Computer Tenders
Computer Tenders
EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation Part 12, Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Contracting Officer Is Utilizing Policies And Procedures Prescribed In Part 12, Acquisition Of Commercial Products And Commercial Services. Solicitation Number Rfq 45310025q0008 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective On November 12, 2024. Convention Centers, Hotels, And Other Full Service Facilities That Can Satisfy The Requirements Listed Below Are Encouraged To Submit A Quotation. Quotations From Third-party Entities Will Not Be Considered. This Solicitation Is Considered An Unrestricted Procurement.
the U.s. Equal Employment Opportunity Commission Office Of Field Programs, State, Local And Tribal Programs Has A Requirement For A Contractor To Provide Meeting Facilities, Rental Of Audio Visual Equipment/support Services, Food And Beverages, Business Services And Lodging To Conduct A Four-day Joint Fepa-tero Conference. The United States Equal Employment Opportunity Commission (eeoc) Is Conducting A Joint Training Conference For Fair Employment Practices Agencies (fepas) And Tribal Employment Rights Offices (teros).
the Government Anticipates With A Minimum Of 225 Attendees And An Anticipated Maximum Of 250 Attendees. To Be Eligible For Consideration, The Contractor’s Proposed Facility For The Seminar Must Be Located In Downtown Phoenix, Arizona.
the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract.
the Quotation Package Shall Include The Following Line Items In A Written Quotation:
(fy 2025): Contract Line Item Number: Clin 0001, Rental Of Conference Space – Quantity 4 Days Each (see Below List Of Conference Space Requirements), Unit Price $ , Total Clin 0001 $ ;
clin 0002, Food And Beverage Services (see Below List Of Food And Beverage Requirements, Unit Price $ Per Person Rate Per Day, Unit Price
$ , Total For Clin 0002, $ .
clin 0003, Rental Of Audio Visual Equipment And Technical Support – Quantity 4 Days Each (see Below List Of Audio Visual Requirements), Unit Price $ , Total For Clin 0003 $ ;
clin 0004, Business Services Expenses – 4 Days (see Below List Of Business Services Requirements), Unit Price $ ____,
total For Base Period Clin 0004 $ . Total Price For Clins 0001 Through 0004: $
the Preferred Dates For Consideration In Order Of Preference June 1-june 5, 2025 (1st Choice), June 8-june 12, 2025, (2nd Choice), And July 13-july 17, 2025 (3rd Choice).
please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government.
the Conference Provides For Meeting Space For Training Sessions, Along With Food And Beverage Service For Buffet Breakfast, Buffet Lunch, And Morning And Afternoon Breaks. Registration Starts Monday From 8:30am To 4:30pm Et. The Conference Starts Tuesday And Wednesday 7:30 Am To 6:00 Pm Et, Thursday, 7:30am To 1:30pm Et.
a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Prospective Contractor Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation.
general Requirements: The Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. Accessibility: Americans With Disabilities Act (ada) Requirements: All Facilities, Including Training Rooms And Rest Rooms And Audio-visual Equipment, Must Be Fully Accessible To Individuals With Disabilities In Compliance With The Americans With Disabilities Act Amendments Act. Accommodations For Disabled Individuals May Include, But Are Not Limited To, Accessible Parking Spaces, Elevators, Adequate Sound Systems, Wide Aisles And Wheelchair Ramps. A Site Visit May Be Conducted By The Disability Business And Technical Assistance Centers (dbtac) Prior To The Award Of The Contract. Parking: There Must Be Adequate Free Or Low Cost On-site Parking For All Participants. Confirmation Policy: The Eeoc Anticipates The Need For Sleeping Rooms On Sunday Through Thursday. Eeoc Will Require The Hotel Contact Person To Provide A Listing Of Registered Participants With Reserved Sleeping Rooms Prior To The Lodging Date To Verify The Rooming List As It Develops. Amendments And/or Substitutions May Be Necessary.
description Of Facility And Minimum Requirements
the Following Requirements For Lodging And Conference Space Are Minimum Requirements:
Lodging: Guest Rooms Shall Be Located Onsite. The Facility Shall Be Centrally
Located Within No More Than Three Blocks Walking Distance Of Area Retail,
Restaurants, And Attractions. The Contractor Shall Provide A List Of All Local
Restaurants Within A Ten-minute Walk From The Contractor’s Facility.
lodging Payment Arrangements: Participants Will Contact The Hotel Individually To Obtain Room Scheduling And Shall Be Responsible For Payment Of Individual Guest Rooms And All Incidental Charges Upon Checkout. Payment Amount For Lodging Cannot Exceed, On A Daily Basis, The Maximum Per Diem Rate In Effect In Accordance With The Federal Travel Regulations Including Taxes, Gratuities, And Other Costs. Charges For Incidental Expenses Such As Telephone Charges And Room Service Will Be The Responsibility Of Individual Guests.
local Transportation: The Contractor Shall Also Provide A List Of Options For
commuting From And To All Airports And Railroad Stations (if Applicable) Within The
area. If The Contract Facility Provides Shuttle Service, Contractor Shall Indicate If
the Service Is Free Or What The Fee Is For The Service. Also, Indicate If The Shuttle
service Is Wheelchair Accessible.
room Rate: The Contractor Shall Provide The Sleeping Rooms For Eeoc Staff And Presenters At Or Below The Federal Government’s Domestic Per Diem Rate Which Is Available On-line At Http:/www.gsa.gov. The Facility Will Not Require Advance Payment From Conference Participants Covering The First Night Of Lodging. Guest Rooms Shall Be Located Within The Same Building As The Meeting Rooms.
guest Rooms: Individual Travelers Will Schedule And Pay For Their Guest Room Nights. The Schedule And Range Of Guest Rooms Anticipated For This Conference Are As Follows:
sunday, 35 Sleeping Rooms
monday, 250 Sleeping Rooms
tuesday, 250 Sleeping Rooms
wednesday, 250 Sleeping Rooms
thursday, 65 Sleeping Rooms
friday, 0 Sleeping Rooms
clin 0001 – Conference Space – Meeting Facilities: All Meeting Rooms Shall Be Wheelchair Accessible. The Meeting Facility Shall Be Available For Consecutive Nights And Consecutive Days As Specified Below:
conference Will Be Held Monday Through Thursday On The Dates Provided Previously.
the Following Meeting Spaces/rooms Shall Be Available Throughout The Conference:
registration Area: Registration Area Shall Be Near The Main Plenary Room(s) And Will Include Two Skirted Eight-foot Tables, Configured As Follows: Two Tables Next To Each Other To Accommodate Training Materials. The Facility Shall Provide Signage Identifying The Conference Location Within The Hotel. Set Up Shall Be Completed By 12:00 P.m. Et On Monday. The Registration Area Must Remain Set Up And Available Throughout The Duration Of The Conference.
secured Office/working Room: A Secure Office Or Working Room Is Needed Where Conference Materials Can Be Assembled, Sorted, And Stored. This Will Also Be Used As A Work Area For Staff. The Room Must Include At Least Two Six-foot Tables And Trash Receptacles. Telecommunication Requirements Include Electrical Outlets And Internet Access.
two Plenary Meeting Rooms: Large Plenary Meeting Room Shall Accommodate Up To 250 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be
sufficient For Easy Wheelchair Access. Two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday.
medium Plenary Meeting Room Shall Accommodate Up To 100 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be Sufficient For Easy Wheelchair Access.
two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday.
breakout Rooms: Four Breakout Rooms To Accommodate At Least 65 People Each, Set In Classroom Style With No More Than Two People Per Six-foot Table Or 3 People Per Eight-foot Table Which Are Covered And Skirted Or Round Tables Of 6-8 People Per Table. Each Table Shall Contain Writing Paper, Pens, Ice Water With Glasses, Candy Or Mints For Participants. Tables Shall Be Refreshed For Afternoon Sessions. All Chairs Shall Be In Working Order, Free From Soil And Able To Move Easily. There Shall Be Enough Space Between Tables To Maneuver A Wheelchair. The Hotel May Provide The Large Plenary Meeting Room And Medium Plenary Meeting Room As Two Of The Four Breakout Rooms. All Breakout Rooms Will Be Available 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday.
small Group Meeting Room: This Meeting Room Shall Accommodate Up To 30 People Set In A U-shape Style With Tables That Are Covered And Skirted. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available 8:00 Am – 7:00 Pm Et On Monday; 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday; And 7:30 Am – 6:30 Pm Et On Thursday.
all Meeting Rooms Must Have A Suitable Sound System So All Participants May Hear And Ask Questions Of The Speakers. Both Meeting Rooms Should Be Arranged Classroom Style With Chairs And Tables For Writing And Handouts. All Chairs And Tables Shall Be In Acceptable Condition (the Furniture Is Not Broken, Soiled, Rusted Or Damaged In Any Way That Would Injure The Individual Or Damage Clothing). Aisle Space, Including The Space Between Tables And Desk, Need To Be Accessible For Persons In A Wheelchair. Walls Should Be Constructed In Such A Manner That They Confine Inside Sound And Reduce Or Prevent The Transmission Of Extraneous Sound. Both Rooms (including Luncheon Area) Should Be Equipped With A Working Sound System Which May Be Controlled By The Speaker And Which Projects Equally To All Areas Of The Room. Rooms Should Be Configured To Allow Every Participant A Clear View Of The Speaker And All Visual Aids. Each
participant Should Have A Clear View Of At Least One Of The Projection Screens In Use. Rooms Should Be Well Lit To Accommodate Extensive Reading And Writing And All Lighting Should Be Uniform And Should Not Produce A Glare. Heating And Air Conditioning Should Provide A Comfortable Level Of Air Quality And Room Temperature When Rooms Are At The Maximum Capacity. Rooms Should Be Refreshed After Each Session And Debris Removed.
clin 0002 – Food And Beverage Service: Buffet Breakfast To Be Served On Tuesday, Wednesday, And Thursday Between [approximate Time Of Service: 7:30 A.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices.
morning Break To Be Served On Tuesday, Wednesday And Thursday Between [approximate Time Of Service: Tbd] And Shall Include, At A Minimum Refresher Of Coffee, Tea And Water.
buffet Luncheon To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: 11:45 A.m. And 1:15 P.m. Et]. Buffet Shall Be Set Up Outside The Large Plenary Meeting Room And Individuals Will Be Permitted To Bring Food Back Into The Large Plenary Meeting Room For Consumption. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Juices, Coffee, Decaffeinated Coffee And Iced Tea. Please Provide Recommended Lunch Buffet Menus, With Prices Per Person Served With Regular And Decaffeinated Coffee, Water And Tea (iced Or Hot).
afternoon Break Is To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: Tbd] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices.
small Group Food And Beverage – Only Needed On Monday And Thursday Afternoon [approximate Time Of Service: Tbd]. The Estimated Number Of People Receiving This Service Is Up To 30 People And Is Subject To Change.
small Group Breakfast To Be Served On Monday Between [approximate Time Of Service: 7:30
a.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. Please Provide Recommended Breakfast Menus, With Prices Per Person Served.
small Group Luncheon To Be Served On Monday Between [approximate Time Of Service: 11:45
a.m. And 1:15 P.m. Et]. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Brewed Coffee, Decaffeinated Coffee, Juices And Iced Tea. Please Provide Recommended Lunch Menus, With Prices Per Person Served.
small Group Afternoon Break Is To Be Served On Monday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices.
small Group Afternoon Break Is To Be Served On Thursday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips And A Hot Or Cold Food Item. Provide Recommended List Of Beverages, Snacks And Hot Or Cold Food Item And Their Related Prices.
quoter Should Also Submit An All-day Food And Drink Package With A Per Person Rate Per Day. All Food And Beverage (f&b) Services Need To Be Located In Areas Accessible To Individuals With Disabilities. The Luncheon Should Be Arranged So That All Individuals Can Be Seated And Served Sufficiently.
pricing For Food And Beverages Shall Include The Price For The Item(s), Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether The U.s. Government Is Exempt From State Tax, If Applicable. The Eeoc Is A Tax Exempt Federal Agency; Please Do Not Include Any Sales Tax In Quotations For Which The Federal Government Is Exempt.
