Drone Tenders

Drone Tenders

Indian Army Tender

Goods
Aerospace and Defence
GEM
India
Description: CATEGORY: Drone simulators
Closing Date20 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Description: Combined Synopsis/solicitation For Commercial Products And Commercial Services general Information Title: Spectrum Analyzer Document Type: Combined Synopsis/solicitation Solicitation Number: Fa875125q0035 Posted Date: 27 February 2025 Original Response Date: 06 March 2025 Current Response Date: 06 March 2025 Classification Code: 6625 Set-aside: Total Small Business Naics Code: 334515 contracting Office Address department Of The Air Force, Air Force Materiel Command, Afrl – Rome Research Site, Afrl/information Directorate, 26 Electronic Parkway, Rome, Ny, 13441-4514 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation (paper Copy) Will Not Be Issued. Further, Offerors Are Responsible For Monitoring This Site For The Release Of Amendments (if Any) Or Other Information Pertaining To This Solicitation. solicitation Fa875125q0035 Is Issued As A Request For Quote (rfq). this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 And Defense Federal Acquisition Regulation Supplement Change Notice (dcn) 20240326. see Https://www.acquisition.gov/ For The Full Text Of All Provisions And Clauses Incorporated By Reference Herein. this Procurement Is Being Issued As A Total Small Business Set Aside Under Naics Code 334515 And Small Business Size Standard Of 750 Employees. the Contractor Shall Provide The Following Items On A Brand Name Or Equal Firm Fixed Price Basis Including The Cost Of Shipping Fob Destination: fpl1000 Signal And Spectrum Analyzer fpl1026- Spectrum Analyzer 5 Khz To 26.5 Ghz -148 Dbm To +30 Dbm resolution Bandwidth 1 Hz To 10 Mhz 10.1 In Multi-touch Screen qty 1 fpl1-b11- Microwave Preselector Bypass For Wide Analysis Bandwidths At Center Frequency > 6 Ghz (software License) qty 1 fpl1-b40- Extension To 40 Mhz Signal Analysis Bandwidth (software License) (for Use In Znl, Znlx-b1 Is Required) qty 1 the Following Specifications Must Be Met: required Specifications: frequency Range: Greater Than 20 Hz To 19.9 Ghz Frequency Resolution: 10 Hz Or Better Modes Of Operation: Swept Frequency; Externally Triggered Fft Analysis With 10 Mhz Bandwidth Or Greater. number Of Points In Scan: 1 To 20,000 Or Greater Resolution Bandwidth: 10 Hz To 10 Mhz With 10% Spacing Minimum Safe Input Level: Minimum 100 Mw Input Voltage Standing Wave Reflection (vswr): 2.0:1 Or Better Over Whole Frequency Range. can Be Synched To 50 Ohm External Frequency Reference Clock Displayed Average Noise Level (danl): -121 Dbm Or Better @ 1 Hz Resolution Bandwidth Over Whole Frequency Range. suppression Of Spurious Response: -60 Dbc Or Better Rack Mountable Displays Data Computer Control Using Scpi Serial Commands. can Be Computer Controlled And Data Can Be Retrieved Using Ethernet 120v 60 Hz Power Rf Input Connector: Sma name, Email Address, And Phone Number Of The End User Poc Associated With The Delivery Will Be Provided Via Section F Of Any Award Resulting From This Solicitation. offerors Shall Provide At Least The Same Warranty Terms, Including Offers Of Extended Warranties, Offered To The General Public In Customary Commercial Practice. used, Pre-owned, Refurbished, Or Remanufactured Goods Will Not Be Accepted. Items Must Be Factory New. the Anticipated Delivery Date Is 16 Weeks After Receipt Of Order (aro). All Deliveries Shall Be Made In Accordance With Far 52.247-34 Fob Destination. The Place Of Delivery, Acceptance And Fob Destination Point Is Rome, Ny 13441. the Provision At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. addendum To The Following Paragraphs Of 52.212-1 Are: (b) Written Proposals/quotes Are Due At Or Before 1:00 Pm, (eastern Time) 06 March 2025. Submit To: Afrl/riko, Attn: Brooke Mcdonald, By Email To Brooke.mcdonald@us.af.mil (b)(4) Submit A Technical Description And/or A Spec Sheet Of The Items Being Offered. (b)(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (b)(12) Include A Statement Verifying That Your Firm Is Capable Of Conforming To The Requirements Of Dfars Clause 252.211-7003, Item Identification And Valuation. (g) Contract Award. The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; And Waive Informalities And Minor Irregularities In Offers Received. (k) Sam. Offerors Must Be Registered In The Sam Database To Receive A Contract Award. If The Offeror Does Not Become Registered In The Sam Database Within 5 Days After Receiving Notification From The Contracting Officer, The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Offeror. the Provision At Far 52.212-2, Evaluation -- Commercial Items (nov 2021) Applies. In Addition To The Information Within Paragraph (a), The Following Factors Shall Be Used To Evaluate Offers: (i) Price And (ii) Technical Capability all Evaluation Factors Other Than Price, When Combined, Are Approximately Equal. The Government Intends To Make Award To The Lowest Priced, Technically Acceptable Offeror. offerors Are Required To Complete Representations And Certifications Found In The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Products And Commercial Services (feb 2024), As Well As The Following: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252.225-7055,representation Regarding Business Operations With The Maduro Regime (may 2022) for Your Convenience All Referenced Certifications Are Attached To This Solicitation. (attachment No. 1) the Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services (nov 2023), Applies To This Acquisition. the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products And Commercial Services (jan 2025) Applies To This Acquisition. The Following Additional Far Clauses Cited Are Incorporated In This Contract By Reference To Implement Provisions Of Law Orexecutiveorders Applicable To Acquisitions Of Commercialproductsand Commercial Services: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards 52.204-27, Prohibition On A Bytedance Covered Application 52.209-6, Protecting The Government Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment 52.219-6, Notice Of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor—cooperation With Authorities And Remedies 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity For Workers With Disabilities 52.222-50, Combating Trafficking In Persons 52.225-13, Restrictions On Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer—system For Award Management the Following Additional Far And Far Supplement Provisions And Clauses Also Apply: 52.204-7 System For Award Management (nov 2024) 52.204-16, Commercial And Government Entity Code Reporting 52.204-18, Commercial And Government Entity Code Maintenance 52.204-21, Basic Safeguarding Of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.211-6, Brand Name Or Equal 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities 52.247-34, Fob Destination 52.252-1 Solicitation Provisions Incorporate By Reference 52.252-2 Clauses Incorporated By Reference 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005, Representation Relating To Compensation Of Former Dod Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.211-7003, Item Identification And Valuation para. (c)(1)(i): None para. (c)(1)(ii): None para. (c)(1)(iii): None para. (c)(1)(iv): None para. (f)(2)(iii): None 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors. 252.223-7008, Prohibition Of Hexavalent Chromium 252.225-7000, Buy American--balance Of Payments Program Certificate 252.225-7001, Buy American And Balance Of Payments Program 252.225-7048 Export-controlled Items 252.225-7972, Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems (aug 2024) (deviation 2024-o0014) 252.225-7973, Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems—representation (aug 2024) (deviation 2024-o0014) 252.227-7015, Technical Data—commercial 252.227-7037, Validation Of Restrictive Markings On Technical Data 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.244-7000, Subcontracts For Commercial Products And Commercial Services 252.246-7008, Source Of Electronic Parts 252.247-7023, Transportation Of Supplies By Sea – Basic 5352.201-9101, Ombudsman (jul 2023) Is Hereby Incorporated Into This Solicitation. The Ombudsman For This Acquisition Is: Ombudsman: Afrl/pk Director, Alternate Ombudsman: Afrl/pk Deputy Director, 1864 Fourth Street, Wafb Oh 45433, Phone: (937) 904-9700, Fax: (937) 656-7321, Email: Afrl.pk.workflow@us.af.mil note That The Clause At 252.211-7003 Is Included In This Solicitation. Agency Specific Guidance Is Provided Below: for Proposed Line Item Numbers With A Unit Price ≥ $5,000. Vendors Will Be Expected To Supply Unique Item Identifier (uii/ Uid) Labels. uii/ Uid Component Data Elements Should Be Marked On An Item Using Two Dimensional Data Matrix Symbology That Complies With Iso/iec International Standard 16022, Information Technology - International Symbology Specification - Data Matrix; Error Checking And Correction 200 (ecc200) Data Matrix Specification. (a)label: if Using Construct 1: Encode The Two Dimensional Data Matrix With Cage Code (enterprise Id) And Serial #. if Using Construct 2: Encode The Two Dimensional Data Matrix With Cage Code, Serial #, And Part/lot/batch #. any Costs Associated In Complying With These Terms Should Be Included As Part Of The Firm Fixed Priced Offer Herein. all Responsible Organizations May Submit A Proposal, Which Shall Be Considered.
Closing Soon6 Mar 2025
Tender AmountRefer Documents 

