 04 labor Day First Monday In September columbus Day Second Monday In October veterans Day November 11 thanksgiving Day Fourth Thursday In November christmas Day December 25 b. If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. overtime & Holiday Pay: Overtime Pay Is At The Rate Of One And One-half Times The Employee's Regular Rate Of Pay For All Hours Worked In Excess Of Eight Up To And Including 12 Hours In Any Workday, And For The First Eight Hours Of Work On The Seventh Consecutive Day Of Work In A Workweek. Overtime Pay Also Includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office Of Security And Law Enforcement Provides Department-wide Policy On The Assignment Of Appropriate Position Sensitivity Designations Associated With Department Of Veterans Affairs (va) Positions Involving National Security And Public Trust Responsibilities, And On The Level Of Background Investigations Required For Applicants For, And Incumbents Of, Those Positions. In Addition To Va Employees, The Policy And Investigative Requirements Are Applicable To Contractor Personnel Who Require Access To Va Computer Systems Designated As Sensitive. b. Personnel Who Require Access To Va Computer Systems Shall Be Subject To All Necessary Background Investigations And Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement To Ensure Compliance With Such Policy. If Such Investigation Has Not Been Completed Prior To Contract Commencement, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract. c. Should The Contract Require Contractor Personnel To Maintain U.s. Citizenship, The Contractor Shall Be Responsible For Compliance. Regardless Of U.s. Citizenship Requirements, Contractor Personnel Are Required To Read, Write, Speak, And Understand The English Language, Unless Otherwise Specified In This Contract Or Agreed To By The Government. d. The Cost Of Such Investigations Shall Be Borne By The Contractor, Either In Advance Or As Reimbursement To The Government. The Level Of Sensitivity Shall Be Determined By The Government On The Basic Of The Type Of Access Required. The Level Of Sensitivity Will Determine The Depth Of The Investigation And The Cost Thereof. Currently, The Current Estimated Costs For Such Investigations Are As Follows: level Of Sensitivity Background Investigation Level Approximate Cost low Risk National Agency Check With Written Inquiries $ 231.00 moderate Risk Minimum Background Investigation $ 825.00 high Risk Background Investigation $ 3,465.00 e. The Contractor Shall Be Required To Furnish All Applicable Employee Information Required To Conduct The Investigation, Such As, But Not Limited To, The Name, Address, And Social Security Number Of Contractor Personnel. The Va Will Provide All The Necessary Instructions And Guidance For Submission Of The Documents Required To Conduct The Background Investigation. Background Investigations Shall Not Be Required For Contractor Personnel Who Will Not Be Required To Access Va Computer Systems Nor Gain Access To Sensitive Materials. 2.7. Contractor Employees a. The Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. Contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). b. Badge. Contractor Shall Obtain A Contractor I.d Badge From The Va Police. All Contractor Personnel Are Required To Wear I.d Badge During The Entire Time On Va Facility. The I.d Badge Must Have An Identification Picture And Shall State The Name Of The Individual And The Company Represented. c. Parking: It Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. d. Smoking Is Strictly Prohibited On The Grounds Of Any Vha Facility. Per Vha Directive 1085 Dated March 5, 2019, It Is Vha Policy That All Vha Health Care Facilities, Including Hospitals, Community Clinics, Administrative Offices, And Vet Centers, Will Be Smoke-free For Patients, Visitors, Contractors, Volunteers, And Vendors Effective October 1, 2019. There Will No Longer Be Designated Smoking Areas. 2.8. Insurance Coverage a. The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. b. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. c. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. d. The Contractor Shall Furnish To The Contracting Officer Within Fifteen (15) Days Of Award An Official Certification From The Insurance Company Indicating That The Coverage Has Been Obtained And That It May Not Be Changed Or Cancelled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. New Certifications Shall Be Furnished At Least Thirty (30) Days Prior To The Expiration Date Of The Current Insurance Policy. The Phrase Will Endeavor Is Not Acceptable Terms To The Government And Such Coverage Carrying That Phrase Will Be Rejected And Services May Not Be Rendered Until Proper Certificate Is Issued. 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2019-01, Dated 10/10/2019. The Following Provisions And Clauses Apply To This Solicitation And Can Be Found In Enclosure 2. 3.a. Far 52.212-1, Instructions To Offerors Commercial Items 3.b. Far 52.212-2, Evaluation -- Commercial Items 3.c. Far 52.212-4, Contract Terms And Conditions -- Commercial Items 3.d. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 3.g. Vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance 3.h. Far 52.233-2, Service Of Protest 3.i. Vaar 852.233-70, Protest Content/alternative Dispute Resolution 3.j. Vaar 852.233-71, Alternative Protest Procedure 4. Submit Written Offers In Accordance With The Following Instructions, As Well As Addendum To Far 52.212-1, Instruction To Offerors. Oral Offers Will Not Be Accepted. Complete And Submit Enclosure 1 Via Email No Later Than 10am Pst Thursday, January 9th, 2025, To Ositadima.ndubizu@va.gov. Ensure The Following Are Completed And/or Included In The Quote Packet: 4.3.a. Vendor Information With Uei Number (company Info And Quote Should Be On The Enclosure 1 Form) 4.3.b. Acknowledgement Of Amendments 4.3.c. Concurrence/non-concurrence With Solicitation Terms, Conditions, And Provisions 4.3.d. Schedule Of Services 4.3.e. Far 52.212-3, Offeror Representations And Certifications -- Commercial Items your Quote Evaluation Will Be Based On Price And Your Ability To Provide The Following: capabilities Statement Showing That They Can Perform The Tasks Listed In Section 2.3, Scope past Performance: Any Prior Experience In Maintaining Portable Mar Cor/evoqua Reverse Osmosis Equipment. Vendor Must Be An Authorized Service Provider For Mar Cor/evoqua Products. vendor Must Provide Proof Their Personnel Performing Maintenance And Repair Services Are Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures.
Closing Date9 Jan 2025
Tender AmountRefer Documents 
7171-7180 of 7448 archived Tenders