the Contracting Officer Representative (cor) Will Contact The Contractor Within 72 Hours Of The Event To Confirm The Number Of Participants. The Contractor Shall Provide Food And Beverage For A Minimum Of 250 Participants Each Day. The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Meeting Room Rental, Audio Visual Equipment, Food And Beverages, And Business Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person.
clin 0003 – Rental Of Audio Visual Equipment And Technical Support: The Following Services And Audiovisual Equipment Will Be Required:
large Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday.
podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each]
hand-held Cordless Microphone [2 Each]
table Top Microphone For Table Next To Podium [3 Each]
mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room.
projection Package Linked To Podium Laptop Computer.
projection Screens Appropriate For Size Of Meeting Room [2 Each]
av Package (movable Cart, Power Cord And Power Strip)
technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations.
equipment And Av Package Including A Technician To Enable Live Streaming Of Plenary Speaker(s) To Audience Participating Remotely.
av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space.
medium Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday.
podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each]
hand-held Cordless Microphone [2 Each]
table Top Microphone For Table Next To Podium [3 Each]
mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room.
projection Package Linked To Podium Laptop Computer.
projection Screens Appropriate For Size Of Meeting Room [2 Each]
av Package (movable Cart, Power Cord And Power Strip)
technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations.
av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space.
breakout Room(s) – Needed On Tuesday, Wednesday And Thursday. If Hotel Only Provides Two Additional Breakout Rooms, Hotel Will Allow For Large Plenary And Medium Plenary Rooms To Be Repurposed For The Use Of Serving As Breakout Rooms.
requirements For Room:
podium With A Hand-held Wireless Microphone That Can Attach To The Podium. [1 Each]
projection Screen Appropriate For Size Of Meeting Room [1 Each]
av Package (movable Cart, Power Strip And Cord).
small Group Meeting Room – Needed On Monday And Thursday. Requirements For Room:
projection Screen Appropriate For Size Of Meeting Room [1 Each]
projection And Av Package To Allow For Laptop To Be Connected And Projected On To Screen.
the Contractor Must Submit A Detailed Pricelist For The Audio-visual Equipment And Technical Support, Including High Speed Wireless (wi-fi) Internet Access, And Electrical
connections. Also, Include The Price For The Items, Inclusive Of An Hourly Rate And The Number Of Labor Hours With Breaks Included In A Day Rate For Audio Visual Support Services (if Needed), Plus The Gratuity/service Charge.
clin 0004 – Business Services. Wi-fi Access For Presenters In Meeting Spaces: High Speed Wi-fi Connectivity For Presenters In All Meeting Spaces (large Plenary, Medium Plenary, Breakout Rooms, Small Group Meeting Room, Secured Office/working Room).
business Center: Business Office Support (copying, Faxing, Etc.) May Be Required Throughout The Conference. Hotel Must Provide A Pricing List For Copying, Faxing, Shipping, And Receiving Charges For The Hotel To Include Any Surcharges And Taxes.
receipt And Storing Of Materials: The Hotel Shall Have Procedures And Facilities In Place To Receive And Store All Conference Materials Shipped In Overnight Mail. Charges For This Service Shall Be Included In The Business Center Charges.
pre-conference Meeting And Conditions: A Pre-conference Meeting Either Via Telephone, Zoom/teams, Or In-person To Be Held At The Contractor’s Facility To Discuss The Objectives Of The Conference, Meet Staff Responsible For Implementing The Contract And Address Any Questions Regarding Elements Of The Statement Of Work, Within A Mutually Agreed Upon Time Prior To The Start Of The Conference.
signage: Signs And Floor Plans Directing Participants To The Meeting Rooms Shall Be Provided By The Facility. This Shall Include A Daily Electronic Announcement Board, Announcing The 2025 Joint Eeoc-fepa-tero Training Conference. The Electronic Board Shall Easily Be Visible To Participants And Identify Meeting Room Locations.
other: It Is Anticipated That Some Additional And/or Miscellaneous Expenses Might Be Incurred During The Conference Such As Service And Set Up Charges, Electrical Hook-up Fees, And Other Necessary But Unpredictable Expenses Which May Arise During The Conference. All Anticipated Charges For Additional Work Or Deliveries Of Requirements Outside Of Those Stated In The Government Contract Must Be Approved By The Cor And Communicated To The Government’s Contracting Officer In Writing Prior To Acceptance Of The Related Invoice And Payment Processing.
the Facility Shall Agree To Allow The Eeoc To Bring In Audio-visual And Other Equipment And Connect These To The Facility’s Audio Visual/public Address System, As Necessary.
Reporting Requirements
pre-award Reporting: In Their Quotation, The Quoter Must Submit A Detailed Breakdown Of All Cost To Include Lodging Rates, Meeting Space, Food And Beverage, Av Equipment, Labor And Service Costs, And Any Other Miscellaneous Charges, Which Are Necessary For The Success Of The Conference.
Prior To Conference Reporting: The Contractor Will Provide The Designated Eeoc
contact With Online Access To Hotel Reports With Information About Confirmed Room Reservations Or An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Prior To The Conference.
during Conference Reporting: In Addition To Pre-conference Meeting, There Will Be A Daily Reconciliation Of All Charges Incurred With The Eeoc Designated Representative. The Charges Will Include Food And Beverage, Av Equipment And Labor, Telecommunication And Business Center Charges.
post Conference: The Contractor Shall Submit A Final Invoice Covering All Charges Within Five (5) Business Days After The Completion Of The Conference. The Contractor Shall Submit A Detailed Report With The Invoice That Consist Of The Following: Room Usage By Date And Attendee, Detailed Av Charges By Meeting Room And A Detailed Breakdown By Day For All Food And Beverage Charges And A Grand Total By Category For Reconciliations Of The Event.
Period Of Performance
period Of Performance-the Base Period Is From Date Of Award Through Execution Of The Fy 2025 Joint Fepa-tero Conference.
contract Administration-inspection And Acceptance
the Contracting Officer’s Representative (cor) Under The Resulting Contract Shall Be Designated At The Time Of The Contract Award.
method Of Payment: The Preferred Payment Method Is Payment By Government-wide Commercial Purchase Card. The Contractor Is To Apply Charges To Government Purchase Card Only After Final Invoice Has Been Accepted And Reconciled By The Cor.
cancellation: Should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The Contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions - Commercial Items Will Govern.
submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Seminar. In Addition, A Price Quotation Utilizing Attachment 1, Quotation Response Form, Shall Be Included. Quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line Item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Rfq 45310025q0008 Is Due January 17th, 2025 At 12:00 P.m. Et. Quotations Will Be Accepted Via E- Mail. If Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To Melisza.coates@eeoc.gov.
questions: Questions Regarding This Request For Quotation Should Be Submitted To Melisza Coates, Contract Specialist Via E-mail At Melisza.coates@eeoc.gov. Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding 45310025q0008 Is January 10, 2025, 12:00 P.m. Et. Any Questions Received After The Above Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before February 28, 2025.
basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The
government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor.
evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price.
factor I – Technical Capability:
contract Requirements
quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Regarding Meeting Space, Food And Beverage, Audio-visual Equipment And Technical Support, Lodging, And Secured Storage. Quotations Must Address The Quoter’s Ability To Meet Ada Requirements For Accessibility As It Relates To Meeting Space, Lodging And Parking. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided, The Layout Design And Quality Of The Facilities As Reflected By The Physical Layout And Atmosphere Of Meeting Space, Amenities Such As Free Wi-fi In The Conference Space, And Upkeep Of The Facilities.
location. Quotations Will Be Evaluated On The Ability Of The Quoter To Provide A Facility In Downtown Phoenix, Arizona With Adequate Low Cost Or Free On-site Parking For Participants And Presenters.
availability Of Dates. Quoters Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quoters Who Can Provide The Required Services On The Preferred (1st Choice) Dates.
availability Of Government Rates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Lodging At Or Below The Government Rate Or Market Value For All Conference Participants And Presenters.
meeting Space: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Meeting Spaces Within The Statement Of Work.
factor Ii – Past Performance:
the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contract Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following:
name And Address Of Government Agency And Other Non-government Client;
name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact;
name, Title, Email And Telephone Number Of Client’s Program Manager, If Applicable;
contract Number, Period Of Performance, And Total Dollar Value Of Contract; And
description Of Services Provided.
list Any Problems Encountered On Each Contract And The Contractor’s Corrective Actions.
eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). A Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance.
factor Iii – Price:
the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluation Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Solicitation In The Units And Format Provided.
supplemental Agreements – If Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected.
site Visits: The Eeoc Reserves The Right To Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factors.
notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions, If The Contracting Officer Later Determines Them To Be Necessary. The Government Also Reserves The Right To Conduct A Site Visit Prior To Award.
applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition. 52.212-2, Evaluation-commercial Products And Commercial Services, The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services With Your Quote. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Order-commercial Products And Commercial Services, Clause 52.203.6, Restrictions On Subcontractor Sales To The Government, Clause 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreement Or Statement, Clause 52.204-23, Prohibition On Contracting For Hardware, Software And Services Developed Or Provided By Kaspersky Lab Covered Entities, Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractor’s Debarred, Suspended, Or Proposed For Debarment, Clause 52.209.10, Prohibition On Contracting With Inverted Domestic Corporations, Clause 52.222- 3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity For Veterans, Clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, Clause 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, Clause 52.222-41, Service Contract Labor Standards, Clause 52.222- 50 Combating Trafficking In Persons, Clause 52.222-52, Exemption From Application Of The Service Contract Labor Standard To Contracts For Certain Services-certification, Clause 52.226-8 Encouraging Contractor Policies To Ban Texting Messaging While Driving, Clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Are Incorporated By Reference, Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors. Clause 52.233-3 Protest After Award And Clause 52.233-4 Applicable Law For Breach Of Contract Claim.
to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far. Method Of Payment: Electronic Funds Transfer.