City Of Dasmarinas Tender

Philippines
Details: Description 1. Adjustable Cable Tie Wire S..................................................5 Boxes 2. Adjustable Cable Tie Wire M..................................................5 Boxes 3. Barcode Scanner..................................................23 Units 4. Computer Clerical I3..................................................2 Units 5. Computer Standard I5..................................................14 Units 6. Computer Above Standard I5..................................................2 Units 7. Computer Above Standard I7..................................................17 Units 8. Computer Above Standard Amd Ryzen 5 7600 Lga..................................................1 Unit 9. Laminating Machine (lm-a3hc 150)..................................................5 Units 10. Laminating Machine(yt-320)..................................................1 Unit 11 Laptop Slim..................................................1 Unit 12. Laptop Loq ..................................................1 Unit 13. Laptop Pro I7 Core I9 9th Gen..................................................1 Unit 14. Laptop R9lq..................................................1 Unit 15. Laptop G14 Ga402nu..................................................1 Unit 16. Laptop 16 Gen 6 Ryzen 7..................................................1 Unit 17. Laptop 16x K3605zc..................................................1 Unit 18. Laptop Core I7..................................................1 Unit 19. Laptop I5 Windows 11..................................................2 Units 20. Lapel With Speaker..................................................2 Units 21. Dcp-t820dw Ink Tank Printer..................................................1 Unit 22. Printer G4010..................................................2 Units 23. Printer G7070..................................................3 Units 24. Printer L3210 ..................................................25 Units 25. Printer L3250..................................................6 Units 26. Printer L14150..................................................2 Units 27. Printer L6290..................................................3 Units 28. Printer L15150 A3 Wifi All In One Printer..................................................2 Units 29. Printer Lq310..................................................1 Unit 30. Printer 108w..................................................3 Units 31. Paper Shredder 27l..................................................2 Units 32. Paper Shredder 12l Micro Cut 9945..................................................1 Unit 33. Ring/comb Binding Machine 24holes..................................................2 Units 34. Headset With Microphone G335 Black..................................................2 Units 35. Hdmi To Hdmi Cable 10meters..................................................10 Units 36. Hdmi Cable 1.5 Meter..................................................3 Units 37. Hdmi Cable 5meters..................................................3 Units 38. Hdmi Cable 3 Meters..................................................3 Units 39. Hdmi Cable 10meters..................................................3 Units 40. Hdmi To Dvi Converter..................................................3 Units 41. Scanner Ds 870 Workforce..................................................1 Unit 42. Usb Flash Drive 64gb..................................................17 Units 43. Usb Flash Drive 32gb..................................................11 Units 44. Usb Flash Drive 16gb..................................................10 Units 45. Utp Converter To Hdmi..................................................1 Pair 46. Wireless Keyboard And Mouse A4 Tech..................................................2 Sets 47. Wireless Mouse..................................................1 Unit 48. Usb Wireless Adapter..................................................2 Units 49. Keyboard ..................................................10 Units 50. Cpu Only Clerical..................................................4 Units 51. Cpu Only I3..................................................6 Units 52. Monitor 24" ..................................................4 Units 53. Monitor 24" ..................................................1 Unit 54. Monitor 32" ..................................................1 Unit 55. Internal Hard Drive 1tb ..................................................1 Unit 56. Internal Hard Drive 1tb 3.0hdd..................................................5 Units 57. Smart Tv 55"..................................................2 Units 58. A4 Tech Pk-910h 1080p Full Hd Webcam..................................................6 