rev. 004_10-01-2018
Closing Date17 Jan 2025
Tender AmountRefer Documents
Agusan Del Norte Tender
Textile, Apparel and Footwear
Philippines
Details: Description 1/28/2025 Pr Number: 25-057 Fund Source: Division Mooe Procurement Of Various Supplies For Division Office Use Cy 2025 Q1 Supplies Republic Of The Philippines Department Of Education Caraga Administrative Region Division Of Agusan Del Norte Butuan City Request For Quotation The Department Of Education, Division Of Agusan Del Norte Through Its Bids And Awards Committee (bac) Invites Philgeps Registered Suppliers To Apply For The Procurement Of Various Supplies For Division Office Use Cy 2025 Q1 Supplies With The Sum Of Three Hundred Seventeen Thousand Nine Hundred Twenty Two Pesos Only And Thirty Six Centavos (php 317,9222.36) The Approved Budget Of The Contract (abc). With The Specifications / Special Indications As Follows: Item Description: 1 79 Pc Sign Pen, Extra Fine Tip, Black 2 43 Pc Sign Pen, Fine Tip, Black 3 15 Pc Sign Pen, Medium Tip, Black 4 86 Pc Sign Pen, Extra Fine Tip, Blue 5 28 Pc Sign Pen, Fine Tip, Blue 6 10 Pc Sign Pen, Medium Tip, Blue 7 12 Pc Sign Pen, Extra Fine Tip, Red 8 1 Pck Wrapping Paper 9 43 Pck Battery, Dry Cell, Size Aa 10 47 Pck Battery, Dry Cell, Size Aaa 11 19 Pc Broom (walis Tambo) 12 4 Pc Broom (walis Tingting) 13 41 Btl Cleaner, Toilet Bowl And Urinal 14 5 Pck Cleanser, Scouring Powder 15 34 Pouch Detergent Powder, All Purpose 16 26 Can Disinfectant Spray 17 3 Pc Dust Pan 18 29 Btl Hand Soap, Liquid, 500ml 19 72 Roll/pck Trashbag, Large Size 20 9 Roll/pck Trashbag, Xl Size 21 1 Unit Fire Extinguisher, Dry Chemical 22 29 Btl Glue, All-purpose 23 77 Box Staple Wire, Standard 24 3 Roll Tape, Eclectrical 25 34 Roll Tape, Masking 24mm 26 16 Roll Tape, Packaging, 48mm 27 7 Roll Twine, Plastic 28 3 Tube Blade, For General Purpose Cutter/utility Knife 29 37 Box Clip, Backfold, 25mm 30 51 Box Clip, Backfold, 32mm 31 44 Box Clip, Backfold, 50mm 32 15 Pc Data File Box 33 3 Pc Dater Stamp 34 1 Box Envelope, Documentary, A4 35 6 Box Envelope, Expanding, Kraft 36 10 Pc Envelope, Expanding, Plastic 37 1 Box Envelope, Mailing 38 2 Box Envelope, Mailing, With Window 39 33 Box Fastener 40 1 Box Folder, Pressboard 41 72 Pc Marker, Permanent, Black 42 32 Pc Marker, Permanent, Blue 43 23 Pc Marker, Whiteboard, Black 44 5 Pc Marker, Whiteboard, Blue 45 34 Box Paper Clip, Vinyl/plastic Coated, 33mm 46 1 Unit Paper Shredder 47 4 Pc Puncher, Paper, Heavy Duty 48 4 Box Rubber Band No. 18 49 24 Pair Scissors, Symmetrical/asymmetrical 50 3 Pc Tape Dispenser, Table Top 51 6 Pack Cartolina, Assorted Colors 52 3 Box Computer Continuous Form, 1 Ply, 280mm X 241mm 53 72 Pad Notepad, Stick-on, 50mm X 76mm 54 42 Pad Notepad, Stick-on, 76mm X 100mm 55 65 Pad Notepad, Stick0-on, 76mm X 76mm 56 2 Pc Steno Notebook 57 203 Ream Paper, Multipurpose A4 58 108 Ream Paper, Multipurpose Legal 59 215 Pck Tissue, Interfolded Paper Towel 60 14 Can Insecticide 61 91 Pc Ballpen, Black 62 14 Pck Sticker Paper 63 13 Roll Double Sided Tape 64 7 Pck Photo Paper 65 18 Btl Bleaching Solution 66 5 Pc Certificate Frame 67 15 Pc Certificate Holder 68 25 Btl Dishwashing Liquid 69 15 Box Plastic Fastener 70 5 Pck Vellum Board Paper 71 9 Pc Extension Cord 72 5 Ream Bond Paper, A4 73 6 Pck Glue Stick (for Glue Gun) 74 55 Pc Deodorant Cake 75 16 Box Disposable Gloves 76 1 Pc Storage Box 77 5 Unit Glue Gun 78 60 Pc Albatros (big) 79 60 Pc Albatros (small) 80 10 Pc Arch File (portrait) 81 20 Pc Arch File, Red, Portrait 82 15 Pc Ballpen, Blue 83 20 Box Ballpoint Pen/sign Pen, 1.0 84 10 Pc Table Top Pen/counter Pen 85 4 Btl Bleaching Solution, 1-liter 86 3 Ream Bond Paper, A3 87 5 Ream Paper, Multicopy, Short 88 1 Box Carbon Film, Blue, Size 216mm X 330mm 89 40 Pc Certificate Holders A4 90 5 Box Continous Form 3 Ply 11x9.5 91 26 Pc Data File Box, Made Of Hicpboard, With Cover (blue Color) 92 40 Pc Data File Holder,with Clip Mechanism,legal,size,flip Top(portrait),blue 93 26 Pc Data Storage Box Made Of Chip Board With Closed Ends (red Color) 94 2 Pc Date Stamp 95 2 Btl Disswashing Liquid 96 5 Pck Dishwashing Paste, 100 Grams 97 1 Pc Document File Bag (long Size) 98 45 Tier Fabric Conditioner 99 100 Pc Envelope, Brown, Long 100 3 Unit File Tray, Double Deck, Steel, Coated, Black 101 4 Pc Hand Soap 102 5 Box Hbw Ballpen I-gel 0.5mm Blue 103 30 Pc Megabox (white) 104 4 Pc Mosquito Spray, Waterbased/non-smell 105 10 Pck Photo Paper 106 3 Dozen Sign Pen, 0.5 Mm Tip, Green 107 5 Pc Sign Pen (don-a 0.5)-black 108 15 Piece Sign Pen My Gel (black)0.5 109 4 Box Sign Pen My Gel (black)0.5 Refill 110 5 Ream Special Paper A4 111 2 Ream Special Paper Long 112 30 Unit Sponge Mop (brand Name: Clean Sweep) Refill 113 10 Unit Sponge Mop With Squeezer With Handle (brand Name:clean Sweep) 114 7 Pc Stapler With Staple Remover, Mgic 115 5 Pck Sticker Paper Matte, Long Size 116 20 Pck Sticky Sign Here 117 2 Pc Toilet Brush 118 4 Btl Toilet Bowl Cleaner, Tuff, 1-liter 119 9 Unit Tornado Mop 360 120 2 Unit Wall Clock 121 30 Unit Water Absorbent Cloth (3pcs) 122 10 Unit Wiper Glass Cleaner (scotch Brite) 123 30 Pck Zim Cleanser (350g) 124 4 Gallon Bleaching Solution, 1-gallon 125 6 Set Cup & Saucer 126 1 Dozen Spoon 127 1 Dozen Fork 128 6 Pc Glass 129 1 Unit Wok Pan, Non-stick, 30cm, With Lid Cover 1 79 Pc Sign Pen, Extra Fine Tip, Black 2 43 Pc Sign Pen, Fine Tip, Black 3 15 Pc Sign Pen, Medium Tip, Black 4 86 Pc Sign Pen, Extra Fine Tip, Blue 5 28 Pc Sign Pen, Fine Tip, Blue 6 10 Pc Sign Pen, Medium Tip, Blue 7 12 Pc Sign Pen, Extra Fine Tip, Red 8 1 Pck Wrapping Paper 9 43 Pck Battery, Dry Cell, Size Aa 10 47 Pck Battery, Dry Cell, Size Aaa 11 19 Pc Broom (walis Tambo) 12 4 Pc Broom (walis Tingting) 13 41 Btl Cleaner, Toilet Bowl And Urinal 14 5 Pck Cleanser, Scouring Powder 15 34 Pouch Detergent Powder, All Purpose 16 26 Can Disinfectant Spray 17 3 Pc Dust Pan 18 29 Btl Hand Soap, Liquid, 500ml 19 72 Roll/pck Trashbag, Large Size 20 9 Roll/pck Trashbag, Xl Size 21 1 Unit Fire Extinguisher, Dry Chemical 22 29 Btl Glue, All-purpose 23 77 Box Staple Wire, Standard 24 3 Roll Tape, Eclectrical 25 34 Roll Tape, Masking 24mm 26 16 Roll Tape, Packaging, 48mm 27 7 Roll Twine, Plastic 28 3 Tube Blade, For General Purpose Cutter/utility Knife 29 37 Box Clip, Backfold, 25mm 30 51 Box Clip, Backfold, 32mm 31 44 Box Clip, Backfold, 50mm 32 15 Pc Data File Box 33 3 Pc Dater Stamp 34 1 Box Envelope, Documentary, A4 35 6 Box Envelope, Expanding, Kraft 36 10 Pc Envelope, Expanding, Plastic 37 1 Box Envelope, Mailing 38 2 Box Envelope, Mailing, With Window 39 33 Box Fastener 40 1 Box Folder, Pressboard 41 72 Pc Marker, Permanent, Black 42 32 Pc Marker, Permanent, Blue 43 23 Pc Marker, Whiteboard, Black 44 5 Pc Marker, Whiteboard, Blue 45 34 Box Paper Clip, Vinyl/plastic Coated, 33mm 46 1 Unit Paper Shredder 47 4 Pc Puncher, Paper, Heavy Duty 48 4 Box Rubber Band No. 18 49 24 Pair Scissors, Symmetrical/asymmetrical 50 3 Pc Tape Dispenser, Table Top 51 6 Pack Cartolina, Assorted Colors 52 3 Box Computer Continuous Form, 1 Ply, 280mm X 241mm 53 72 Pad Notepad, Stick-on, 50mm X 76mm 54 42 Pad Notepad, Stick-on, 76mm X 100mm 55 65 Pad Notepad, Stick0-on, 76mm X 76mm 56 2 Pc Steno Notebook 57 203 Ream Paper, Multipurpose A4 58 108 Ream Paper, Multipurpose Legal 59 215 Pck Tissue, Interfolded Paper Towel 60 14 Can Insecticide 61 91 Pc Ballpen, Black 62 14 Pck Sticker Paper 63 13 Roll Double Sided Tape 64 7 Pck Photo Paper 65 18 Btl Bleaching Solution 66 5 Pc Certificate Frame 67 15 Pc Certificate Holder 68 25 Btl Dishwashing Liquid 69 15 Box Plastic Fastener 70 5 Pck Vellum Board Paper 71 9 Pc Extension Cord 72 5 Ream Bond Paper, A4 73 6 Pck Glue Stick (for Glue Gun) 74 55 Pc Deodorant Cake 75 16 Box Disposable Gloves 76 1 Pc Storage Box 77 5 Unit Glue Gun 78 60 Pc Albatros (big) 79 60 Pc Albatros (small) 80 10 Pc Arch File (portrait) 81 20 Pc Arch File, Red, Portrait 82 15 Pc Ballpen, Blue 83 20 Box Ballpoint Pen/sign Pen, 1.0 84 10 Pc Table Top Pen/counter Pen 85 4 Btl Bleaching Solution, 1-liter 86 3 Ream Bond Paper, A3 87 5 Ream Paper, Multicopy, Short 88 1 Box Carbon Film, Blue, Size 216mm X 330mm 89 40 Pc Certificate Holders A4 90 5 Box Continous Form 3 Ply 11x9.5 91 26 Pc Data File Box, Made Of Hicpboard, With Cover (blue Color) 92 40 Pc Data File Holder,with Clip Mechanism,legal,size,flip Top(portrait),blue 93 26 Pc Data Storage Box Made Of Chip Board With Closed Ends (red Color) 94 2 Pc Date Stamp 95 2 Btl Disswashing Liquid 96 5 Pck Dishwashing Paste, 100 Grams 97 1 Pc Document File Bag (long Size) 98 45 Tier Fabric Conditioner 99 100 Pc Envelope, Brown, Long 100 3 Unit File Tray, Double Deck, Steel, Coated, Black 101 4 Pc Hand Soap 102 5 Box Hbw Ballpen I-gel 0.5mm Blue 103 30 Pc Megabox (white) 104 4 Pc Mosquito Spray, Waterbased/non-smell 105 10 Pck Photo Paper 106 3 Dozen Sign Pen, 0.5 Mm Tip, Green 107 5 Pc Sign Pen (don-a 0.5)-black 108 15 Piece Sign Pen My Gel (black)0.5 109 4 Box Sign Pen My Gel (black)0.5 Refill 110 5 Ream Special Paper A4 111 2 Ream Special Paper Long 112 30 Unit Sponge Mop (brand Name: Clean Sweep) Refill 113 10 Unit Sponge Mop With Squeezer With Handle (brand Name:clean Sweep) 114 7 Pc Stapler With Staple Remover, Mgic 115 5 Pck Sticker Paper Matte, Long Size 116 20 Pck Sticky Sign Here 117 2 Pc Toilet Brush 118 4 Btl Toilet Bowl Cleaner, Tuff, 1-liter 119 9 Unit Tornado Mop 360 120 2 Unit Wall Clock 121 30 Unit Water Absorbent Cloth (3pcs) 122 10 Unit Wiper Glass Cleaner (scotch Brite) 123 30 Pck Zim Cleanser (350g) 124 4 Gallon Bleaching Solution, 1-gallon 125 6 Set Cup & Saucer 126 1 Dozen Spoon 127 1 Dozen Fork 128 6 Pc Glass 129 1 Unit Wok Pan, Non-stick, 30cm, With Lid Cover For The Complete Details Of The Procurement Please Refer / Confirm With Deped Division Of Agusan Del Norte Or See The Attached Specifications Stated In This Posting For Details. The Department Of Education, Division Of Agusan Del Norte Through Its Bids And Awards Committee (bac), Now Invites Bids/quotations For The Above-mentioned Project. Bids Received That Exceed The Total Abc Shall Be Rejected At Bid Opening. Bidder May Bid For One Or All Items. Late Bids Shall Be Rejected. Open Competitive Bidding Will Be Conducted Using The Non-discretionary Pass/fail Criterion, Evaluation And Post Qualification Procedures In The Implementing Rules And Regulations (irr) Of Ra 9184. Hector Dn. Macalalag, Phd., Ceso Vi Bac Chairperson / Asst. Schools Division Superintendent
Closing Date3 Feb 2025
Tender AmountPHP 317.9 K (USD 5.4 K)
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Software and IT Solutions
United States
Details: This Is An Rfi (request For Information)
federal Bureau Of Prisons Jira Service Desk And Confluence Data Center Remote Administration Support/maintenance Application Support For Fy 2026.
the Period Of Performance Shall Be For Fy26; From October 1, 2025 Through September 30, 2026
vendros Hall Provide The Following: Vendor’s Capabilities, Qualifications, Relevant Experience, Proposed Solutions, Andpricing Structures. Additionally, We Would Welcome Any Supporting Documentation Or References That Can Assist Us In Evaluating Potential Vendors.
the Federal Bureau Has A Requirements For Providing (80 Hours Per Month) Remote Administration Services For The Jira Service Desk And Confluence Data Center Platforms. These Services Are Intended To Ensure The Efficient And Effective Operation, Configuration, And Maintenance Of The Jira Service Desk/confluence To Support Our Organization’s Service Management Processes.
1. System Administration: • Provide Comprehensive Administrative Support For The Jira Service Desk And Confluence Data Center Platforms, Including User Management, Project Configuration, And Workflow Customization. • Ensure The System Is Properly Maintained, Including Performing Regular Updates And Patch Management. 2. User Support: • Offer Timely And Effective Support To End-users And Administrators, Resolving Issues Related To Access, Permissions, And General Usage Of The Jira Service Desk And Confluence Data Center Platforms. • Provide Training And Documentation To Users To Enhance Their Understanding And Effective Use Of The Platform. 3. Customization And Optimization: • Customize The Jira Service Desk And Confluence Data Center Platforms To Align With The Organization’s Specific Service Management Processes And Requirements. • Optimize The Performance And Functionality Of The Platform By Implementing Best Practices And Recommending Improvements. 4. Integration And Automation: • Integrate Jira Service Desk And Confluence Data Center With Other Tools And Systems Used Within The Organization To Streamline Workflows And Enhance Productivity. • Develop And Implement Automation Rules To Reduce Manual Tasks And Improve Efficiency. 5. Security And Compliance: • Ensure The Jira Service Desk And Confluence Data Center Platforms Complies With The Organization’s Security Policies And Relevant Regulatory Requirements. • Implement Security Measures To Protect Data And Maintain The Integrity Of The System.
6. Reporting And Analytics: • Create And Maintain Reports And Dashboards To Provide Insights Into Service Desk Performance And Key Metrics. • Analyze Data To Identify Trends, Areas For Improvement, And Opportunities For Optimizing Service Delivery. 7. Incident And Problem Management: • Manage And Resolve Incidents And Problems Related To The Jira Service Desk And Confluence Data Center Platforms. • Implement Proactive Measures To Prevent The Recurrence Of Issues And Improve System Reliability.
2. Period And Place Of Performance:
the Contractor Shall Schedule And Complete The Tasks Shown Below During The Term Of The Contract (fy 2026). The Commencement Date(s) Shall Be Mutually Agreed Upon. The Period Of Performance Is From October 1, 2025, Thru September 30, 2026. (contractor Shall Perform 80 Hours Of Work Per Month).
the Work Under This Contract Shall Be Performed Remotely During Normal Working Hours At The Contractor’s Site. However, Due To Bureau Production Schedules, It May Be Necessary To Schedule Some Work / Activities During (off Peak Times, To Minimalize Down-time To Jira/confluence Production Servers). These Times May Occur On A Weekend Or Late Or Early In The Day.
3. Special Security And Clearance Requirements:
all Contractor Personnel Shall Have Personnel Security Clearances Commensurate With The Highest Level Of Information Processed By The System(s) They Use. The Provisions Of The Current Department Of Justice Order Doj 2610.xx, Bureau Of Prisons Computer Security Program Statement 1237.13, And The Bureau Of Prisons' Human Resource Management Manual 3000.02d Shall Be Followed In Determining Appropriate Security Clearance Levels And Contractor Activities.
to Avoid Delays, It Is Essential That The Contractor Coordinate, In A Timely Manner, Any Required Security Clearance Processing And Documentation With The Contracting Officer’s Representative (cor).
4. Government Vs. Contractor Furnished Property:
all Computer Workstations And Software Update Materials Required By The Contractor During The Performance Of The Work Shall Be Furnished By The Government.
5. Special Personnel Requirements:
sufficient Contractor Staff With The Experience, Skills, And Abilities To Accomplish The Objectives And Specific Tasks Are Required. The Special Skills And Application Expertise Shown Below Are Required:
jira Service Management And Confluence Data Center (administration)
deviniti Plugins
deviniti “dynamic Forms”
• Expertise In Using Deviniti Dynamic Forms Understanding How To Create Conditional Logic Within Forms, Integrating Forms Into Jira Workflows, And Ensuring That The Dynamic Forms Improve Both User Experience And Process Efficiency. This Includes Configuring Forms To Adapt Based On User Input, Role, Or Other Criteria, Which Ultimately Enhances The Overall Functionality Of Jira Service Management.
deviniti “queues” For Jira Service Management
• Expertise In Using Deviniti Queues To Enhance Queue Management Capabilities In Jira Service Management. Working Knowledge To Provide Advanced Queue Configuration Options, Customized Layouts And Enhanced Filtering Features To Assist Teams Streamline Their Ticket Management Processes.
deviniti “issue Templates” For Jira
• Designing Templates That Automatically Populate Fields Like Requester Details, Department, And Service Type.
• Configuring Deviniti Issue Templates To Trigger Jira Automation Rules, Such As Auto-assigning Issues To The Appropriate Team Or Agent Based On The Selected Template.
• Setting Up Automated Responses Or Status Updates When A Specific Template Is Used, Improving Communication And Transparency.
• Linking Templates To Specific Workflows, Ensuring That Each Type Of Request Follows The Appropriate Process.
deviniti “extension” For Jira Service Desk
• Expertise With “extension” For Jira Service Desk, Creating Dynamic And Flexible Request Forms With Conditional Fields. Which Enables The Form To Adapt Based On User Input, Making It Easier For Customers To Fill Out Requests Accurately.
appfire Plugins
appfire Surveys For Jira
• Familiarity Working With Surveys For Jira Integrating Appfire's "survey For Jira" App To Automatically Trigger A Csat Survey After Ticket Closure, Collecting Ratings And Comments, And Creating Dashboards To Analyze Trends Over Time.
4 | P A G E
• Setting Up Appfire Surveys For Internal It Support Tickets To Gauge Employee Satisfaction, Analyzing Feedback To Improve Internal Processes, And Integrating Survey Results With Other Jira Reports.
appfire Jsu Automaton Suite
• Create And Modify Rules: Expertise In The Configuration Of Automation Rules. Ability To Create And Modify Rules, Setting Up New Automation Rules Using Jsu (jira Suite Utilities) To Meet The Specific Needs Of Your Organization. This May Include Rules For Ticket Assignment, Escalation, Notifications, And Other Workflow Automation.
• Testing And Validation: Before Deploying Automation Rules To Production, Ensure They Are Tested Thoroughly In A Staging Environment. This Includes Verifying That Rules Trigger As Expected And Do Not Interfere With Other Processes.
• Rule Optimization: Continuously Review And Optimize Existing Automation Rules To Improve Efficiency, Reduce Processing Time, And Ensure They Are Aligned With Current Business Processes.
appfire Jira Misc Workflow Extensions (jmwe)
• Creating And Modifying Workflows: Use Jmwe To Create And Update Workflows That Align With Business Processes.
• Implementing Post-functions: Add And Configure Post-functions Using Jmwe, Such As Auto-assigning Issues, Sending Notifications, Or Updating Fields Based On Conditions.
• Setting Up Conditions And Validators: Define Conditions That Control The Availability Of Transitions, And Validators That Ensure Data Integrity Before Transitions.
• Custom Scripting: Write Groovy Scripts For More Complex Post-functions, Conditions, And Validators.
• Testing And Debugging: Test Scripts In A Staging Environment Before Deploying Them Live. Debug Issues That Arise During Workflow Execution.
• Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors.
• Training And Documentation: Create Training Materials And Documentation To Help Users And Other Administrators Understand How To Use Jmwe Effectively.
• Workflow Troubleshooting: Investigate And Resolve Issues Related To Workflow Execution, Such As Incorrect Post-function Results Or Transition Errors.
• Log Analysis: Analyze Logs To Identify The Root Cause Of Workflow Issues, Particularly Those Involving Custom Scripts Or Complex Configurations.
• Plugin Updates: Keep Jmwe Up To Date By Installing New Versions And Ensuring Compatibility With The Current Version Of Jira.
• Jira Upgrades: Ensure Jmwe Workflows And Scripts Remain Compatible After Jira Or Jsm Upgrades, Testing Thoroughly In A Staging Environment Before Going Live.
adaptavist Plugins
scriptrunner For Jira
• Custom Workflow Conditions And Validators: Expertise Writing Groovy Scripts That Evaluate Specific Fields Or Issue Relationships, Integrating With Jira's Api To Fetch And Manipulate Data, And Applying These Scripts As Workflow Validators Or Conditions.
• Automated Issue Management: Expertise Developing Automation Rules Using Scriptrunner's Built-in Features And Custom Groovy Scripts To Schedule Tasks, Update Issue Fields, Or Trigger Events Based On Specific Criteria.
• Dynamic Field Behaviors: Expertise Writing Scripts To Control Field Visibility And Behavior Dynamically, Ensuring That Forms Adapt In Real-time As Users Interact With Them.
• Custom Jql Functions: Expertise Extending Jira’s Jql Capabilities With Scriptrunner To Write Custom Functions In Groovy That Enable More Nuanced And Powerful Searches.
• Integration With External Systems: Expertise Writing Groovy Scripts To Interact With Rest Apis, Handle Authentication, And Process Responses To Ensure Smooth Integration With Other Tools And Systems.
• Custom Listener Scripts And Jobs: Expertise Developing Event Listeners And Jobs In Scriptrunner That Respond To Jira Events Like Issue Creation, Updates, Or Transitions, And Performing Automated Actions Based On Those Events.
• Advanced Reporting: Expertise Writing Groovy Scripts To Extract, Process, And Display Data In Custom Formats, Leveraging Scriptrunner’s Reporting Capabilities To Create Dashboards Or Exportable Reports.
• Enhanced Security And Compliance: Expertise Writing Scripts That Enforce Organizational Policies, Such As Ensuring That Certain Types Of Data Are Only Accessible To Authorized Users, And Auditing Actions Taken Within Jira.
jira Insight Asset Management (for Jira Service Management)
the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Jira Insight Asset Management.
• Schema Setup: As An Admin, You'll Need To Create And Configure Schemas Based On Your Organization’s Needs. This Involves Defining Object Types, Attributes, And Their Relationships.
• Importing Data: You May Need To Import Asset Data From External Sources, Such As Csv Files Or Third-party Systems, Into Insight Schemas.
• Automation Rules: Set Up Automation Rules To Handle Routine Tasks Like Updating Object Statuses, Sending Notifications, Or Creating Tickets Based On Changes To Objects.
• Integration With Jira Issues: Link Insight Objects To Jira Issues (like Incidents, Problems, Or Service Requests) To Track Asset Usage And History.
• Reporting And Dashboards: Create Custom Reports And Dashboards To Visualize Asset Data And Monitor The Health And Performance Of Your Assets.
6 | P A G E
jira Roles And Permissions / Issue Security (for Jira Service Management)
the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Jira Roles/permissions And Issue Security.
• Role Configuration: Define And Manage Jira Roles Such As Administrators, Project Leads, Developers, And Service Desk Agents. Assign Appropriate Roles To Users And Groups Within Jira Projects To Control Access Levels. Customize Role Permissions To Align With The Specific Needs Of Different Teams Or Departments.