Units 59. Wifi Router Ax50 Mu-mimo Ax3000..................................................2 Units 60. Ups ..................................................29 Units 61. Power Supply 12v Ac/dc Adaptor..................................................120 Units 62. External Hard Drive 1tb Portable 3.0hdd..................................................4 Units 63. External Ssd 2tb..................................................1 Unit 64. Solid State Hard Drive 1tb..................................................2 Units 65. Seagate 1tb External Hard Drive..................................................2 Units 66. Hard Disk Drive 6.0tb 5400rpm..................................................10 Units 67. Rj45 Connector..................................................7 Boxes 68. Rj45 Coupler..................................................75 Units 69. Mouse M275 Wireless Mouse..................................................2 Units 70. Mouse..................................................11 Units 71. Mouse A4 Tech..................................................5 Units 72. Optical Mouse Usb Port..................................................3 Units 73. A4 Tech Combo Keyboard And Mouse..................................................2 Sets 74. Keyboard (a4 Tech)..................................................8 Units 75. A4tech Bloody Optical Rgb Gaming Mouse..................................................1 Unit 76. A4tech Fs Switches Usb Wired Keyboard..................................................1 Unit 77. Headphone A4 Tech Fh300u..................................................2 Units 78. Design Micro Converter Sdi To Hdmi 12g..................................................1 Unit 79. Ddar4 Ram 8gb 2666 Mhz For Laptop..................................................1 Unit 80. Ddr4 Ram 8gb 2666 Mhz For Desktop..................................................1 Unit 81. Wireless Telephone..................................................2 Units 82. Wf C5290 (maintenance Box)..................................................5 Units 83. Wf C5290 (resetter)..................................................5 Units 84. Switching Adapter Ads-40np-19-119030e..................................................1 Unit 85. Ultra Dual Luxe Usb Type C 512gb..................................................2 Units 86. Vga 1.5 Meter..................................................3 Unit 87. Extension Cord W/ Individual Switch 6 Gang..................................................6 Units 88. Extension Cord With Usb Port..................................................2 Units 89. A7 Iii Mirrorless Camera..................................................2 Units 90. Sigma 16-28mm F/2.8 Dg Dn Contemporary Lens..................................................1 Unit 91. Pvso613u 6ch/sdihdmi Multi Format..................................................1 Unit 92. Power Battery(2pack)and Dual Charger..................................................4 Units 93. Np-fz100-charger 2pack Rechargable..................................................2 Units 94. 50mm F/1.8 Fe Lens..................................................1 Unit 95. Micro Hdmi Type D Male Hdmi 1.4male..................................................4 Units 96. Battery Grip Holder Original For Sony A7..................................................2 Units 97. Se Wireless Video Transmitter..................................................1 Unit 98. Camera Strap Double Shoulder..................................................1 Unit 99. Audio Technica Ath-m40x Black Professional ..................................................2 Units 100. Seagate Backup Plus Hub 8tb Desktop ..................................................5 Units 101. Extension Cord 12x18..................................................4 Units 102. Drone Air 3s..................................................1 Unit 103. Wired Video Transmitter Utp To Hdmi..................................................1 Unit 104. Wireless Video Transmitter Hdmi To Sdi..................................................1 Unit 105. Polyester Sticker Printer..................................................1 Unit 106. Money Counter..................................................1 Unit 107. Eb-x51 Xga 3lcd 3800 Lumens Projector W/ Screem..................................................53 Units Please Be Informed That The City Government Of Dasmariñas Is Only Accepting Cash Or Manager’s Check Issued By A Universal Or Commercial Bank Equivalent To 2% Of The Approved Budget For The Contract (abc) As The Only Form Of Bid Security And A Performance Security Equivalent To 5% Of The Total Contract Price.
Closing Date20 Mar 2025
Tender AmountPHP 11.8 Million (USD 204.5 K)