• Permission Schemes: Create And Manage Permission Schemes To Define What Users With Specific Roles Can Do Within A Project (e.g., Create Issues, Edit Issues, Add Comments). Apply Permission Schemes Across Multiple Projects For Consistency In Access Control. Regularly Audit Permission Schemes To Ensure They Reflect The Current Organizational Structure And Security Requirements.
• Access Controls: Implement And Manage Global Permissions, Such As Jira System Administrators, To Restrict High-level Access To Only Authorized Personnel. Use Project Roles To Control Access At The Project Level, Ensuring Users Only Have Access To The Projects They Are Involved In.
• Managing Issue Security: Create And Manage Issue Security Schemes To Control Visibility Of Specific Issues Within A Project. Define Security Levels Within These Schemes To Restrict Issue Access To Certain Users, Groups, Or Roles. Assign Issue Security Levels To Issues Based On Their Sensitivity (e.g., Internal-only, Confidential).
• Customizing Issue Security Levels: Customize Issue Security Levels To Meet Specific Project Needs (e.g., Separating Internal It Tickets From General Service Requests). Set Default Issue Security Levels To Ensure Sensitive Issues Are Automatically Restricted Upon Creation.
• Integration With Ldap/sso: Integrate Jira With Ldap Or Single Sign-on (sso) Solutions For Centralized User Management And Authentication. Manage Role And Permission Mapping Between Jira And External Directory Services.
• Automating Permission Management: Implement Automation Rules Or Scripts To Dynamically Assign Roles And Permissions Based On User Actions Or Issue Status. Use Jira Automation Or Plugins To Automatically Change Issue Security Levels Based On Specific Triggers Or Conditions.
• Handling Permissions For Custom Workflows: Design And Implement Custom Workflows With Specific Transition Conditions That Control Who Can Perform Certain Actions. Ensure That Workflow Conditions And Validators Respect The Permission Scheme And Issue Security Settings.
7 | P A G E
confluence Data Center
the Contractor Shall Provide Support And Have Advanced Working Knowledge And Be Proficient In The Following Areas Of Managing Confluence Data Center Administrative Responsibilities.
installation And Configuration
• Server Setup: Proficient In Installing And Configuring Confluence Data Center Across Multiple Nodes, Ensuring Proper Load Balancing And High Availability.
• Cluster Configuration: Experience With Setting Up And Managing A Confluence Data Center Cluster, Including Configuring Shared File Systems, External Databases, And Other Infrastructure Components.
• Reverse Proxy Configuration: Expertise In Setting Up Reverse Proxies (e.g., Apache, Nginx) For Confluence To Handle Ssl Termination, Caching, And Request Routing.
performance Optimization
• Indexing Management: Managing Confluence’s Indexing Process, Optimizing For Performance, And Troubleshooting Indexing Issues.
• Scaling: Experience In Scaling Confluence Data Center, Adding/removing Nodes, And Optimizing Resource Allocation To Handle Increased Load.
security Management
• Sso Integration: Setting Up And Managing Single Sign-on (sso) Solutions Like Saml, Oauth, Or Ldap Integration For Secure User Authentication.
• Security Auditing: Conducting Security Audits, Ensuring Compliance With Security Policies, And Implementing Necessary Patches Or Configurations To Mitigate Vulnerabilities.
• Permission Management: Expertise In Configuring And Managing Complex Permission Schemes, Ensuring That Access Control Aligns With Organizational Requirements.
disaster Recovery And Backup
• Backup Strategies: Designing And Implementing Robust Backup Strategies, Including Scheduled Backups, Snapshots, And Offsite Storage.
• Disaster Recovery Planning: Developing And Testing Disaster Recovery Plans, Ensuring Minimal Downtime In Case Of A Catastrophic Failure.
plugin And App Management
• App Installation And Configuration: Experience In Installing, Configuring, And Managing Third-party Apps Or Plugins, Ensuring Compatibility And Performance Within The Confluence Environment.
8 | P A G E
• Custom Development: Ability To Develop Custom Scripts To Extend Confluence’s Functionality Based On Organizational Needs.
user Support And Training
• Technical Support: Providing Advanced Technical Support To Resolve Complex Issues Related To Confluence Data Center, Including Performance Issues, Bugs, And User Errors.
• Documentation: Expertise In Creating And Maintaining Detailed Documentation On Confluence Configuration, Processes, And Best Practices For Both Technical And Non-technical Users.
migration And Upgrades
• Version Upgrades: Experience In Planning And Executing Confluence Data Center Upgrades, Including Testing New Versions, Ensuring Compatibility With Existing Plugins, And Minimizing Downtime.
• Data Migration: Expertise In Migrating Data From Other Platforms (e.g., Confluence Server, Sharepoint) To Confluence Data Center, Ensuring Data Integrity And Minimal Disruption.
6. Deliverables: 1. Regular System Maintenance And Updates. 2. User Support And Training Materials. 3. Customized Workflows And Configurations. 4. Integration And Automation Solutions/documentation. 5. Security And Compliance Solutions/documentation. 6. Reports And Dashboards For Performance Monitoring. 7. Incident And Problem Resolution Documentation. 7. Timeline: • The Remote Administration Services Will Be Provided On An Ongoing Basis, With Regular Reviews And Updates To Ensure Continuous Improvement And Alignment With The Organization’s Needs. 8. Evaluation Metrics: • User Satisfaction And Feedback. • System Uptime And Performance Metrics. • Number And Resolution Time Of Support Tickets. • Effectiveness Of Integrations And Automations. • Compliance With Security And Regulatory Requirements. • Quality And Relevance Of Reports And Analytics. 9. Conclusion: This Statement Of Objectives Outlines The Key Requirements And Deliverables For Remote Administration Of The Jira Service Desk And Confluence Data Center Platforms. By Adhering To These Objectives, The Service Provider Will Ensure The Platform Is Effectively Managed And Optimized To Support The Organization’s Service Management.
please See The Attached Statement Of Objectives For A Cleaner Reading Version Of The Information Above.
Closing Date5 Feb 2025
Tender AmountRefer Documents
City Government Iligan Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 , Intend To Apply The Sum Of P 5,972,559.62 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City With Project No. Cb(b)-24-143 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City General Requirements • Permits And Clearances • Facilities For The Engineers • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Obstructions • Clearing / Removal Of Boulders • Uprooting Of Trees Structural Excavation • Excavation Works For Footings, Wall Footings, Zocalo And Tie Beams Gravel Fill • 100mm Thk. Gravel Base For Footings And 50mm Thk. Gravel Base For Wall Footings Concrete Works, Formworks And Scaffolding • Concreting Pouring Using Readymix (3000 Psi) For Footings, Wall-footings, Tie Beams And Columns • Installation Of Formworks And False Works For Columns Beams And Tie Beams • Removal Of Formworks And Falseworks Steel Reinforcements • Installation Of 20mmø Dsb For Columns (c1), Footings (f1), And Tie Beams • Installation Of 16mmø Dsb For Columns (c2) And Footings (f2) • Installation Of 10mmø Dsb For Wall Footings (long Bars And Traverse Bars) Stirrups For Tie Beams And Lateral Ties For Columns Steel Reinforcements • Piling Of 4”thk Chb At 3.70m Height W/ 10mmø Dsb For Vertical And Horizontal Bars Spcd At 0.60m O.c Bothways I. Permit & Clearances (q=1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans, Cutting Of Trees. Ii. Construction Safety And Health Program (q=1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’ X 8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w Nails. Iv. Mobilization & Demobilization (q=1.00 Lot) V. Facilities For The Engineers (q=1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project-in-charge, Technical Personnel To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor: Field Office For The Field Engineer (standard Engineer Field Camp, Office Table And Chair); Laptop Computer For Field Engineer: Processor: 165hz 13th Gen Intel Core I9; Memory: 13900hx/16gb, 2 X 8 Gb, Ddr5; Storage: 4800 Mhz/ 1tb,m.2, Pcle Nvme; Graphics: Nvidia Geforce Rtx 4060, 8gb; Screen: 15.6” Fhd Ips 165hz Vi. Removal Of Structures And Grubbing (q=1.00 Lot) Includes Uprooting, Removal Of Boulders. Vii. Earthworks (q=535.00 Cu.m) Includes Volume To Be Excavated, V=286.00 Cu.m.; Volume To Be Backfilled, V=165.75 Cu.m.; Gravel Bedding, 1-1/2”ø, V=62.11cu.m. Viii. Steel Reinforcements (q=21,326.80kg/s) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6 Dsb, #16 G.i Tie Wire. Ix. Concrete Works, Formworks And Scaffoldings (q=133.10cu.m.) Includes Ready Mix Concrete – (3000 Psi @ 14 Days), 4’x8’x1/4” Thk. Marine Plywood, Coco Lumber (2” X 2” X 10’) – 833 Pcs, Assorted Sized C.w Nails. X. Masonry Works (q=281.64 Sqm.) Includes 4” X 8” X 16” Chb, A = 281.64 Sqm.; Portland Cement; Washed Sand Approved Budget For The Contract (abc): P 5,972,559.62 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Ninety-four (194) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 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 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: November 26, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-143 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: ***a0001 Is Attached*** A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. All Submissions Will Be Evaluated In Accordance With The Evaluation Criteria Listed Herein. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. The Naics Code For This Acquisition Is 541330 And The Applicable Small Business Size Standard Is $25.5m. The Area Of Consideration Is Restricted To A 500-mile Radius Of The Alexandria Va Health Care System (avahcs), 2495 Shreveport Hwy, 71n, Pineville, La 71360, In Which Either The A/e Firm S Primary Or Already Established Auxiliary/satellite Office Must Be Located. Note: The 500-mile Radius Will Be Measured By One Or More Of The Nationally Recognized Commercial Free On-line Mapping Services From The Primary Or Already Established Auxiliary/satellite Office Address To The Above Va Address (shortest Driving Distance Option). In-order To Use The Address Of An Already Established Auxiliary/satellite Office, The A/e Firm Must Have Employees Of Their Firm Who Are Currently (before And At The Time Of Sf330 Submission) Physically Located At The Auxiliary/satellite Office (a Home Of An Employee Does Not Meet The Requirement Of An Auxiliary/satellite Office) And Are On The A/e S Payroll Not Employees Of An Actual Or Proposed Subcontractor Or On The Payroll Of An Actual Or Proposed Subcontractor. Contract Award Procedure: The Proposed A/e Services Will Be Obtained By A Negotiated Firm-fixed Price Contract. Interested Parties Shall Ensure Current Licensing And Have A Current Registration In The System For Award Management (sam) Database At Https://www.sam.gov And The Sba Veteran S Small Business Database At Veteran Small Business Certification (sba.gov) As Well As Have Submitted The Current Cycle Vets-4212 (formerly Called Vets-100) Report Per The Requirements Located At Https://www.dol.gov/agencies/vets/programs/vets4212. Failure Of A Proposed Sdvosb To Be Certified By The Sba At The Time The Sf330 S Are Submitted Shall Result In Elimination From Consideration As A Proposed Contractor. Sdvosb Requirements: In Accordance With Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside, A Service-disabled Veteran-owned Small Business Concern Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government To It To Firms That Are Not Vip Listed Sdvosbs. Design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Shall Not Exceed 6 Percent Of The Estimated Cost Of The Construction Project Not Including Any Fees For Investigative Services, Special Consultant Services That Are Not Normally Available In Organizations Or Architects Or Engineers That Are Not Specifically Applied To The Actual Preparation Of Working Drawings Or Specifications Of The Project For Which The Services Are Required, Costs Of Reproducing Drawings And Specifications, Travel And Per Diem Allowances, Etc. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Qualified Ae Firm Selected To Complete The Design. The Magnitude Of Construction (not Design) Of This Project Is Between $2,000,000 And $5,000,000. Selection Criteria: The Selection Criteria For This Acquisition Are Listed Below. Note: Each Evaluation Factor Below Is To Be Specifically Addressed Not Only Through The Submission Of The Sf330s But Also In Narrative Format To Clearly Show How Each Evaluation Factor Is Formally Addressed. Evaluation Factors Are Listed In Descending Order Of Importance: Professional Qualifications Necessary For The Satisfactory Performance Of Required Services; (far 36.602-1 (a)(1)) Provide Key Personnel, It Is Expected That The Individuals Identified As Key Personnel Will Be Performing Tasks Under The Resulting Contract. Include Resumes For Key Personnel Of Proposed Sub-consultants For All Engineering Disciplines: Electrical, Data Communication, Mechanical, Civil, Structural, Environmental, Interior Design, Leed, Commissioning And Cost Estimating. Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Provide A Minimum Of Five (5) Similar Projects To Include Technical Capabilities In Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Equipment Resources, And Laboratory Requirements For The Firm And Any Proposed Subcontractors. In Addition, Provide Information Concerning The Effectiveness Of The Proposed Project Team (including Management Structure, Coordination Of Disciplines, Subcontractors, And Prior Working Relationships). (far 36.602-1 (a)(2)) Past Performance On Contracts With Government Agencies, State & Local Agencies, And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Provide Information Concerning Superior Performance Ratings On Recently (last 5 Years From Date Of Qualification Submission For This Project) Completed Va Projects. (equivalent Medical/hospital Facility) As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. Provide Information Concerning Any Claims Against The Firm Because Of Any Issues To Include Improper Or Incomplete Architectural And Engineering Services. Identify Post-award Construction Services Previously Performed To Include: (a) Experience In Professional Field Inspections During The Construction Period, (b) Reviews Of Construction Submittals, (c) Support In Answering Requests For Information During The Construction Period, And (d) Support Of Construction Contract Changes To Include Drafting Statements Of Work And Reviewing/providing Cost Estimates. Capacity To Accomplish The Work In The Required Time To Include The Available Capacity Of Key Disciplines To Perform The Work (in The Required Time). Include Current Workload, Projected Workload For The Next 12 Months, And Key Personnel S Availability Over The Next 12 Months. Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project (to Include Knowledge Of Geological Features, Climate Conditions, And Local Construction Methods That Are Unusual Or Unique).â Explain How Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project Was Obtained. Identification Of, And Commit To, The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. List Percentage Of Work To Be Performed By Sdvosbs And Other Size Businesses To Be Utilized Subcontractors. List Percentage Of Work To Be Performed By Sdvosbs And Other Size Businesses To Be Utilized. Submittal Requirement: This Project Is A 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (dec 2009). All Original Standard Form (sf) 330 Packages And Narrative Information Shall Be Submitted By Email Only To Jb Herbst At The Following Email Address: Jennings.herbst@va.gov All Sf 330 Submissions Shall Be Clearly Marked With The Subject Line Displaying The Solicitation Number 36c25623r0084. The Sf330 May Be Downloaded From Www.gsa.gov/forms. Completed Sf330 S Shall Include The Primary Firms, Subcontractor Firms, And Any Consultants Expected To Be Used On The Project. All Submissions Shall Be In Black And White No Color Submissions Please. Firms That Meet The Requirements Listed In This Announcement Are Invited To Submit An Email Copy Of The Completed Sf330 Including Parts I And Ii As Described Herein To The Above Email Address No Later Than 2:00pm Local (ct) On Thursday, 07/14/2023. Late Submission/proposal Rules Found In Far 15.208 Will Be Followed For Submittals/proposals Not Received By The Exact Date And Time Listed Above So Please Do Not Wait Until The Last Minute To Submit Your Sf330s Qualification Packages In The Event Of A Firm S Email Or Internet Connectivity Issues Which Are Not Considered To Be Excusable Delays. Interested Firms Shall Address Each Of The Seven (7) Selection Criteria In Their Sf330 S And Additional Documents/submittals. Interested Firms Shall Limit The Narrative Information To Support All Seven (7) Evaluation Factors To Ten (10) Pages Total (beyond The Sf330s). Any Additional Narrative Information Past Ten (10) Pages Total Will Not Be Considered. Failure To Provide Narrative Information To Support Each Of The Seven (7) Evaluation Factors May Negatively Affect The Interested Firms Factor(s) Rating And Subsequently Their Overall Rating And Standing. This Is Not A Request For Proposal. There Are No Solicitation Documents Available. This Is A Request For Sf330 S Architect/engineer Qualifications Packages Only. Any Requests For A Solicitation Will Not Receive A Response. This Requirement Is Subject To Availability Of Funds.
Closing Date8 Jan 2025
Tender AmountRefer Documents
ILOILO STATE UNIVERSITY OF FISHERIES SCIENCE AND TECHNOLOGY Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Price Quotation Validity: 60 Calendar Days Contract Title: Supply And Delivery Of Ict Equipment And Accessories For The 1st Quarter Approved Budget For The Contract: Php 658,640.00 Contract Duration: 30 Days We May Purchase Any Or All Articles Listed In Accordance With Section 53.9 Of The Revised Irr Of R.a. 9184, In Case Your Offer Would Be Considered Just And Advantageous To The Government. If The Brand Or Kind Of Materials Is Specified, Offer Should Be For That Brand Or Kind Only. If The Brand Is Not Available In Your Stock For Immediate Delivery, State The Brand You Can Offer, Or Alternative May Be Accepted. Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1 1 Unit Slim Type Laptop (branded) Ultra 7 258v, 8c (4p + 4lpe) / 8t, Max Turbo Up To 4.8ghz, 12mb Ai Pc Copilot+ Pc | 32gb Soldered Memory, Not Upgradable | 1tb Ssd M.2 2242 Pcie® 4.0x4 Nvme® | 15.3inch 2.8k Wqxga+ (2880x1800) Ips 500nits Glossy / Anti-fingerprint, 100% Dci-p3, 100% Srgb, 120hz, Eyesafe®, Dolby Vision®, Displayhdr 400, Glass, Touch, Tcon | Integrated Intel® Arc Graphics 140v | Wlan + Bluetooth Wi-fi® 7, 802.11be 2x2 + Bt5.4 | Windows 11 Home Processor: 8-cores, 8-threads, 12 Mb Cache, 2.2ghz Performance-core Base Frequency, 4.8ghz Max Turbo Frequency Ai Pc Category Copilot+ Pc Npu: Integrated Intel® Ai Boost, Up To 47 Tops Graphics: Integrated Intel® Arc Graphics 140v Chipset: Intel® Soc Platform Memory: 32gb Soldered Lpddr5x-8533, Mop Memory Memory Slots: Memory Soldered To Systemboard, No Slots, Dual-channel Max Memory: 32gb Soldered Memory, Not Upgradable Storage: 1tb Ssd M.2 2242 Pcie® 4.0x4 Nvme® Storage Support: One Drive, Up To 1tb M.2 2242 Ssd Storage Slot: One M.2 2242 Pcie® 4.0 X4 Slot Card Reader: None Optical: None Audio Chip: Sound Wire, Cirrus Logic Cs42l43 Codec Speakers: 4 Stereo Speakers, 2w X2 (woofers), 2w X2 (tweeters), Optimized With Dolby Atmos®, Smart Amplifier (amp) Camera: Fhd 1080p + Ir With E-shutter, Tof Sensor Microphone: 4x, Array Battery: Integrated 70wh Power Adapter: 65w Usb-c® (3-pin) Design Display: 15.3inch 2.8k Wqxga+ (2880x1800) Ips 500nits Glossy / Anti-fingerprint, 100% Dci-p3, 100% Srgb, 120hz, Eyesafe®, Dolby Vision®, Displayhdr 400, Glass, Touch, Tcon Touchscreen: In-cell, 10-point Multi-touch Color Calibration: Tcon Color Calibration Keyboard: Backlit, English Touchpad: Buttonless Glass Surface Multi-touch Touchpad, Supports Precision Touchpad (ptp), 80 X 135 Mm (3.15 X 5.31 Inches) Case Color: Luna Grey Surface Treatment: Aluminium Stamping (anodized With Sandblasting) Case Material: Aluminium (top), Aluminium (bottom) Pen: Pen Not Supported Dimensions (wxdxh) 343.8 X 235.4 X 13.9 Mm (13.54 X 9.27 X 0.55 Inches) Weight Starting At 1.53 Kg (3.37 Lbs) Software Operating System: Windows® 11 Home, English Bundled Software: Microsoft Office Home & Student 2021 Connectivity Ethernet: No Onboard Ethernet Wlan + Bluetooth Wi-fi® 7, 802.11be 2x2 + Bt5.4 Wwan Non-wwan Standard Ports 1x Usb-a (usb 5gbps / Usb 3.2 Gen 1) 2x Usb-c® (thunderbolt 4 / Usb4® 40gbps), With Usb Pd 3.1 And Displayport 2.1 1x Hdmi® 2.1, Up To 4k/60hz 1x Headphone / Microphone Combo Jack (3.5mm) Security Chip Fingerprint Reader: Microsoft® Pluton Tpm 2.0 Enabled Other Security: None Ir Camera For Windows® Hello (facial Recognition) E-shutter Service Base Warranty 1-year, Courier Or Carry-in Included Upgrade: 3y Premium Care -ipprem (ess) Accessories Bundled Accessories: None Certifications Green Certifications: Carbon Neutral Certified Energy Star® 8.0 Epeat Gold Registered Erp Lot 6/26 Rohs Compliant Other Certifications: Intel® Evo Platform Eyesafe® Certified 2.0 Tüv Rheinland® Low Blue Light (hardware Solution) Mil-spec Test Mil-std-810h Military Test Passed (21 Test Items) 2 7 Unit Multi-function Printer (branded) Functions: Print-copy-scan-adf-wifi A4 Print Speed Up To 17 Ipm (black)/ 16.5 Ipm (colour) Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0 Auto 2-sided (duplex) Printing, 20 Sheets Auto-document Feeder (adf), 1-line Lcd Full Ink Bottles Included. Yield Up To 7500/5000 Pages (black/colour) Compatible With Mobile Connect App 3 6 Unit All-in-one Desktop Computer (branded) Cpu: Intel Core I9-11900h @ 2.50ghz (embedded Processor) Ram: 16gb Ddr4 3200 Storage: 512gb M.2 Nvme Integrated Hd Graphics Display: 24 Inches Applicable For Rotation Ports: Speaker Out, Mic In, 4 X Usb 3.0, 1 X Hdmi, 1 X Vga + 2 Usb 2.0 (side) Power Adapter: 19v 6.32a 120w (input 100v~240v 50~60hz Dc 19v 6.32a/120w) Wifi: Built-in Dual Band Ac 3165/bluetooth 4.2 Audio Built-in Speakers Ups: 650va With Avr Function 4 1 Unit Laptop (branded) Processor: Propessor Speed, 12-threads, 12mb Cache Memory: 8gb Of Sdram Ddr5 System Memory Storage: 512gb Nvme Ssd Display: 14.0inch Display With Ips (in-plane Switching) Os: License Windows 11 Home Camera: Fhd Camera Input & Output: 1x Usb Type-c Port Supporting: Usb 3.2 Gen 2 (up To 10 Gbps) Displayport Over Usb-c Usb Charging 5 V; 3 A Dc-in Port 19 V; 65 W 3x Usb Standard-a Ports Supporting 3.2 Gen 1 1x Hdmi 1.4 Port With Hdcp Support 1x Microsd Card 1x 3.5 Mm Headphone/speaker Jack, Supporting Headsets With Built-in Microphone Connectivity: Bluetooth 5.1 Wifi 6 Battery: 45.6 Wh 2-cell Li-ion Battery Warranty: 2 Years Warranty Total Warranty: Delivery Period: 30 Days After Sales Services: The Significant Requirements, Place, Time And Deadline Of Procurement Activities Are Shown Below; 1. Issuance Of Rfq (downloadable At Philgeps): February 7, 2025 @9:00am 2. Deadline Of Submission & Receipt Of Quotation: February 10, 2025 @9:00am 3. Opening Of Rfq: February 10, 2025 @9:00am 4. Prospective Bidders Should Submit The Following Documents Together With Their Quotation: A. Philgeps Certificate Of Registration B. Business/mayor's Permit C. Sec/dti Registration D. Tax Clearance Certificate/bir Certificate Of Registration. E. Omnibus Sworn Statement Approved By: Chito John J. Colonia Chairman, Bids And Awards Committee
Closing Date10 Feb 2025
Tender AmountPHP 658.6 K (USD 11.3 K)
Bureau Of Fisheries And Aquatic Resources Region Xii Tender
Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Laptop (i5) 2 Units ₱90,000.00 Intel® Core™ I5-1155g7 Display: 15.6" Fhd (1920x1080) Memory: Ddr4 8gb (3200mhz) Storage: 512gb Nvme Pcle Ssd Os: Windows 11 Home Connectivity: Hdmi,dp,type-c,usb Port System Type: 64-bit Video Graphics: Intel® Iris® X E Graphics Monitor 27" Fhd Smart Monitor W/ Mobile Connectivity 1 Unit ₱20,000.00 Resolution: 1920 X 1080 Aspect Ratio: 16:9 Connectivity: Built-in Wifi & Bluetooth 60 Hz, 2 Hdmi Port Usb Hub: 2 Port Connect To Share With Speaker Connect To Share With Speaker Color: White Optical Usb Mouse 2 Pieces ₱1,200.00 Keyboard 2 Pieces ₱1,300.00 Mouse Pad 2 Pieces ₱1,200.00 Mouse (wireles) 6 Pieces ₱12,960.00 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Adlx65ccgu28 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Tpn-la15 Keyboard 3 Pieces ₱12,648.00 Specification: Rgb Keyboard Mouse Mat (xxl) 6 Pieces ₱9,420.00 16 Gb Ddr4 3200mhz Fury Beast Rgb(1x16gb) Memory Module 1 Unit ₱3,055.00 Cpu Cooler Fan (black) 1 Unit ₱2,340.00 Specification: Cooler Master Hyper 212 Argb Internal Drive 3 Units ₱8,385.00 Specification: Ssd 480gb 3 2.5" Solid State Drive Sata Graphics Card 1 Unit ₱11,050.00 Specification: Core 15-12400 Desktop Processor 6 Cores Threads Alder Lake Lga1700 Processor 8gb Ddr4 3200mhz Fury Beast Ram 2 Units ₱3,250.00 Cpu 2 Units ₱23,390.00 Specification: Core 15-2400 Desktop Processor 6 Cores 12 Threads Alder Lake Lga 1700 Processor Motherboard 2 Units ₱12,298.00 Prime H610m-k Ddr4 / Ddrs Lga 1700matx Power Supply 2 Units ₱5,460.00 Sst-st50f-es230 500w 80+true Rated Power Storage 480gb 2 Units ₱5,590.00 A400 Ssd 480gb 3 2.5" Solid State Drive Sata Cpu Cooler 2 Units ₱1,190.00 Tw-003 Hydro Bering Cpu Air Cooler Case S100 Tempered Glass Micro Chasis 2 Units ₱6,500.00 Mx-22 21.5" 1920 X 1080 Tn 75hz 7ms Monitor 2 Units ₱6,500.00 Ups 650va 2 Units ₱4,300.00 Powerbank Specifications: 20,000 Mah Portable Water Station 1 Unit ₱38,400.00 Specification: Sizeable 768wh Capacity And 800w Output Provide Upto 1.8kwh A Day With Solar Charging Fastest Recharge 0-100% In Only 70 Min Safest Lfp Battery Provides 10 Years Of Use X-boost Output To 1600w And Run 80% Of High Wattage Appliances 4 Ways To Charge: Ac, Car, Solar, And Usb-c Lightweight At Only 7.8kg Smart App Control With Bluetooth Or Wi-fi Drone 1 Unit ₱49,999.00 Specification: Up To 4k60p Video & 48mp Row Stills Tri-directional Obstacle Avoidance Regulation-friendly 8.8 Oz Weight Up To 34 Minutes Of Flight Time Rotating Gimbal For Vertical Shooting Slow Motion Video At Full Hd 1080p120 Upto 7.5 Mile Range With Ocusync 3 Focustrack Subject Tracking System Foldable Design For Easy Travel/storage Drone Battery 2 Pieces ₱8,640.00 Specification: Inteligent Flight Battery Backpack For Drone 1 Piece ₱16,200.00 Specification: Fits Pro Mirrorless Or Dslr With 70-200mm, 4-5 Extra Lenses Maxfit Divider System For Maximum Capacity & Snug Protective Fit Travel Friendly: Stowable Shoulder Straps, Removable Waist Belt 256gb Micro Sd Card 2 Pieces ₱6,300.00 Lens (16/64/256) 1 Pieces ₱5,600.00 Landing Pad 50cm Waterproof 1 Piece ₱950.00 Propeller (pair) X 2 Screws X 12 Diameter X Tread 2 Pieces ₱1,020.00 Phitch: 6.0 X 3.0 Inches Weight (each): 0.9 Grams Charging Hub 1 Piece ₱3,000.00 Wifi 6 Bluetooth 5.0 Pcie Adapter 5 Pieces ₱13,000.00 Specification: Unrivalled Wifi 6 Speed- Breaks The Gigabit Barrier With Speed Up To 2402 Mbps (5ghz) + 574 Mbps (2.4 Ghz) Reliable Connections-intel® Wi-fi 6 Chipest Brings Faster And Clearer Wi-fi To Fully Unlock The Potential Of Your Wi-fi 6 Router Luetooth 5.0 Rj45 Connector Cat6 200 Pieces ₱1,600.00 Rj45 Crimp Tool Kit 1 Set ₱1,600.00 Eight In One Docking Station Dmi Mode 100mbps Network Port 7 ₱4,550.00 Specifications: 100mbps Network Port High Speed Transmission Pd Power Supply Sd/tf High Definition Image Quality 7 Ports Led Usb 2.0 Adapter Hub Power On/off Switch For Pc Laptop Computer 3 ₱600.00 Solid State Drive (ssd) 1tb 3 ₱12,000.00 Powershared 10ml 9l Micro Cut Shredder 1 ₱24,200.00 Specification: Shreds 10 Shets Of Paper At A Time Into 1x12mm Micro-cut Particles (security Level P-5) That's 2000+ Particles Per A4 Sheet Safety Lock Manually Disables The Shredder To Prevent Accidental Activation Shreds Non-stop For Up To 10minutes 19l Pull-out Bin For Easy Disposal Of Paper Waste Shreds Staples And Credit Cards Xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx General Conditions: 1. All Entries Must Be Typewritten And Legible; *** 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec; Lgu; Dti; Cda, Etc.); 4. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: * Your Company Name * Pr No. * Rfq No. * Philgeps Reference No. 5. Delivery Period Must Be At Least Within Seven (7) Calendar Days Upon Receipt Of The Notice Of Award/ Purchase Order (indicate Days Of Delivery In The Bidder’s Certification Box); 6. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 7. Price Validity Shall Be For A Period Of Three (3) Months; 8. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract (abc); 9. Transactions With Bfar Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment; 10. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal. 11. Terms Of Payment: At Least Thirty (30) Days Upon Effectivity Of Purchase Order.
Closing Date21 Jan 2025
Tender AmountPHP 470.1 K (USD 8 K)
PHILIPPINE SPORTS COMMISSION Tender
Software and IT Solutions
Philippines
Details: Description Supply And Delivery Of Various It Equipment For Philippine Sports Commission Background The Philippine Sports Commission (psc) Provides Leadership, Formulates Policies, And Sets Priorities And Direction For All Amateur Sports Promotion And Development, Particularly Emphasizing Grassroots Participation. To Effectively Carry Out Its Responsibilities And Current Workload, The Psc Recognizes The Importance Of Equipping Its Workforce With Essential Tools To Ensure Efficient And Accurate Service Delivery. As Such, The Information Systems Unit (isu) Performed A Thorough Evaluation Of The Current State Of The It Equipment Of The Agency And Consolidated The Requirements Of Various Offices Of The Commission, Particularly In Its Main Office In Manila And Satellite Office In Pasig, Baguio, Cebu, And Davao. Objectives • To Replace The Defective, Unserviceable, And Obsolete It Equipment Of The Agency. • To Acquire Up-to-date, Reliable, Dependable, And Efficient Devices; And • To Improve Office Productivity Through Appropriate It Tools Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Deliver, Install, And Configure The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users. 5. Shall Provide Onsite Service/remote Assistance For 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Free Of Charge. 6. Shall Provide Appropriate Administrator Training To The Information Systems Unit And End-user Training. 7. Shall Submit A Certificate Of Authorized Reseller/distributor From The Brand For Items 1,2,3,4,6,7. 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700(33 Mb Cache,20 Cores,28 Threads,2.1 Ghz To 5.4 Ghz,65w) Or Equivalent • Thermal Cooling Standard Cpu Air Cooler • Intel Rapid Storage Technology Driver Or Equivalent • Memory 16gb:1x16 Gb, Ddr5,4400mt/s, Non-ecc • Intel Integrated Graphics Or Equivalent • Storage C2:m.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm,3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • Raid Connectivity • Power 300w Platinum Internal Power Supply (80 Plus Platinum Certified) • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018 Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower • With Additional Software • Windows 11 Pro Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Built-in Devices: Usb 3.2 Gen 1 Hub • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Brightness: 250 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Horizontal Viewing Angle: 178° • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Dell Comfort View Plus • Weight: 10.65lbs • Dimensions (wxdxh): 19.2 In X 7.1 In X 19 In - With Stand • Color Support: 16.7 Million Colors • Response Time: 5 Ms (gray-to-gray Fast), 8 Ms (gray-to- Gray Normal) • Viewable Size: 21.5" • Connectivity (interfaces) Displayport, Vga, Hdmi, Usb 3.2 Gen 1 Upstream And 4 X Usb 3.2 Gen 1 Downstream • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays 8, Tco Certified Edge Displays • Epeat Gold • Energy Star Certified • Cables Included: 1 X Displayport Cable - Displayport To Displayport - 6 Ft And 1 X Usb 3.2 Gen 1 Upstream Cable • Compliant Standards: Rohs, Nfpa 99, Displayport 1.2, Bfr-free, Hdcp 1.4, Pvc-free Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • With 1000w (80 Plus Platinum) Psu • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • External Antenna For Ax211 • Wired Keyboard • Wired Mouse Black • Premier Color 6.2 • Energy Star Qualified • Epeat 2018 Registered (gold) • Precision Tpm • Wlan Ax211 Wireless Card Driver • Document For Mui (english, Khemer, Bahasa Indonesia, Arabic, Spanish) • Quick Setup Guide • Precision Configuration • Shipping Material (apcc) • Mod, Shp Mtl, Pws, Rota, Bb, Apcc • Regulatory Label, 1000w Apcc • Intel I9 Processor Label Or Equivalent • Internal Speaker • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • Operating System: Windows 11 Pro, English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of High-end Desktop Computers / Item No.3 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840x 2160 At 60hz • Brightness: 350 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus • Weight: 15.9lbs • Diagonal Size: 26.96” • Contrast Ratio: 1000:1 / 1000:1 (dynamic) • Backlit Technology: Wled Edge Light Backlight • Dimensions (wxdxh): 24.1 In X 7.3 In X 21.1 In - With Stand • Interfaces: Hdmi (hdcp 2.3), Displayport 1.4 (hdcp 2.3), Usb-c 3.2 Gen 1 Upstream (power Up To 90w), 4x Usb 3.2 Gen 1 Downstream, Lan (rj-45) • Input Voltage Ac100-240 V (50/60hz) • Power Consumption (on Mode) 26 W • Power Consumption (typical) 169 Watt • Power Consumption Stand By 0.2 Watt • Power Consumption Sleep 0.3 Watt • Power Consumption (off Mode) 0.2 Watt • On/off Switch Yes Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English, French, Spanish • Graphics Card: Intel Iris Xe Graphics Or Equivalent. • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Stand: Triangle Stand • Wireless Keyboard And Mouse - Km5221w English – Black • Color: Dark Shadow Gray With Molded Cover Ports • 1 Usb 3.2 Type-c Gen 2 Port • 3 Usb 3.2 Gen 1 Ports With Power On/wake-up Support • 1 Hdmi-out 1.4b / Hdcp 2.3 Port • 1 Hdmi-in 1.4b / Hdcp 1.4 Port • 1 Power-adapter Port 1 Rj45 Ethernet Port • 1 Usb 3.2 Gen 2 Port With Powershare • 1 Universal Headset Jack Slots • 1 M.22230 / 2280 Slot For Pcie Solid State Drive 1 M.2 2230 Slot For Wi-fi And Bluetooth Combo Card • 1 Sata 3.0 Slot • 1 Sd-card Slot Dimensions & Weight Without Stand: • Height: 14.11 In. (358.50 Mm) • Width: 21.36 In. (542.7 Mm) • Depth: 1.58 In. (40.20 Mm) • Starting Weight: 11.55 • Lbs. (5.24 Kg) With Isosceles Stand: • Height: 16.21 In. (411.91 Mm) • Width: 21.36 In. (542.72 Mm) • Depth: 7.90 In. (200.70 Mm) • Starting Weight: 11.55 Lbs. (5.24 Kg) • Camera: 1080p At 30 Fps, Fhd Rgb+ir Camera • Audio And Speakers Stereo Speakers With Waves Maxxaudio Pro 12, 5 W X 2 = 10 W Total • Wireless: Wi-fi 6e Ax211, 2x2, 802.11ax, Bluetooth Wireless Card Power: 90 W Ac Adapter, 4.5mm Barrel Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi Wifi 6e (802.11ax)6 Bluetooth Bluetooth 5.3 • Camera 1080p Facetime Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvdia Mx570 Discrete Graphics Or Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Single Pointing Keyboard, No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable • English Us Non-backlit Ai Hotkey Keyboard, 79-key • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Wireless Realtek 8852be Wlan Driver Mod-srv + Bluetooth Wireless Card • Energy Star Qualified • Document For Mui (english, Khemer, Bahasa, Indonesia, Arabic, Spanish) • Quick Start Guide • Additional Software (same Brand) • Laptop Bottom Door, Discrete Graphics • 65w Ac Rugged Adapter, 4.5mm Barrel, E4 • E4 Power Cord 1m For Us • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone • Epeat 2018 Registered (silver) • Intel Rapid Storage Technology Driver Or Equivalent Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or Equivalent • Memory: 32gb Ram Max 96gb Ddr5- 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type • (30fps@720p) 3d Noise Reduction (3dnr) • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 • Ac Adapter: 280w Adapter • Color: Cosmos Gray Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. Document Scanner • Type: Desktop Sheet-fed Scanner • Scanning Speed: 45 Ppm (simplex) / 90 Ipm (duplex) Greyscale, 30 Ppm (simplex) / 60 Ipm (duplex) Colour • Scanning Element: Contact Image Sensor (cis) • Light Source: Led • Scanning Side: Simplex / Duplex • Scanning Modes: Black And White, Error Diffusion, 256- Level Greyscale, Advanced Text Enhancement, Advanced Text Enhancement Ii, 24-bit Colour • Scanner Features: Folio Scanning, Double Feed Detection Ignore, 2d / Barcode • Output Resolution*2 100, 150, 200, 240, 300, 400, 600 Dpi • Suggested Daily Volume: 4,000 Scans A Day Document Size • Plain Paper: Width: 50.8 To 216 Mm Length: 54 To 356 Mm (up To 3,000 Mm Long With Long Document Mode) • Business Card: 50.8 X 85 Mm Or Larger • Card (iso Standard) 54 X 86 Mm • Document Thickness And Weight • Plain Paper: Page Separation: 27 To 209 G/m2 (0.04 To 0.25 Mm) Non-separation: 27 To 255 G/m2 (0.04 To 0.3 Mm) • Business Card: 380 G/m2 (0.45 Mm) Or Smaller • Card: 1.4mm Or Smaller Connectivity And Software • Interface: Usb2.0 • With Bundled Software Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 2. Shredder • Cross-cut Paper Shredder • 12(a4), 8(a3) Sheets Capacity • Shred Speed: 3mpm • Cut Size: 3x28mm; Throat Width: 310mm • Bin Capacity: 30 Liters; Auto Feed/stop/reverse • With Thermal Overload Protection • Power Supply: 220v, 60hz • Power Consumption: 500 Watts • Dimensions: W450 X 325d X H675mm • Net Weight: 24kg • Can Shred Paper Clips/staples/ Cards/cd`s • Safety Cut-out Others: • Auto Start And Stop • Auto Reverse To Prevent Paper Jam • Thermal Overload Protection • Safety Cut-out When Doors Open • Accepts Clips, Staples, Credit Cards And Cds • With Casters Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • Compact Integrated Tank Design • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • Seamless Setup Via Smart Panel • With 1.44” Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Automatic 2-sided Printing: No • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Compact And Durable Ecological Design • Easy Operation With Smart Panel With Print Head Cleaning Notification • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Trays: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper : 64-90 G/m2, Photo Paper • : 102 - 300 G/m2 • Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Dimensions (w X D X H):498mm X 358mm X 165mm • Weight:6.4kg • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Print Direction: Bi-directional Printing • Maximum Resolution: 4800 X 1200 Dpi • Minimum Ink Droplet Volume:3.3 Pl Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd • Dimensions (w X D X H): 430 X 418 X 287mm • Weight 12.8 Kg • Print Speed (a4) : Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/ 10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi (equivalent) • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Warm Up Time (from Power On): 13 Sec Or Less Available Paper Size For Auto Duplex Print - • Print Margins 5mm - Top, Bottom, Left And Right (envelope: 10mm) • Print Features Poster, Booklet, Watermark, Page Composer, Toner Saver • Supported File Format For Usb Direct Print Jpeg, Tiff, Pdf Paper Handling - Paper Input (based On 80g/m²) • Standard Cassette 250 Sheets • Multi-purpose Tray 1 Sheet • Maximum Paper Input Capacity 251 Sheets • Paper Output 100 Sheets Paper Sizes • Standard Cassette A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Types Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope • Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² Connectivity & Software - Standard Interfaces • Wired Usb 2.0 High Speed, 10base-t/100base- Tx/1000base-t • Wireless Wi-fi 802.11b/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Minimum Ink Droplet Volume: 3.8 Pl • Print Direction: Bi-directional Printing • Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Dimensions (w X D X H):515 X 500 X 350mm • Weight:20.7kg • Usb:usb 2.0 • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Paper Handling • Paper Feed Method: Friction Feed • Number Of Paper Trays: 3 (front 2, Rear 1) • Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", • 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 • Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / • 12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / • 9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / • 6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / • 5.0 Ipm *2 • Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To • 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets Lcd Control Panel • Lcd Screen:4.3” Colour Lcd Touch Screen With Software Support, Mobile And Cloud Solutions Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days
Closing Date15 Jan 2025
Tender AmountPHP 32.6 Million (USD 559.2 K)
Government Of New Brunswick Tender
Machinery and Tools
Canada
Details: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Where It Is Deemed Practicable And In The Best Interest Of The Province A Contract May Be Awarded To More Than One Supplier For The Same Item Or Group Of Items. No Totals Required. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. Contract For The Supply And Delivery Of North American Approved Oem Off Brand And After Market Parts, Light Duty Application For Automotive And Truck Up To And Including 1 Ton. This Is Not A Contract For Rebuilt Products But A Contract For Genuine New Or Genuine Remanufactured Products That Are Re-engineered To Like-new Condition And Meet Or Exceed Oem Expectations. Vendors Are Asked To Carefully Read All Attachments Associated With This Invitation To Tender Prior To Submitting A Bid. For The Purposes Of This Contract, The Term Pnb Represents The Province Of New Brunswick. Effective January 1, 2025 Through November 30, 2026 With The Option To Renew For One Additional Year. Evaluation Criteria The Province Intends To Award Contract To The Supplier With The Best Combination Of Product Coverage, Price And Delivery, In The Best Interest Of The Province. More Than One Supplier May Be Awarded Partial Contract Depending On Competitive Bid. To Determine The Most Competitive Bid, The Evaluation Criteria Breakdown Is As Follows: 1. 50% Pricing Structure 2. 25% Distribution 3. 25% Product Availability This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Contract Of Supply To Be Delivered As And When Required For The Period Indicated Upon Receipt Of An Official Release Under Contract. The Province Of N.b. Does Not Guarantee That Any Amount, Make, Model, Brand, Item, Part Or Service Will Be Purchased. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. A Bidder Must Obtain Official Bid Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bids (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Failure To Submit The Official Bid Documents Or Provide Proof That The Official Bid Documents Were Properly Obtained Will Result In Rejection Of The Bid. In Order To Facilitate The Evaluation Process, Bidders Are Requested To Respond In The Same Format As The Official Bid Documents. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick Or The Atlantic Region. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; B) Secondly, New Brunswick Vendors; And C) Thirdly, Atlantic Suppliers. The Preference Will Be Applied Based On The Price Differential Between The Lowest Acceptable Bid And The Bid Receiving Preferential Treatment. Unless Otherwise Indicated, There Shall Be No Limit On The Price Differential Under Which A Preference May Be Applied. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. All Discounts Quoted Will Be Considered To Be Without Limitations. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf This Procurement Is Subject To The World Trade Organization Agreement On Government Procurement. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. No Totals Required. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation.
Closing Date7 Jan 2025
Tender AmountRefer Documents
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Laboratory Equipment and Services
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs.
background
the National Institute Of Standards And Technology (nist), Physical Measurement Laboratory (pml), Microsystems And Nanotechnology Division (mnd), Chips R&d Program (https://www.nist.gov/chips/metrology-community) As Part Of The Chips Act Activities, Requires A Singly-resonant, Continuous Wave Optical Parametric Oscillator. The Microsystems And Nanotechnology Division Advances Nanofabrication Technologies And Uses Them To Develop Innovative Integrated Measurement Microsystems. This Optical Parametric Oscillator Allows For The Spectral Translation Of Near-infrared Laser Light Into The Mid-infrared Spectral Region. The Mid-infrared Region Contains Strong Absorption Features Of A Wide Variety Of Atomic And Molecular Species Of Interest To The Chemistry And Physics Communities. A Singly-resonant, Continuous Wave Optical Parametric Oscillator Is Well Suited For This Type Of Spectroscopy Due To Its Wide Tunability, High Optical Power, Narrow Linewidth, And The Ability To Translate Modulation With High Fidelity. In Order To Measure The Wavelength Of The Pump, Signal, And Idler Beams Which The Optical Parametric Oscillator Emits We Require A High Accuracy Wavelength Meter.
nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements:
the System Must Run Off 120 V Power (i.e., Standard Usa Power).
the Wavelength Meter Must Be Able Of Measuring Wavelengths Between 1050 Nm And 2150 Nm (in Order To Cover The Range Of Pump And Signal Wavelengths Of The Optical Parametric Oscillator).
the Wavelength Meter Should Be Designed To Measure Continuous Wave Optical Inputs.
the Wavelength Meter Should Be Fiber Coupled And Allow For Fibers With Fc/apc Or Fc/pc Connectors.
the Wavelength Meter Should Allow For Usb Connection To An External Computer.
the Wavelength Should Allow For Multichannel Operation Where Both The Signal Beam (1450 Nm To 2150 Nm) And The Pump Beam (1050 Nm To 1070 Nm) Can Be Measured Without Adjusting Any Fibers Or Connections. In Addition This Multichannel Operation Should Be Automatic Without The Need For User Intervention Or The Programming Of New Software By The User.
optical Powers Less Than 1 Mw Should Be Required To Reach The Specifications Listed Here.
the Wavelength Meter’s Accuracy Should Be Better Than 300 Mhz.
no External Reference Laser Should Be Required To Reach These Specifications.
the Measurement Rate Should Be At Least 100 Hz.
the Wavelength Meter Should Allow For The Display Of The Associated Interferogram In Order To Assess The Optical Parametric Oscillator’s Output State.
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following:
manufacturer Name
model Number
technical Specifications
if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s)
describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response.
discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization.
identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive.
state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured.
identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline.
for The Naics Code Listed In This Notice:
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance.
describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available.
state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase.
state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services.
if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address.
provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement.
state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
nist 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 Capability.
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 Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s).
thank You For Taking The Time To Submit A Response To This Request!
Closing Date24 Jan 2025
Tender AmountRefer Documents
8241-8250 of 8396 archived Tenders