Cebu Normal University Tender

Philippines
Description: Procurement Of Desktop Computers, Printers, Smart Tvs And Drones With Bid No. 25-02-050 , Information Technology ,cebu Normal University
Closing Date19 Mar 2025
Tender AmountPHP 11.7 Million (USD 202.3 K)

Municipality Of Sofronio Espa ola, Palawan Tender

Philippines
Description: Supply And Delivery Of One (1) Unit Drone And One (1) Unit Handheld Gimbal Camera , Office Equipment ,municipality Of Sofronio Española, Palawan
Closing Soon3 Mar 2025
Tender AmountPHP 120 K (USD 2 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: This Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance Withthe Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation Forcommercial Items, As Supplemented With Additional Information Included In This Notice. Thisannouncement Constitutes The Only Solicitation; Quotations Are Being Requested And A Writtensolicitation Will Not Be Issued. In Accordance With Far 5.203(a)(2) This Solicitation Will Be Posted For Less Than Fifteen (15) Days. Request For Quote (rfq) Number Is N66604-25-q-0267. This Requirement Is Being Solicited As Unrestricted As Concurred With By The Naval Undersea Warfare Center Division, Newport (nuwcdivnpt) Office Of Small Business Programs (osbp) And Small Business Administration Procurement Center Representative (sba Pcr). The North American Industry Classification System (naics) Code Is 513210. The Small Business Size Standard Is $47,000.000.00. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price Type Purchase Order To Esw Operations Llc. On A Sole Source Basis In Accordance With Far 13.106-1(b). Broadvision Quicksilver Software Subscription Licenses Were Originally Procured To Support Publication Of The Technical Documentation Suite And Continued Access By Intermediate Maintenance Activity (ima) Personnel To Technical Data For Processing Heavyweight Torpedoes And Is The Only Option That Meets All Of The Government’s Minimum Requirements Due To The Unique Status Of Legacy Data Being Analyzed. These Torpedo Publications Are Maintained By The Nuwcdivnpt. Publication Data Must Be Technically Accurate And Available To The Hwt Imas Located At Yorktown, Virginia; Pearl Harbor, Hawaii; Keyport, Washington And Hms, Sterling. Quicksilver Is The Only Software Compatible With The Data File Type And Ensure The Required Structured Version Control. This Notice Of Intent Is Not A Request For Competitive Proposals. A Determination By The Government Not To Compete The Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.for The Purposes Of Quoting To This Opportunity, The Contract Line Item Number (clin) Structureis Identified Below: clin 0001: Broadvision Quicksilver Software Subscription Licenses Renewal (1 April 2025 - 31 March 2026) ; Ten (10) Each incorporated Provisions And Clauses Are Those In Effect Though The Most Current Federalacquisition Circular (fac), Fac 2025-03, Effective 1/17/2025. the Following Far Clauses And Provisions Apply To This Solicitation: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment; 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Service Or Equipment; 52.209-11, Representation By Corporations Regarding Delinquent Tax; 52.212-1, Instructions To Offerors Commercial Items; 52.212-3, Offeror Representations And Certifications Commercial Items; 52.212-4, Contract Terms And Conditions Commercial Items; 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Commercial Items; 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (drone Clause) full Text Of Incorporated Far Clauses And Provisions Are Available At Www.acquisition.gov/far.the Following Dfars Clauses And Provisions Apply To This Solicitation: 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls; 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber incident Information; 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting; 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support; 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications equipment Or Services Apply To This Solicitation; 252.204-7019, Notice Of Nist Sp 800-171 Dod Assessment Requirements (included If Item Is not A Commercial Off The Shelf Item); 252.204-7020, Nist Sp 800-1717 Dod Assessment Requirements (included If Item Is Not A commercial Off The Shelf Item); And 252.213-7000, Notice To Prospective Suppliers On Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations. 252.223-7999 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors. 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors full Text Of Incorporated Dfars Clauses And Provisions May Be Accessed Electronically At Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. the Government’s Method Of Payment Is Via Wide Area Work Flow (wawf). offerors Shall Include Price, Shipping Costs, Delivery Terms, And The Following Additionalinformation With The Submissions: Point Of Contact (including Phone Number And Email Address),offeror’s Cage Code And Duns Number, And The Quote Shall Include A Validity Date Of No Lessthan 60 Days From Due Date For Receipt Of Offers. active Registration With The System For Award Management (sam) Is Required Prior To Award,pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found Athttps://www.sam.gov/portal/public/sam/. Instructions For Registration Are Available At Thewebsite. quotes Shall Be Submitted Electronically Via Email To Debra Dube At Debra.j.dube.civ@us.navy.mil And Must Be Received On Or Before 1400 On 4 March 2025 Eastern Standard Time (est). Quotes Received After This Date Are Late And May Not Be Considered For Award. For Questions Regarding This Acquisition, Please Contact Debra Dube At Debra.j.dube.civ@us.navy.mil.
Closing Soon4 Mar 2025
Tender AmountRefer Documents 

City Of Bayawan Tender

Philippines
Details: Description Request For Quotation Rfq No. Svp 25-b-0102 Date February 27, 2025 Pr Reference 200-25-02-149 Philgeps Reference No. End - User Dep Ed Closing Date March 4, 2025 @9:00 A.m. Bid Opening March 4, 2025 @9:00 A.m. Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). The Basis Of Evaluation For This Rfq Is: ⬜by Lot ⬜ Per Item. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0102 Total Abc: 175,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (unit Cost Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand, Model And Specifications. Attach Brochure If Available) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Lot I Other Professional Services 1 Professional Services, Same - Day Edit Video Coverage (opening Ceremony)same - Day Edit Video Coverage (closing Ceremony)* Deliver High Quality Raw Videos And An Avp For Each Event.* Seamless And Timely Video Production For Immediate Viewing.team Composition:* 2 Main Videographer* 1 Drone Operator* 2 Creative Shooter* 1 Sde Editor* 2 Support Staff 1 Lot 90,000.00 2 Professional Services, Avp 1 Production (about Bayawan And The Story Behind The Event Logo Of Cviraa 2025)avp 2 Production (cviraa 2025 Countdown Teaser Video And # Experience Bayawan)* 1 Lot 85,000.00 * Nothing Follows* Purpose: Provision Of Professional Services For Regional Sports Meet 2025 (cviraa) (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Soon4 Mar 2025
Tender AmountPHP 175 K (USD 3 K)

Province Of Occidental Mindoro Tender

Philippines
Details: Description Invitation To Bid The Municipality Of Sablayan Through Its Bids And Awards Committee (bac) Invites All Interested Contractors To Apply For Eligibility And To Bid For The Following Projects: Bidding Will Be Conducted Through Open Competitive Bidding Procedures Reference No. Name Of Project Location Brief Decription Abc (php) Fund Sources Contract Duration 106-2025 Procurement Of Supplies - Menro Lgu - Sablayan, Occidental Mindoro Supply And Delivery Of Drone, Laptop And Scuba Gears Accessories-menro ₱180,000.00 Gf 30cd Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Requirements Or Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Opening And Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra. 9184 And Its Revised Implementing Rules And Regulation (irr). Activities Schedule & Venue 1.pre Procurement Conference 2.posting Of Invitation To Bid February 27, 2025 3.pre Bid Conference March 04, 2025 2:00 Pm @ 3rd Flr. Mun. Bldg. Sablayan, Occ. Mindoro 4. Deadline Of Submission Of Bids March 20, 2025 1:00 Pm @ 3rd Flr. Mun. Bldg. Sablayan, Occ. Mindoro 5. Opening Of Bids March 20, 2025 2:00 Pm @ 3rd Flr. Mun. Bldg. Sablayan, Occ. Mindoro 6. Bid Evaluation March 21 - 24, 2025 7. Post Qualification March 25 -26, 2025 8.approval Of Resolution And Issuance Of Notice Of Award March 27 - 28, 2025 9. Contract Preparation And Signing March 31, 2025 10.issuance Of Notice To Proceed April 1, 2025 A Complete Set Of Bidding Documents Will Be Available To Interested Bidders Upon Payment Of A Non- Refundable Amount Of Five Hundred Pesos (php. 500.00) To The Cashier Of The Municipal Treasurer's Office Of Sablayan. Interested Parties Are Required To Attend The Pre-bid Conference.pre Bid Conference Is Required For The Projects With An Abc Of 1 Million And Above. For Those Projects Below 1 Million, Pre Bid Conference Is Optional At The Discretion Of The Bac. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. The Municipality Of Sablayan Assumes No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any And All Bids, To Waive Any Defect In Formality Of The Bid Proposals Received And To Accept The Offer It Deems Most Advantageous To The Government.
Closing Date20 Mar 2025
Tender AmountPHP 180 K (USD 3.1 K)

Department Of Environment And Natural Resources - DENR Tender

Philippines
Description: Procurement Of Medium Multi-rotor Drones And Vertical Take-off Wing Hybrid Remotely Operated Vehicle For Denr Region 2 (2 Lots) , Office Equipment ,department Of Environment And Natural Resources - Region Ii
Closing Soon7 Mar 2025
Tender AmountPHP 21.1 Million (USD 366 K)

City Of Cape Town Tender

South Africa
Description: The Procurement Of Drones, Related Equipment And Software For The City Of Cape Town - Safety And Security
Closing Date31 Mar 2025
Tender AmountRefer Documents 
1-10 of 299 active Tenders